You are on page 1of 23

Response to Pre-Bid Queries for RFP of Selection of MPSWAN Network Operator

7/1/2014

MPSWAN FMS Tender - Response to Pre Bid Queries

Sr.

Vol Pg No.

Section

SubDetails
Section
SWAN Every POP has a UPS and Generator for power
Implemen backup
tation
Conflict of interest.

14

16

2.9

5.1

Functiona
l diagram
RF links

17

17

21

2.1

3.3

NA

Sub-contracting of manpower by bidders is


allowed only at block level (BHQ) PoPs and for
the Technicians (50 nos.) at the DHQ level. Apart
from this, no sub-contracting would be allowed
for CHQ/DHQ PoPs and at SHQ.
Point 2 : In case turnover from Network
Operations and FMS services are not available in
the balance sheet separately, a certificate from
by a Auditor/ Company Secretary should be
enclosed.

Clarification required / Suggestions

Response

Who will be responsible for UPS, AC, Generator


The Technicians at DHQ are expected to travel to their district's
startup & maintenance for POP where technicians
BHQ's for such activities, if required.
are not present ?
Request deletion of " Purchaser considers a conflict This clause remains unchanged.
of interest to be a situation in which a party has
interests that could improperly influence that partys
performance of official duties or responsibilities,
contractual obligations, or compliance with
applicable laws and regulations, and that such
conflict of interest may contribute to or constitute a
prohibited corrupt practice." as the subsequent
sentence provides specific scenarios under which it
would be deemed to be a conflict of interest.

RF links are prone to interference and regular


maintenance is required which is expected also. Are
these RF links back to back signed with the vendor.
Pls confirm.
Requesting MPSEDC to consider if subcontracting is
allowed at all levels

Bidder's Name
Wipro

Airtel

Yes.
Wipro
This clause remains unchanged.
Airtel

Requesting MPSEDC to delete the clause as bidder


This clause remains unchanged.
like service provider who provides managed services,
do projects on BOOT model; does not exclusively deal
in FMS whilst the FMS is bundled as a service with its
core services

Airtel

1 of 23

Response to Pre-Bid Queries for RFP of Selection of MPSWAN Network Operator

Sr.

Vol Pg No.

Section

22

30

5.7

10

32

32

32

SubSection

3.3

Details
The Bidder should have an average annual
turnover of not less than INR 20 Crores from IT
Services including Network Operations and
related Facility Management Services of the last
three financial years from Indian operations.
(F.Y. 2010-11, 2011-12 and 2012-13 respectively).
For this clause, the term IT Services does not
include turnover from sale of hardware,
software licenses, application development, BPO
activities and similar activities.
In case turnover from Network Operations and
FMS services are not available in the balance
sheet separately, a certificate from by a Auditor/
Company Secretary should be enclosed.

7/1/2014

Clarification required / Suggestions

Airtel

Requesting clarification from MPSEDC if in case of


hardware or spare hardware failure ( even at the
time of AS IG gap analysis) down time would not be
attributable to successbidder. Spares will be
maintained by the amc service provider and the
scope of the bidder shall be to follow-up with the
vendors
1. Delay in hardware replacement / repair of
equipment by OEM shall not be considered as SLA
breach.

No.
Wipro
Follow up with the vendors is a part of the scope of the bidder.
Also refer response to query 109.

1. The successful bidder will be responsible for diagnosing the


cause of an incident. If the resolution is beyond his control he
will be responsible for co-ordinating with the OEM for
In case of an issue with any of the equipment at
rectification. The time from which the call is logged with the
any of the POPs, the personnel deployed by the 2. Kindly share current SLA terms agreed with OEMs? OEM, the SLAs of the OEM will be applicable to them.
Overview successful bidder shall log a call with the OEM
2. Will be shared with the successful bidder.
of project and shall replace the equipment from the spare 3. We assume that MPSEDC shall provide with
inventory. The spare inventory shall be used to adequate space at each site to store the spares
reduce the time taken for replacement of the
safely. Is our assumption correct?
3. The list of spares is mentioned in the RFP. POPs are available
hardware.
at each location to store the spares. It shall be the responsible
of the successful bidder to decide the POPs where the spares
will be placed.

NA

Bidder's Name

In case of Service provider billing ,FMS revenues are This clause remains unchanged.
not recorded separately for Network Operations and
related Facility Management Services neither there is
a specific mechanism to track the same , hence
requesting MPSEDC to kindly delete this clause .

MPSWAN Video Conferencing solution, Desktop Is there any Penalty for Video conferencing solution
State IT
Camera
not working because of Network Connectivity ?
Center
In case of an issue with any of the equipment at
any of the POPs, the personnel deployed by the
successful bidder shall log a call with the OEM
and shall replace the equipment from the spare
inventory. The spare inventory shall be used to
reduce the time taken for replacement of the
hardware.
The successful bidder shall manage this spare
inventory provided by MPSEDC.

Response

AMCs shall be procured for a period of 3-5 years We understand from this point that AMC of any
Successful bidder will be responsible for registering the call
depending on the end of life of the equipment. equipment shall not be under the scope of successful with OEM and follow-ups for resolving the issue and shall
bidder under this contract. Successful bidders
inform MPSEDC if there is any breach of the OEMs SLA.
responsibility shall be limited to registering call with
respective OEMs for AMC purpose (vendor
management).

Airtel

IBM

HCL

2 of 23

Response to Pre-Bid Queries for RFP of Selection of MPSWAN Network Operator

Sr.

11

Vol Pg No.

32

Section

SubSection

NA

12

32

NA

13

32

AMC

14

15

16

17

32

33

33

34

7.1 , 7.1.1

Details

7/1/2014

Clarification required / Suggestions

These AMCs shall be passed on to the successful 1. Requesting MPSEDC to please confirm on this. Also
bidder for contract administration.
, requested to sahre the details of all the AMC vendor
who are providing Services to SWAN and what is the
term of their contract.
2. If their Contract Term concludes before the Terms
of the FMS Contract , in that case , does the AMC
needs to to be undertaken by Bidder.
In case of an issue with any of the equipment at Is MPSEDC expecting the successful bidder to
any of the POPs, the personnel deployed by the undertake any kind of mechanical job like mechanical
successful bidder shall log a call with the OEM
job related to replacement / fitting of spares? If yes,
and shall replace the equipment from the spare please clarify whether time taken to perform such
inventory.
activity shall be considered under Resolution Time.

Response
1. AMC details will be shared with the successful bidder.
2. No. But, it shall be the responsibility of the successful bidder
to bring such cases to the attention of MPSEDC in advance.

The successful bidder is expected to do works such as shifting


of POPs, IT and Non-IT equipments, installation of new
equipments. Transportation cost of shifting the equipments, if
any, will be borne by MPSEDC

These AMCs shall be passed on to the successful We understand this is normal vendor coordination
The co-ordination is expected from the helpdesk as well as the
bidder for contract administration
activity which helpdesk can provide? Please suggest if onsite team. Further, refer response to query 10
there is any other expectation

MPSEDC shall be procuring the AMCs for below


network components throughout the duration of
the project:
Routers
6
Switches
Modem
AC
DG
UPS
Phase I : Deployment of manpower at SHQ/ CHQ/ DHQ/
Planning BHQ Level
and
transition
phase
Successful bidder to deploy manpower at least
80% of the BHQ PoPs within 8 weeks from the
date of acceptance of LoI.
7.1.1 The successful bidder shall be provided a period
of one quarter from Go-Live date for
deployment of manpower at rest of the 20%
BHQ PoPs.
The As-Is report shall cover the detailed status of
IT, Non - IT infrastructure at each PoP and spare
inventory to be provided by MPSEDC. It would
also detail out the action to fill the gaps and its
7.12
associated timelines and dependencies. The
report of each PoP shall be in the format decided
in consultation with MPSEDC and TPA.

Would request MPSEDC to clarify in terms of whether The successful bidder's team is required to support all
the manpower deployed by the Bidder also needs to infrastructure present at POPs.
manage the Desktops, Laptops, Printers, Scanner or
any other devices ( if such equipments are
deployed).

Deployment at SHQ we need minimum 8 weeks.


Kindly consider the same

Bidder's Name

HCL

HCL

Wipro

Airtel

Please refer corrigendum point 6


Wipro

requesting clarification if pending 20% manpower


which needs to be deployed till 12 weeks ( 8 + 1
quarter ) , POPs down time and SLAs will not be
applicable to bidder where pending 20% engineers
are to be deployed

Where manpower has been provided before Go-Live, Payment


for POPs and the SLAs will be applicable from the date of GoLive. For the remaining 20% of the manpower, the payment of
the respective POPs and SLAs will be applicable from the date
the resource(s) are deployed at the POPs. However, penalties
for late deployment of resources shall be applicable.

Requesting MPSEDC to specifically categorize IT and


Non -IT Assets. Request to define the IT and Non-IT
Assets for which bidder is expected to manage the
network operations and FMS services.

Please refer ANNEXURE B: EQUIPMENT DETAIL on page 71-73


of RFP Volume 1.

Airtel

Airtel

3 of 23

Response to Pre-Bid Queries for RFP of Selection of MPSWAN Network Operator

Sr.

18

19

20

21

22

Vol Pg No.

34

35

35

35

35

Section

7.1.3

SubSection

Details

The successful bidder shall prepare and maintain


floorwise layouts of the LAN
structured cabling showing the location of the
networking equipment, the route of the
7.1.2 As - LAN cabling and the location of each of the PoPs.
Is and The site layout is required to be
Gap
produced in the softcopy form and submitted to
analysis MPSEDC as a part of As-Is report

7/1/2014

Clarification required / Suggestions

Response

1. Do IA need to prepare floor - wise lay out plan of


Lan structured cabling showing the location of the
networking equipment from scratch or need to
update the existing as
per As-is report.

1. The layout plan of the POPs is available and the successful


bidder is expected to verify them with the onsite installations
and make any updates as required.

2. We request MPSEDC to share existing floor wise


lay out plan.

3. Most of the layout plans are prepared. Hence, the need to


increase timelines due to this reason is not felt.

3. If new layout needs to be prepared than timeline


for submitting the same shall be increased by 6
weeks
Any change, if suggested by the Purchaser in the Please specify what kind of changes are expected
Handover
transition plan, shall be accommodated by the under this ?
of AMC
successful bidder.
Particularly, in the case of the attendance
Requesting MPSEDC to clarify the same as payment
monitoring tool:
terms, technical specifications and SOW is not clear
Supply, installation commissioning and
in RFP and there is no commercial format to quote
maintenance cost for bio-metric based
the same .
5.15
attendance monitoring system for one PoP = T
W=60% of [T*360]
X=40% of [T*360]

7.1.2

The successful bidder shall study and configure


the CA tools at SHQ so that manpower
attendance report from all PoPs can be
generated in NMC during operation and
maintenance phase. The format of this report
has to be approved by MPSEDC. The successful
Bidder shall procure/implement an attendance
monitoring tool, without any additional cost to
MPSEDC in case it is not able to
configure/upgrade the CA tools at SHQ.

7.1.2

The successful bidder shall be deemed to have in Requesting clarifications on complete SOW of same
general to have obtained himself all necessary
information of all site conditions, risks,
contingencies and circumstances effecting his
obligations and responsibilities therewith under
the contract and his ability to perform it.
However, if during the site survey, successful
bidder detects physical condition and/ or
obstructions affecting the work, it shall be the
responsibility of successful bidder to take all
measures to overcome them and to take all
necessary measures.

Bidder's Name

2. The layout plans shall be shared with the successful bidder

Change may be related to priority of locations where the


manpower is to be deployed.

IBM

Wipro

Please refer corrigendum point 8 for the functional


requirements.
Commercial Bid format is already provided in the RFP Vol 2
Airtel

Requesting MPSEDC to confirm on SOW of CA


This clause stands deleted. Please refer corrigendum point 8
integration , scope of attandance monitoring system ,
does attandance monitoring requires any hardware
procurement , if yes specs of same needs to be
provided along with payment terms as there is not
mention of same in commercial format . delivery
timelines etc. The commercials involved for any
upgrades will be borne by MPSEDC

Airtel

Physical obstructions, if any, should be cleared by the


successful bidder. If there is a challenge, it should be brought
to immediate notice of MPSEDC.

Airtel

4 of 23

Response to Pre-Bid Queries for RFP of Selection of MPSWAN Network Operator

Sr.

23

24

25

Vol Pg No.

35

35

35

Section

SubSection

7.1.2

7.1.2

35

7.1.2 AS-IS
AND GAP
ANALYSIS

27

37

7.2.1

Clarification required / Suggestions

Response

The successful bidder shall study and configure


the CA tools at SHQ so that manpower
attendance report from all PoPs can be
generated in NMC during operation and
maintenance phase. The format of this report
has to be approved by MPSEDC. The successful
Bidder shall procure/implement an attendance
monitoring tool, without any additional cost to
MPSEDC in case it is not able to
configure/upgrade the CA tools at SHQ.

Requesting MPSEDC to provide detailed SOW for


integration scope including biometric attandence
systems so that bidder gets an idea how the
integration will haven and its road map

The successful bidder shall decide the strategic


location for keeping spare inventory at various
PoPs.

considering the fact that spare would also be kept in This clause remains unchanged.
respective swan POPs , in case of theft or force
majaure , bidder should not be held accountable for
such damage which is beyond its control , hence
requesting MPSEDC to delete the clause . Spares will
be maintained by the amc service provider and the
scope of the bidder shall be to follow-up with the
vendors

7.1.4

7.1.2

26

Details

7/1/2014

Bidder's Name

This clause stands deleted. Please refer corrigendum point 8.


The Attendance monitoring tool will be separate from the NMS
setup. Integration is not envisaged.

Airtel

The successful Bidder shall procure/implement


an attendance monitoring tool, without any
additional cost to MPSEDC in case it is not able
to configure/upgrade the CA tools at SHQ.

Please clarify if bidder has to provide attendance


monitoring tool of CA also. As procure and upgrade
part of the requirement will require additional cost,
this clarification is essential. If bidder has to provide
the same, then request you to add it as line item in
the commercial bid.

The successful bidder shall study and configure


the CA tools at SHQ so that manpower
attendance report from all POPs can be
generated in NMC during operation and
maintenance phase. The format of this report
has to be approved by MPSEDC. The successful
Bidder shall procure/implement an attendance
monitoring tool, without any additional cost to
MPSEDC in case it is not able to
configure/upgrade the CA tools at SHQ.

Please provide complete details for CA tool envisaged For details of CA tool, please refer to RFP Vol 1 ANNEXURE B:
for SHQ for man power attendance reporting and
EQUIPMENT DETAIL
support details for the same.

Airtel

This clause stands deleted. Please refer corrigendum point 8.

The successful bidder shall be responsible for


Is the bidder required to provide MPSEDC with any
Existing CA tools shall be used.
providing complete access to the Purchaser or its new NMS tool or existing CA service desk to be used?
nominated agency for the NMS tool deployed for Requesting MPSEDC to please confirm on this.
this engagement.

Airtel

IL&FS

HCL

5 of 23

Response to Pre-Bid Queries for RFP of Selection of MPSWAN Network Operator

Sr.

28

Vol Pg No.

Section

37

7.2.1

29

37

Point 7.2
PHASE II:
OPERATIONS
AND
MAINTENAN
CE

30

37

7.2.1

SubSection

7.2

Details

Clarification required / Suggestions

Response

Bidder's Name

The successful bidder shall facilitate the


initiatives taken by MPSEDC for enhancement of
MPSWAN. These initiatives shall be but not
limited to implementation of MPLS and IPv6.

Is the bidder need to undertake IPV6 configuration or


just facilitate the same? Requesting MPSEDC to
please confirm on this. In case, MPSEDC is looking
just for facilitation, requesting further clarity on the
expectation of MPSEDC from successful bidder
regarding such facilitation activity.

MPSEDC has appointed a consultant for IPv6 migration of


SWAN. The successful bidder's team is expected to co-ordinate
with the consultant and make necessary configuration changes
and test the network for IPv6 enablement.

HCL

The successful bidder shall monitor the health of Please provide details of CA tool used for NMS and
the network using Network Management System support details for the same.
and other means as required. The CA NMS has
been deployed at Sate IT Center, Bhopal

For details of CA tool, please refer to RFP Vol 1 ANNEXURE B:


EQUIPMENT DETAIL

NETWORK OPERATIONS & MANAGEMENT

As per our understanding, any change in design shall


be treated as change request and shall be on paidbasis.
The bidders scope shall be limited and restricted to
the tools, features, functionality, hardware, etc
available and existing in the network and as per the
existing design. Kindly confirm.

No. The successful bidder will be required to evaluate and


implement any changes as suggested by MPSEDC.

Yes.

Any deviations or contravention identified as a


result of such audit/assessment would need to
be..

Bidder to provide the required document & only


coordinate during the Audit process. Audit to be
provided by separate entity appointed by MPSEDC.
Please confirm
Bidder responsibility is to provide only skill support.
Any network redesign/ Architecture level changes are
to be considered separate project.

SECURITY SOLUTIONS & SERVICES


The successful bidder shall be responsible in
getting the required readiness built in the
network during audit for security solutions.

The bidders scope shall be limited and restricted to


the tools, features, functionality, hardware, etc
available and existing in the network and as per the
existing design. Kindly confirm.

Please refer RFP Vol 1 Section 7 for the complete Scope of


Work

SECURITY SOLUTIONS & SERVICES

As per our understanding, any change in design shall


be treated as change request and shall be on paidbasis.
The bidders scope shall be limited and restricted to
the tools, features, functionality, hardware, etc
available and existing in the network and as per the
existing design. Kindly confirm.

The successful bidder will be required to evaluate and


implement any changes as suggested by MPSEDC.

7.2.1
NETWORK OPERATIONS & MANAGEMENT

31

37

7.2.1

32

38

7.2.3

33

38

7.2.3

7.2.1

Audit

Audit

34

38

7.2.3

7.2.3

35

38

7.2.3

7.2.3

36

38

7.2.3

7.2.3

7/1/2014

The Purchaser shall also have the right to


conduct, either.

SECURITY SOLUTIONS & SERVICES


Any deviations or contravention identified as a
result of such audit/assessment would need to
be rectified by the successful bidder failing
which the Purchaser may, without prejudice to
any other rights that it may have issue a notice
of default.

IL&FS

HCL

Please refer RFP Vol 1 Section 7 for the complete Scope of


Work
HCL

Wipro
Any major architectural change will be a separate project. The
successful bidder will be expected to evaluate the impact of
such projects and provide configuration level support.

Wipro

HCL

HCL

Please refer RFP Vol 1 Section 7 for the complete Scope of


Work
HCL

6 of 23

Response to Pre-Bid Queries for RFP of Selection of MPSWAN Network Operator

Sr.

37

38

39

40

41

42

Vol Pg No.

38

39

39

39

39

39

Section

7.2.3

7.2.4

7.2.4

7.2.4

SubSection

Details

7/1/2014

Clarification required / Suggestions

Response

SECURITY SOLUTIONS & SERVICES


Any deviations or contravention identified as a
result of such audit/assessment would need to
7.2.3
be rectified by the successful bidder failing
which the Purchaser may, without prejudice to
any other rights that it may have issue a notice
of default.
MPSWAN PoPs, the successful bidder shall
Relocatio ensure proper re-establishment and
n of POPs configuration of PoP equipment as per the
directions and support from MPSEDC.
The maximum change in the manpower
deployed at the NMC in any one financial year
shall not exceed 3 resources. Any additional
7.2.4 change of the resources during a financial year
at the NMC level shall be subject to levy of
penalty as specified in Section 9.4.

The bidders scope shall be limited and restricted to


the tools, features, functionality, hardware, etc
available and existing in the network and as per the
existing design. Kindly confirm.

The successful bidder has to manage the SWAN with the


available infrastructure and recommend best practices to
improve the same.

Relocation of PoP should be considered seperatly.


Bidder to coordinate during re-establishment. Also,
such re-location will be limited to 4 in a year

This clause remains unchanged.

The maximum change in the manpower


7.2.4 deployed at the NMC in any one financial year
FACILITY shall not exceed 3 resources.
MANAGE
MENT
SERVICES

We request MPSEDC to Can change in manpower


clause be removed. However ,Over all SLA/ delivery
of services responsibilities lies with successful bidder.
So change in the manpower should not be capped.

This clause remains unchanged. Manpower availability is the


essence of this entire project. At the same time, continuity of
resources is very critical for smooth functioning of this project.
In case any changes are being made, they have to be approved
by MPSEDC and sufficient handover period should be
maintained.

Facility Management Services - Depending on


the requirements of MPSWAN, MPSEDC may
decide to increase the number of
NA
CHQ/DHQ/BHQ PoPs during the life of the
contract. The number of such PoPs shall be
limited to 54. The successful bidder shall provide
additional manpower to be deployed at these
The number of such PoPs shall be limited to 54.
The successful bidder shall provide additional
manpower to be deployed at these PoPs. These
Additon
additional PoPs shall also be incorporated under
of POPs
the scope of this RFP.

Are the bidders required to factor in price for such


increase in no. of PoP in the price bid?

Charges for additional POP (i.e. over and above the present
360) will be based on the prices discovered in the Price Bid and
will be paid in addition to the cost of the 360 POPs.

Bidder's Name

HCL

Wipro

Requesting MPSEDC to delete the clause , while


This clause remains unchanged.
bidder will ensure that manpower is deployed at any
given point of time
Airtel

IBM

HCL

Any additon of POP should be considered seperatly Please refer response to query no. 41
and this should be calculated on Prorata basis for any
new POP additon. We will provide the unit rate
Wipro

7 of 23

Response to Pre-Bid Queries for RFP of Selection of MPSWAN Network Operator

Sr.

43

Vol Pg No.

40

Section

SubSection

7.2.6

Details

40

45

40

46

40

7.2.6

47

48

49

40

40

40

7.2.6

7.2.6

7.2.6

Response

7.2.6

7.2.6

7.2.6

7.2.6

Bidder's Name

Airtel

Maintenance equipment is mentioned in Annexure D Maintenance equipment is mentioned in Annexure D.


and not in Annexure C. Kindly confirm
Wipro

7.2.6

7.2.5
Point 7.2.5
HELPDESK
MANAGEME
NT SERVICES

Clarification required / Suggestions

a. Dusting of network equipment with Blower


This activity should be done by AMC vendor where as This clause remains unchanged.
b. Maintenance of UPS battery
network operator should ensure the timely execution
d. Draining of UPS battery per month to maintain of it. If not done then should escalate to customer.
charge-discharge cycle.
e. Maintenance of structured cabling
i. Tightening of RF gyro point
j. Changing of faulty MCB
k. Check earthing voltage and rectify if required.

The Successful bidder shall keep minimum


maintenance equipment as mentioned in
Annexure C.
44

7/1/2014

Manpower deployed at the helpdesk shall log


calls regarding the queries / complaints of
MPSWAN users. The CA service desk tool has the
capability for auto ticketing through SMS. This
SMS pulls and push service shall be provided by
MPSEDC. The tool also has the capability of
manual ticketing.
OVERALL COMPREHENSIVE MAINTENANCE
c. Running of DG set for minimum 15 minutes in
a week
OVERALL COMPREHENSIVE MAINTENANCE
c. Running of DG set for minimum 15 minutes in
a week

space and infrastructure will be provided by


department for Helpdesk operations or IA have to
consider this cost. Please clarify Please provide
details of CA tool for Helpdesk tool and support
details for the same.

Space and infrastructure is already available at SHQ for


Helpdesk operations. For details of CA tool, please refer to RFP
Vol 1 ANNEXURE B: EQUIPMENT DETAIL
IL&FS

Fuel etc. consumed during maintenance shall be paid Fuel for running DGs will be reimbursed. Please refer
by customer as actuals. Kindly confirm.
corrigendum point 3 for method of reimbursement.

Preventive Maintenance activity is to be carried-out


Quaterly. Kindly confirm if DG set is to be run for 15
min every week. Our request and suggestion is that
the same should be Quaterly.
OVERALL COMPREHENSIVE MAINTENANCE
Preventive Maintenance activity is to be carried-out
d. Draining of UPS battery per month to maintain Quaterly. Kindly confirm if UPS battery chargecharge-discharge cycle.
discharge cycle is to be done Quaterly or per month.
Our request and suggestion is that the same should
be Quaterly.
OVERALL COMPREHENSIVE MAINTENANCE
In case of problem detected in DG Set / UPS etc
d. Draining of UPS battery per month to maintain Power equipment / Battery, Bidders scope is limited
charge-discharge cycle.
to informing the same and AMC vendor shall do the
corrective action as per customers contract. Spare
Batteries / new batteries as may be required shall be
provided by customer's AMC Vendor.

HCL

This activity is to be done on a weekly basis.


HCL
This activity is to be done on a monthly basis.
HCL

The successful bidder will be required to bring such events to


the immediate notice of MPSEDC and co-ordinate with the
respective equipment vendor until the issue is resolved.
HCL

8 of 23

Response to Pre-Bid Queries for RFP of Selection of MPSWAN Network Operator

Sr.

50

Vol Pg No.

40

Section

7.2.6

SubSection

7.2.6

Details

52

53

54

55

40

41

41

41

41

7.2.6

Clarification required / Suggestions

Response

OVERALL COMPREHENSIVE MAINTENANCE


In case of copper-strip, or any item required to rectify Yes
k. Check earthing voltage and rectify if required. the fault, the same shall be provided by customer. In
case of new earthing-pit, the same is not in scope of
bidder of this project. Kindly confirm our
understanding is correct.

OVERALL COMPREHENSIVE MAINTENANCE


l. Check lightening arrester
51

7/1/2014

Any spares, GD Tubes, etc replacement shall be


provided by customer. Kindly confirm.

7.2.7

7.2.7

7.2.7

HCL

Yes

HCL

7.2.6

7.2.7

Bidder's Name

All the PoPs have been provided with electricity


connection. The successful bidder shall be
responsible for timely payment of the electricity
bills for CHQ/DHQ/BHQ PoPs. The successful
Bidder shall submit electricity bills to MPSEDC
for reimbursement on quarterly basis.

Requesting clarification if advance payments would Please refer corrigendum point 3


be given on monthly basis for electricity and diesel
payments as this clause says its would be
rembursable and below clause says MPSEDC will give
advance payments for such payments

All the PoPs have been provided with electricity


connection. The successful bidder shall be
responsible for timely payment of the electricity
bills for CHQ/DHQ/BHQ PoPs. The successful
Bidder shall submit electricity bills to MPSEDC
for reimbursement on quarterly basis.

For electricity, request MPSEDC to remove the


payment from the scope of the bidder. Instead
suggest MPSEDC that bidder will collate the
electricity bills and submit it to the alloted stake
holders of the govt. for the direct payment.

This clause remains unchanged.

MPSEDC shall provide every month, advance


funds equivalent to one months expenses to the
successful Bidder to meet fuel expenses for
running DG stets as well as payment of electricity
bills. These funds shall be provided to the
successful Bidder by 7th of every month and
shall be settled on quarterly basis as per actuals.
MPSEDC shall provide every month, advance
funds equivalent to one months expenses to the
successful Bidder to meet fuel expenses for
running DG stets as well as payment of electricity
bills. These funds shall be provided to the
successful Bidder by 7th of every month and
shall be settled on quarterly basis as per actuals.

Airtel request MPSEDC to please clarify how these


funds would be calculated in advance or whether
there would be a standard criteria to calculate the
expenses for per month usage for running the DG
sets.

Please refer corrigendum point 3

Airtel

Airtel

Request MPSEDC to remove this requirement from


This clause remains unchanged.
the scope of the bidder and MPSEDC to appoint an
agency for mobile diesel supply. The bidder can do a
follow-up with them for the requirement.

Airtel

Airtel

9 of 23

Response to Pre-Bid Queries for RFP of Selection of MPSWAN Network Operator

Sr.

Vol Pg No.

Section

SubSection

Details
Fuel Expense for DG set and Electricity Bills

56

57

58

59

60

41

42

43

44

44

7.2.7

8.1

MINIMUM 8.1
DELIVERABL
ES
8.1
PLANNING
AND
TRANSITION

7/1/2014

Clarification required / Suggestions


We assume that bidders are not needed to cost of
fuel in their price bids and it shall be reimbursed at
actuals. Requesting MPSEDC to please confirm on
this.

Response
Yes. We confirm this understanding.

HCL

PLANNING AND TRANSITION PHASE


Bidders Requests MPSEDC to re-consder the
TEAM MOBILIZATION ( SHQ -13 No =4 weeks , timelines and extend the timelines by 2 weeks in
CHQ + DHQ + 80% BHQ = 347 Nos : 8 Weeks)
each phases as mentioned in RFP.
AS-IS AND GAP ANALYSIS ( 9th & 10th week)
HANDOVER OF AMC TO THE NEW SUCCESSFUL
BIDDER (7th & 8th week)
HANDOVER OF SPARE INVENTORY - (7th & 8th
week)
HANDOVER OF POP OPERATIONS (10th to 12th
week)

Please refer corrigendum point 6

1. Manpower deployment schedule T0 +7 days

Please refer corrigendum point 6

Please increase manpower deployment schedule to


T+2 weeks.

Bidder's Name

Airtel

IL&FS

In case of Horizontal office connectivity


implemented by M/s Bharti Airtel, only
Response time SLAs shall be applicable on the
network operator.

Kindly clarify how the response and resolution time


of telecom provider would be applicable for SLA of
Network Operator.

Response and Resolution times of faults during


PBH

Resolution time for Severity 1 is less, request to


please change to 60 - 90 Min.

The successful bidder will be required to diagnose incidents


where there is connectivity issue. The response and resolution
time SLAs will be applicable till the time the successful bidder is
able to clearly identify the issue. Also refer response to query
no. 109.

Airtel

This clause remains unchanged.

Airtel

10 of 23

Response to Pre-Bid Queries for RFP of Selection of MPSWAN Network Operator

Sr.

61

Vol Pg No.

44

62

44

Section 9

63

44

64

65

44

45

SubSection

Section

Section 9

Details

After first quarter from Go-live, the total


penalties imposed due to non-adherence to SLA
specified below shall not exceed 20% of the
SERVICE
QGR. If the penalty in two consecutive quarters
LEVEL
equals specified limit of 20 % of QGR
AGREEME
respectively on account of any reasons, MPSEDC
NT
may be deem this event to be an event of
default leading to possible termination of the
contract.
Response and Resolution times of faults during
PBH
Service
Level
Agreeme
nt

Resolutio
n time

Service
Level
Agreeme
nt

45

Section 9.1

Service
Level
Agreeme
nt

Clarification required / Suggestions


We request MPSEDC to consider
Overall penalty shall not exceed
5% of the Quarterly Guaranteed Payment due .

Response

Bidder's Name

The clause remains unchanged.

IBM

Kindly Change the resolution time as below


This clause remains unchanged.
1. 1 hr
2. 2 hrs
3. 4 hrs
4. 10 hrs
Also resolution time In case of ISP network should
remain in ISP scope and should not be clubbed in
FMS scope
As the spare management is taken care by MPSECD, Please refer response to query no. 109
The Resolution penalty should not be there for AMC /
spares. Pls confirm

Reliance

Wipro

SERVICE LEVEL AGREEMENT


When the call is logged, in case the remaining PBH is
Table 5 : Response and Resolution times of faults less than the Resolution time for that Severity Level,
during PBH
the call shall be treated as per "Table 6: Response
and Resolution times of faults during NPBH". Kindly
confirm.

In case the remaining PBH is less than the Response or


Resolution time for that Severity Level, the call will roll-over to
NPBH and SLAs for the same severity level in NPBH will be
applicable and vice-versa. This roll-over i.e. will continue till the
time a call is resolved. Please refer corrigendum point 7 for the
revised PBH times.

Response and Resolution times of faults during


NPBH

Kindly Change the resolution time as below


1. 2 hrs
2. 4 hrs
Also resolution time In case of ISP network should
remain in ISP scope and should not be clubbed in
FMS scope

This clause remains unchanged.

Kindly Change as below:


Response time penalty
Resolution time penalty
per incident
per incident
1. 500 for one hour
1000 for one hour
2. 500 for 2 hours
1000 for two hours
3. 500 for 3 hours
1000 for 3 hours
4. 500 for 4 hours
1000 for 4 hours

This clause remains unchanged.

Penalties for Response and Resolution Time

66

7/1/2014

HCL

Reliance

Reliance

11 of 23

Response to Pre-Bid Queries for RFP of Selection of MPSWAN Network Operator

Sr.

67

68

69

70

Vol Pg No.

45

45

45

46

SubSection

Section

SLA
Penalty

9.1

Details

46

Clarification required / Suggestions

Response

After first quarter from Go-live, the total


Please consider Maximum Penalty imposed by
penalties imposed due to non-adherence to SLA MPSEDC to be 5% of the QGR throughout 5 years of
specified below shall not exceed 20% of the
project
QGR.

This clause remains unchanged.

Response & Resolution Penalties

This clause remains unchanged.

We request MPSEDC to consider maximum penalty


for any response violation to be Rs 100 and for any
resolution to be Rs 200 for all the severties

Wipro

PENALTIES FOR RESPONSE AND RESOLUTION If the delay in resolution is on acocunt of delay in The SLA for resolution time will start from the time the
TIME
response, would there be penalty for both the response time is recorded in the helpdesk.
delayes of resolution time would start from response
As per table in the RFP
time only

9.2

Uptime

Bidder's Name

Wipro

Penalties

PENALTIES FOR DOWNTIME ( Reference table for requesting confirmation if penalties can be reduced Yes. Please refer corrigendum point 7.
penalties of SHQ ,CHQ/DHQ & BHQ
to site wise QGR and not QGR for all POPs , moreover
bidder requests clarification if SLA calculation would
be done cumulatively or site wise for penalty
calculation .,

PBH 99.5% uptime/Qtrly


NPBH 99% Uptime/Qtrly

71

7/1/2014

Wipro

Airtel

To Achieve 99.5% uptime & 99% uptime respectively Yes. List of spares is provided in the RFP.
during PBH & NPBH is highly dependent on level of
redundancy & High Availability configured in the
architecture.
We understand that appropriate
quantity & variety of Spares and SLA with respective
OEMs to achieve this 99.5% SLA shall be provided by
MPSEDC for maintain this uptime. Kindly Confirm?

IBM

12 of 23

Response to Pre-Bid Queries for RFP of Selection of MPSWAN Network Operator

Sr.

Vol Pg No.

Section

SubSection

Details
Penalties for Downtime BHQ

72

46

Section 9.2

46

9.1

Service
Level
Agreeme
nt

75

76

46

46

47

9.1

9.2

9.2

Kindly Change as below for PBH

Response
This clause remains unchanged.

NIL
0.25% of BHQ QGR for every
0.5% of BHQ QGR for every
Reliance

Prime
business
hours

85% or better
NIL
>=75% and <85% 0.25% of BHQ QGR for every
0.5% downtime
>=65% and <75% 0.5% of BHQ QGR for every
0.5% downtime
For 0800 to 2000 hours, we need minimum 2
resources to conver the shifts at CHQ/DHQ/ BHQ
level. We request MPSEDC to consider Prime
Business hours to be 0900 to 1750, Monday to
Saturday and rest to be non prime hours

This clause remains unchanged.

Wipro

We request penalties to be reduced to maximum 5% This clause remains unchanged.


of QGR inclusing all.

Penalties
on
uptime

9.2

9.2

Bidder's Name

Also Change as below for NPBH

Minimum Uptime Requirement and associated


Penalty
74

Clarification required / Suggestions

95% or better
>=90% and <95%
0.5% downtime
>=80% and <90%
0.5% downtime

PBH=Prime Business Hours ((0800 to 2000 hrs)


Monday to Saturday throughout the Quarter)
73

7/1/2014

Wipro

PENALTIES FOR DOWNTIME


Network availability is defined as {Total time in a
quarter (in minutes) less total down time (in
minutes)} as a percentage of total time in the
quarter. The network is considered available
when all the services mentioned in the
requirement Section in full capacity are
available.
PENALTIES FOR DOWNTIME
Successful bidder is expected to maintain
network availability as explained below:
Minimum Uptime Requirement and associated
Penalty

As per practice, downtime required for implementing Any planned downtime with prior approval of MPSEDC will be
best practices is not considered for calculating
exempted while calculating the downtime.
Penalties for downtime. Kindly confirm.
HCL

Penalty %age as defined is applicable on the


respective location's QGR. Kindly confirm.

Yes. Please refer corrigendum point 7.

HCL

13 of 23

Response to Pre-Bid Queries for RFP of Selection of MPSWAN Network Operator

Sr.

77

78

79

Vol Pg No.

48

48

49

Section

Annexure

SubSection

9.2

9.3

ANNEXUR
E-V

Details

7/1/2014

Clarification required / Suggestions

If network is down because of reasons not


requesting MPSEDC to kindly include the outages
attributable to successful bidder like, fault in
occuring out of hardware/software failure as same
network provided by bandwidth provider,
should also not be atributable to successful bidder.
Successful bidder shall apprise MPSEDC for all
such events specifying the root cause of such
downtime and duration of down time. For every
such downtime related issue, the respective
ticket shall be updated stating the reason for
downtime with supporting documents.
The successful bidder shall also submit these
supporting documents along with the quarterly
invoice for exemption in SLA.

Response

Bidder's Name

Please refer response to query no 109.

Denial of Service Attack: Denial of Service (DoS)


is the most common form of attack on the
Network, which leads to network unavailability
for the genuine network users. The successful
bidder shall respond to Denial of Service attacks
reported by departments/SWAN users or SWAN
maintenance personnel within 15 minutes of
intimation to the helpdesk. The Denial of Service
attack shall be defined as sudden burst of
network traffic leading to more than 90-95%
utilization of the SWAN bandwidth in any
segment or complete network. In such a scenario
successful bidder shall perform an analysis of the
issue, verify whether the network utilization is
due to genuine user requirements or it is a
denial of service attack. In case it is identified as
DoS attack, successful bidder shall identify the
source of Denial of Service attack, and shall
disconnect the source or network from SWAN
backbone and resolve the issue to ensure
availability and performance of the backbone.

Requesting clarification if DDOS protection


The successful bidder is expected to configure the existing
equipments are present to prevent DDOS attacks ,
mechanism of preventing DDOS.
else how will the bidder mitigate such attacks and
what is the expected resolution time . DDOS solution
owner should be with the DDOS solution provider
and not with Network operator.

TEAM COMPOSITION AND TASK ASSIGNMENTS

The manpower assigned at the time of RFP response This clause remains unchanged.
may be the lead managers as an Interim but will
handover the project to the actual resources
deployed for the project

Airtel

Airtel

Airtel

14 of 23

Response to Pre-Bid Queries for RFP of Selection of MPSWAN Network Operator

Sr.

Vol Pg No.

Section

SubSection

Details
QUALITY OF SERVICE PARAMETERS
Capacity and Performance Management
The overall responsibility of ensuring the SWAN
performance rests with the successful bidder

80

81

82

49

50

50

9.3

9.3

9.3

9.3

Penalties
for
deteriorat
ion of
QoS

Downtime because of leased lines shall not be


considered for calculating the effective
downtime.
In such cases, the successful bidder shall provide
related proof using the tools deployed at NMC. If
the successful bidder is unable to generate such
a proof, reason for outage (RFO) dully signed by
nodal officer appointed by MPSEDC has to be
submitted.
Denial of Service Attack Rs 1,00,000 per attack

50

Section 9.3

Section
9.3Vol I
Page 50

9.3

Penalties
for
deteriorat
ion of
QoS

DOS attack

84

50

Clarification required / Suggestions

Response

In case of impact on the quality of service and


This clause remains unchanged. However, at the time of
Capacity and performance parameters due to existing implementing new changes, the successful bidder can evaluate
design and hardware related issues shall be brought the proposed changes and provide recommendations.
to notice of customer. Bidder shall not be held
responsible for the same. However, bidder shall
provide recommendations to State government on
SWAN infrastructure up gradation.
Kindly confirm our understanding is correct.
requesting clarification on hardware failure which
includes passive equipments as well , MPSEDC need
to ensure spare for same as well , moreover
requesting confirmation how will bidder be
accountable if any hardware failue occurs.

Please refer response to query no. 109.

We request MPSEDC to remove the penalty on DoS


attack.

This clause remains unchanged.

Bidder's Name

HCL

Airtel

IBM

Penalties for deterioration of QoS

83

7/1/2014

Request for penalties to be reduced considerably.


Even after Up-dation of Virus software system gets
infected due to new virus, no penalty should be
imposed

In cases where a patch is not available from the OEM of the


anti-virus software, the bidder shall not be penalized. However,
the bidder is expected to take possible preventive measures in
such cases.

Reliance

We request to reduce the penalty for any DOS attack This clause remains unchanged.
to Rs.10000 per attack against Rs.1,00,000 as
suggested in the RFP
Wipro

15 of 23

Response to Pre-Bid Queries for RFP of Selection of MPSWAN Network Operator

Sr.

Vol Pg No.

Section

SubSection

Details
QUALITY OF SERVICE PARAMETERS
Penalties for deterioration

85

50

9.3

9.3

Penalties for Manpower and Deliverables

86

87

88

89

90

51

51

51

53

53

Section 9.4

9.4

9.4

9.6

9.6

Service
Level
Agreeme
nt

9.4

9.4

VVIP
locations

VVIP
locations

7/1/2014

Clarification required / Suggestions


DDOS / Antivirus / other tools, functionalities as per
the existing software/hardware capabilities shall be
available. Any impact due to
design/software/hardware/feature/licence etc
limitation; bidder shall not be held responsible.
However, bidder shall provide recommendations to
State government on SWAN infrastructure up
gradation.
Kindly confirm our understanding is correct.
Kindly Change as below

Response
The successful bidder has to manage the security of the SWAN
with the available infrastructure and recommend best practices
and design to improve the same.

HCL

This clause remains unchanged.

1. Deployment at SHQ within 4 weeks of PO: 50000


per week penalty

PENALTIES FOR MANPOWER AND DELIVERABLES


Service level Penalties
1. Deployment of required manpower at SHQ
from acceptance of LoI
Penalties : Rs 1,00,000 per week or part of the
week of delay

Bidder's Name

Reliance

Deployment of manpower would involve relocation This clause remains unchanged.


of existing resources and also new recruitment. Our
request is that penalties should not be imposed till 8
weeks.
Kindly confirm.

PENALTIES FOR MANPOWER AND DELIVERABLES Our understanding is as follows:


Change in Manpower / Un-Availability without In case of change in manpower or unavailability
prior approval
without prior approval due to emergency / medical
situation, penalty shall not be levied. However, in
such cases involving emergency/medical situation,
timely information and alternate resources shall be
provided.
MPSEDC shall give list of VVIP offices (End users) Please share the location details of all these VVIP
across the state of M.P at the time of signing of offices. This is required to estimation of resources
agreement which is to be put under severity
level 1 irrespective

Such conditions will be dealt with on a case to case basis. The


successful bidder will be required to provide equivalent
alternate resource(s). All resources deployed will have to be
approved by MPSEDC.

MPSEDC shall give list of VVIP offices (End users) We understand VVIP office will require support only
across the state of M.P at the time of signing of during the prime business hours. Please confirm
agreement which is to be put under severity
level 1 irrespective

SLAs shall be applicable in the PBH as well as NPBH.

HCL

HCL

Please refer corrigendum point 4.

Wipro

Wipro

16 of 23

Response to Pre-Bid Queries for RFP of Selection of MPSWAN Network Operator

Sr.

Vol Pg No.

Section

SubSection

Details
Penalties for misuse

91

53

93

94

95

96

53

53

53

53

54

9.5

9.5

9.6

9.6

9.6

Clarification required / Suggestions

Response

Airtel

We would request MPSEDC to kindly elaborate which Please refer response to query no. 91
all activities can be considered as a misuse on
bidders part.
HCL

9.5

In case of misuse of bandwidth/ Internet at the


instance of the successful bidder, the penalty
Penaties imposed on the successful bidder,
for
Misuse

VVIP
locations

9.6

NA

Bidder's Name

Airtel requests MPSEDC to please elaborate on what Internet misuse means usage of the SWAN internet for any
exactly would be the standard for calculating
purposes other than for official work.
"Penalties for misuse".

9.5

Penalties for misuse

92

7/1/2014

MPSEDC shall give list of VVIP offices (End users)


across the state of M.P at the time of signing of
agreement which is to be put under severity
level 1 irrespective

Please share the defination/ any details for cases to


be considered under Internet Misuse.

Please refer response to query no. 91

Wipro

Since these VVIP location are to be considered under Please refer corrigendum point 4. VVIP offices will be at District
severity 1 and SLA for Sev 1 require onsite presence levels and severity 2 SLA will be applicable for such locations.
of the resources. Please consider separate and low
penatities for these location

Services
Spares list shall be mutually worked-out and spares
NOTE: MPSEDC shall give list of VVIP offices (End shall be provided by MPSEDC.
users) across the state of M.P at the time of
signing of agreement which is to be put under
severity level 1 irrespective of locations. Number
of such offices shall be 100.

This clause remains unchanged.

Guidance for calculating the Downtime

Please refer to query no 109

Providing Spares or Faulty part replacement or


hardware/software update/upgrade to bidder is
OEM/MPSEDC responsibility; bidder shall not be
penalized for downtime. Kindly confirm.

Wipro

HCL

HCL

17 of 23

Response to Pre-Bid Queries for RFP of Selection of MPSWAN Network Operator

Sr.

Vol Pg No.

SubSection

Section

Details
Technicain

97

98

99

55

9.7

MANPOW
ER
REQUIRE
MENTS

9.7

MANPOW
ER
REQUIRE
MENTS

58

9.7.2

Point 4 in
table,
Technicia
n

62

9.7.3
QUALIFICATI
ON OF THE
RESOURCES

55

100

101

62

9.7.3
QUALIFICATI
ON OF THE
RESOURCES

7/1/2014

Clarification required / Suggestions


Only CHQ/DHQ level has the requirment of
Technicians. However there at technican
requirements at SHQ & BHQ level as well which is
taken care by MPSECD & is out of the scope of the
bidder. Please confirm

Manpower requirement at SHQ, CHQ, BHQ level We understand this is minumum manpower
requirement stated by MPSEDC at all the level and
Wipro to decide on the required manpower as per
the SLA. MPSEDC to provide the required
Infrastucture arrangment (desktop, seating
arragement, connectivity, other devices) for the
manpower which we be deployed (Proposed and
addtional).
Technicain Experience
As per the tender clause, point 4 in table of page 58
and Point 4 in table on page 61, experience of
technicain asked is 3 yr and 1 yr respectively which is
a clause. Please suggest what is the experience to be
considered of a network technician

Response

Bidder's Name

At SHQ Level, the technician work will be done by MPSEDC


At BHQ level, the Technicians at DHQ are expected to travel to
their district's BHQ's for such activities.
Wipro

1. Minimum mandatory manpower is specified in the RFP.


2. Infrastructure for management of SWAN shall be provided
by MPSEDC.
Wipro

Experience required for Technician is 1+ years. Please refer


corrigendum point 5.

Network Specialist: BE/B.Tech/MCA/M-TECH


degree or equivalent AND CCNP/CCI AND ITILv3
(desired) with prior experience of IT
Infrastructure/ Network Monitoring, Enterprise
level NMS & Helpdesk Management tools

Kindly ammend the clause like ,Network Specialist: This clause remains unchanged
BE/B.Tech/MCA/M-TECH degree or equivalent AND
CCNA/CCI/ITILv3 with prior experience of IT
Infrastructure/ Network Monitoring, Enterprise level
NMS & Helpdesk Management tools

Network Monitoring Engineer: BE/ B.Tech /MCA


or
equivalent with ITILv3 as well as CCNA or CCNP
and prior experience of IT/Network Monitoring,
Enterprise level NMS & Helpdesk Management
tools

Kindly ammend the clause like, Network Monitoring This clause remains unchanged
Engineer: BE/ B.Tech /MCA as well as
CCNA/CCNP/ITILv3 and prior experience of
IT/Network Monitoring, Enterprise level NMS &
Helpdesk Management tools

New Inclusion

(1) In case delayed payment of undisputed amount, This clause remains unchanged.
interest @ 12% shall be paid to the bidder

Wipro

IL&FS

IL&FS

Right to bidder for non payment:


102

(2) If the undisputed amount remain unpaid for over


90 days, the bidder should have right to exit from the
account

Wipro

18 of 23

Response to Pre-Bid Queries for RFP of Selection of MPSWAN Network Operator

Sr.

Vol Pg No.

Section

SubSection

Details
Service Level Agreement

103

44, 45

104

44, 45, 9.1, 9.2, 9.3,


50, 53
9.5

105

44, 45, 9.1, 9.2, 9.3,


50, 53
9.5

106

51, 52

9.4

55, 58

9.7

108

55, 58

9.7

Clarification required / Suggestions

Response

We assume Successful bidders responsibility shall be Please refer response to query no 109.
limited to registering call with respective OEMs for
AMC purpose (vendor management) and no AMC
work. In such a scenario, we believe that any
penalties under Resolution Time for issues relating
to hardware / equipment failure should not be
applicable to the Successful bidder.

During the first quarter, penalties shall be


We would request MPSEDC to cap this to 10% of QGR This clause remains unchanged.
calculated but total penalty imposed shall be
limited to 5% of the QGR. After first quarter from
Go-live, the total penalties imposed due to nonadherence to SLA specified below shall not

exceed 20% of the QGR (including penalties for


deterioration of QoS and penalties for misuse)

We would request MPSEDC to cap this to 10% of QGR This clause remains unchanged.

Penalties for Manpower and Deliverables

We request MPSEDC to cap this over all penalty to 5%


of such manpower and deliverables which remains
undelivered.
Network engineer requirement as per page 55 is 309
but as per page 58 is 359. Please clarify which figure
to consider

9.4
Manpower requirement and Team Members

107

7/1/2014

Manpower requirement and Team Members

Bidder's Name

HCL

HCL

HCL
This clause remains unchanged.
HCL
On page 55, Network Engineers at DHQ is mentioned as 50, at
BHQ is 309.
On page 58, a summation of these numbers is given i.e. 359

We request MPSEDC to please clarify what would be The successful bidder will have to plan to meet the SLAs.
the service window for Division HQs, District HQs and
BHQs?

HCL

HCL

19 of 23

Response to Pre-Bid Queries for RFP of Selection of MPSWAN Network Operator

Sr.

Vol Pg No.

SubSection

Section

Details
Penalties

109

110

NA

13

NA

The Bid security can be forfeited at the


discretion of MPSEDC on account of one or more
of the following reasons:
1 The Bidder withdraws their Bid during the
period of Bid validity
2 Bidder does not respond to requests for
clarification of their Bid
3 Bidder fails to co-operate in the Bid evaluation
process, Bidder providing false information
4 In case of a successful Bidder, the said Bidder
fails:
a. To furnish Performance Guarantee; or
b. To sign the Agreement within the given time

7/1/2014

Clarification required / Suggestions


Request to please include that for purpose of
calculating the uptime, time taken for the following
should be excluded:
1) Failure of the infrastructure, electricity etc.
2) Time required to boot the system
3) Delays due to non conformance of the issued
directives.
4) Preventive maintenance
5) Planned Outage
6) Mis-handling by any person other than
vendors authorized representatives.

Response
1) Failure of the infrastructure, electricity etc. - POPs have a
UPS and DG set for power backup. The successful bidder is
expected to use these mechanism in case of power failure.
Hence, Failure of electricity will be considered while calculating
downtime. Further, failure of infrastructure will be excluded
from downtime calculation only if the spare bank is depleted
and is not replenished due to no fault on part of bidder.
2) Time required to boot the system - Uptime will be
considered from the time the NMS starts recording the uptime
3) Delays due to non conformance of the issued directives. Delays due to conformance of written directives issued will be
excluded.
4) Preventive maintenance - Preventive maintenance is to be
done in NBH and will have to be intimated in advance
5) Planned Outage - Shall not be considered if written/email
permission has been sought from MPSEDC in advance.
6) Mis-handling by any person other than
vendors authorized representatives - This will be exempted
only in a case where the handling of the device has been
authorised to any person by MPSEDC.

The Bid security can be forfeited at the discretion of This clause remains unchanged.
MPSEDC on account of one or more of the following
reasons:
1 The Bidder withdraws their Bid during the period of
Bid validity
2 Bidder does not respond to requests for
clarification of their Bid
3 Bidder fails to co-operate in the Bid evaluation
process, Bidder providing false information
4 In case of a successful Bidder, the said Bidder fails:
a. To furnish Performance Guarantee; or
b. To sign the Agreement within the given time.

Bidder's Name

IBM

Wipro

20 of 23

Response to Pre-Bid Queries for RFP of Selection of MPSWAN Network Operator

Sr.

Vol Pg No.

Section

SubSection

Details

7/1/2014

Clarification required / Suggestions

The bidder shall furnish, as part of its bid, a bid We request MPSEDC to kindly reduce the EMD
security in the form BG of Rs 1 Crore in favour of amount substantially.
MPSEDC Ltd. payable at Bhopal.
111

112

113

114

115

116

13

17

17

21

21

22

2.1

2.1

Response
This clause remains unchanged.

HCL

NA

Sub-contracting of manpower by bidders is


allowed only at block level (BHQ) PoPs and for
Sub
the Technicians (50 nos.) at the DHQ level. Apart
Contracti from this, no sub-contracting would be allowed
ng
for CHQ/DHQ PoPs and at SHQ.

Request to kindly amend the clause to


Accommodate subcontracting as per
bidders preference - however subject that final SLA
and performance responsibility shall vest with the
bidder only.

This clause remains unchanged.

IBM

Sub-contracting of manpower by bidders is


Sub-contracting should be allowed at all levels
This clause remains unchanged.
allowed only at block level (BHQ) PoPs and for
including CHQ/DHQ & SHQ. Core Project team can be
Subthe Technicians (50 nos.) at the DHQ level. Apart on Bidders payroll.
Section 2.10 Contracti from this, no sub-contracting would be allowed
ng
for CHQ/DHQ PoPs and at SHQ.

3.3

3.3

3.3

Sl. 2 C

NA

Sl. 4 B

Bidder's Name

The Bidder should have an average annual


turnover of not less than INR 50 Crores during
the last three financial years (F.Y. 2010-11, 201112 and 2012-13 respectively).

For the current year, i.e 2013-14, we have a turnover This clause remains unchanged.
of Rs.55 crores. However, for the previous two years
it is not so, and the average also does not come up to
Rs.50 crores. We would request you to kindly amend
the eligibility criteria to average turnover of Rs.35
crores, to enable us to bid for the same as we qualify
on all other parameters.

Eligibility Criteria
b) Copy of the audited profit and loss account/
Auditors/ Company Secretary Certificate /
certified balance sheet/ annual report (reflecting
overall turnover and the turnover specific to
Services /product lines) of the last three financial
years counter signed by Statutory Auditor
The Bidder must have a team of professionals
having professional certifications as specified
below on its payroll as on bid submission date
a. CISSP / CISM/ CISA: minimum 5 professionals
b. CCNA / CCNP: minimum 20 professionals
c. ITIL: minimum 3 professionals

We would request MPSEDC to accept Auditors/


Company Secretary Certificate as an valid document
as a CA certificate itself is an authentic proof of a
companys financials

Reliance

DSM

Yes. This will be acceptable.

We would further like to bring to your notice that you Please refer corrigendum point 9
have asked for a minimum 5 nos of CISA/CISP
certified people to be on the payroll of the company.
We submit that for the job required to be done,
these people may not be required as these
certifications are primarily for Security applications.
We would request that this clause be amended too,
as this will add significantly to the cost.

HCL

DSM

21 of 23

Response to Pre-Bid Queries for RFP of Selection of MPSWAN Network Operator

Sr.

Vol Pg No.

Section

SubSection

Details
CISSP / CISM/ CISA: minimum 5 professionals

117

118

119

120

121

22

22

22

22

22

Eligibility
Criteria

Eligibility
Criteria

Eligibility
Criteria

Eligibility
Criteria

7/1/2014

Clarification required / Suggestions

Response

Bidder requestes MPSEDC to kindly change it to


"CISSP / CISM/ CISA/ CCIE or equivalent: minimum 4
professionals". Requested certifications are for
security only. Considering the scope of RFP, as the
reuqirement is mainly to manage the routing and
switching components CCIE or quivalent should be
incorporated.

Please refer corrigendum point 9

The Bidder should have positive net profit in at


least one of the last two financial years i.e. FY
2011-12 and FY
Point no.
2012-13
2. B

Request to kindly remove this clause

This clause remains unchanged.

The Bidder must have a team of professionals


having professional certifications as specified
below on its payroll as on bid submission date
a. CISSP / CISM/ CISA: minimum 5 professionals
Point 4 B
b. CCNA / CCNP: minimum 20 professionals
c. ITIL: minimum 3 professionals

We request to change the no. of professionals


requirement as below

3.3

Point No
5

Airtel

Reliance

Please refer corrigendum point 9

a. CISSP/CISM/CISA: 2 professionals.
b. CCNA / CCNP: 15 professionals.
c. ITIL: 2 professionals.

The Bidder should have an average annual


Kindly allow Self Certification signed by authorized
turnover of not less than INR 20 Crores from IT signatory in place of statutory auditors.
Services including Network Operations and
Point no.
related Facility Management Services of the last
2.D
three financial years from Indian operations.
(F.Y. 2010-11, 2011-12 and 2012-13 respectively
Documents Required: Work Order + Self
Certificate of Completion (Certified by the
Statutory Auditor);"

Bidder's Name

Reliance

A certificate from a Chartered Accountant or the Company


Secretary will be accepted.
Reliance

Please allow Work Order + Self certification of phase Accepted.


Completion signed by authorized signatory.
Reliance

22 of 23

Response to Pre-Bid Queries for RFP of Selection of MPSWAN Network Operator

Sr.

122

123

Vol Pg No.

22

24

Section

3.3
ELIGIBILITY
CRITERIA

3.4

SubDetails
Clarification required / Suggestions
Section
4
A. The Bidder should have minimum 100
Clause to be omitted
Network specialists and Network Monitoring
Engineers as per the qualifications mentioned
under Section 9.7.3 on its payrolls as on Bid
submission date.
B. The Bidder must have a team of professionals
having professional certifications as specified
below on its payroll as on bid submission date
a. CISSP / CISM/ CISA: minimum 5 professionals

7/1/2014

Response

Bidder's Name

This clause remains unchanged.

MPSEDC may terminate the contract by giving 30 Does the MPSEDC mean "tender process" or
This refers to 'contract'.
day advance notice of termination without
"contract" in this clause? The remaining clauses in
assigning any reason whatsoever.
this section deal with the tender process, and 2.8
already gives MPSEDC such a right. If this refers to
the contract, then this tantamounts to a termination
for convenience provision, and hence we request for
its deletion.

IL&FS

Airtel

23 of 23

You might also like