Professional Documents
Culture Documents
7/1/2014
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
Response
Bidder's Name
Wipro
Airtel
Yes.
Wipro
This clause remains unchanged.
Airtel
Airtel
1 of 23
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
Airtel
No.
Wipro
Follow up with the vendors is a part of the scope of the bidder.
Also refer response to query 109.
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
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
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.
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
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).
Bidder's Name
HCL
HCL
Wipro
Airtel
Airtel
Airtel
3 of 23
Sr.
18
19
20
21
22
Vol Pg No.
34
35
35
35
35
Section
7.1.3
SubSection
Details
7/1/2014
Response
7.1.2
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
IBM
Wipro
Airtel
Airtel
4 of 23
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
Response
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
Airtel
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
Airtel
IL&FS
HCL
5 of 23
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
Response
Bidder's Name
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
Yes.
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
IL&FS
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
6 of 23
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
Response
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
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
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
7.2.6
7.2.5
Point 7.2.5
HELPDESK
MANAGEME
NT SERVICES
7/1/2014
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.
HCL
8 of 23
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
Response
7/1/2014
7.2.7
7.2.7
7.2.7
HCL
Yes
HCL
7.2.6
7.2.7
Bidder's Name
Airtel
Airtel
Airtel
Airtel
9 of 23
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
Response
Yes. We confirm this understanding.
HCL
Bidder's Name
Airtel
IL&FS
Airtel
Airtel
10 of 23
Sr.
61
Vol Pg No.
44
62
44
Section 9
63
44
64
65
44
45
SubSection
Section
Section 9
Details
Resolutio
n time
Service
Level
Agreeme
nt
45
Section 9.1
Service
Level
Agreeme
nt
Response
Bidder's Name
IBM
Reliance
Wipro
66
7/1/2014
HCL
Reliance
Reliance
11 of 23
Sr.
67
68
69
70
Vol Pg No.
45
45
45
46
SubSection
Section
SLA
Penalty
9.1
Details
46
Response
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 .,
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
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
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
Wipro
Penalties
on
uptime
9.2
9.2
Bidder's Name
95% or better
>=90% and <95%
0.5% downtime
>=80% and <90%
0.5% downtime
7/1/2014
Wipro
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
HCL
13 of 23
Sr.
77
78
79
Vol Pg No.
48
48
49
Section
Annexure
SubSection
9.2
9.3
ANNEXUR
E-V
Details
7/1/2014
Response
Bidder's Name
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
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
50
Section 9.3
Section
9.3Vol I
Page 50
9.3
Penalties
for
deteriorat
ion of
QoS
DOS attack
84
50
Response
Bidder's Name
HCL
Airtel
IBM
83
7/1/2014
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
Sr.
Vol Pg No.
Section
SubSection
Details
QUALITY OF SERVICE PARAMETERS
Penalties for deterioration
85
50
9.3
9.3
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
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
Bidder's Name
Reliance
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
HCL
HCL
Wipro
Wipro
16 of 23
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
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
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
92
7/1/2014
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.
Wipro
HCL
HCL
17 of 23
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
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
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
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
Wipro
18 of 23
Sr.
Vol Pg No.
Section
SubSection
Details
Service Level Agreement
103
44, 45
104
105
106
51, 52
9.4
55, 58
9.7
108
55, 58
9.7
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.
We would request MPSEDC to cap this to 10% of QGR This clause remains unchanged.
9.4
Manpower requirement and Team Members
107
7/1/2014
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
Sr.
Vol Pg No.
SubSection
Section
Details
Penalties
109
110
NA
13
NA
7/1/2014
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
Sr.
Vol Pg No.
Section
SubSection
Details
7/1/2014
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
IBM
3.3
3.3
3.3
Sl. 2 C
NA
Sl. 4 B
Bidder's Name
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
Reliance
DSM
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
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
Response
3.3
Point No
5
Airtel
Reliance
a. CISSP/CISM/CISA: 2 professionals.
b. CCNA / CCNP: 15 professionals.
c. ITIL: 2 professionals.
Bidder's Name
Reliance
22 of 23
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
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