You are on page 1of 229

Request for Proposal

For
Selection of Managed Service
Provider (MSP)
For Design, Supply, Installation,
Operations and Maintenance of
NextGen BSWAN 2.0 Project in
Bihar

Tender Notice No: BSEDC/5292/16


Dated 24.08.2016
Bihar State Electronics Development
Corporation Limited
(A Government of Bihar Undertaking)

BSWAN 2.0 RFP for Selection of Managed Service Provider

#
1.
2.
3.
4.
5.
6
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
31.
32.
33.
34.
35.
36.
37.
38.
39.
40.
41.
42.
43.
44.

Abbreviations
APNIC
AS
BGP
BHQ
BIDDER
BELTRON
CPE
CSU
CVBE
DHQ
DMZ
DNS
DSU
EGP
FWSM
GOI
GoB
HDSL
HTTP
HQ
IMAP
IP
IPS
ISDN
ISP
LOI
Mbps
MCU
MPLS
MPPP
BSWAN
MZ
NAT
NeGP
NIC
NIT
NMC
NMS
EBH
OEM
OSPF
PAT
PBH
PoE

Description
Asia Pacific Network Information Center
Autonomous System Number
Boarder Gateway Protocol
Block Head Quarter
Tender participant
Bihar State Electronics Development Corporation Limited
Customer
Premise Equipment
.
Channel Service Unit
Commercial Value for Bid Evaluation
District Head Quarters
De Militarized Zone
Domain Name Server
Data Service Unit
Exterior Gateway Protocol
Firewall Services Module
Government Of India
Government of Bihar
High bit rate Digital Subscriber Line
Hypertext Transfer Protocol
Head Quarter
Internet Message Access Protocol
Internet Protocol
Intrusion Prevention System
Integrated Services Digital Network
Internet Service Provider
Letter of Intend to be issued to successful bidder
Mega Bits Per Seconds
Multipoint Conferencing Unit
Multi-Protocol Label Switching
Multi-link Point to Point Protocol
Bihar State Wide Area Network
Militarized Zone
Network Address Translation
National e-governance plan
National Informatics Centre
Notice Inviting Tenders
Network Management Centre
Network Management System
Extended Business Hours
Original Equipment Manufacturer
Open Shortest Path First Protocol
Port Address Translation
Prime Business Hours
Power Over Ethernet

BSEDC Tender Notice No: BELTRON/5292/2016

Page 2 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

#
45.
46.
47.
48.
49.
50.
51.
52.
53.
54.
55.
56.
57
58

Abbreviations
POP
QGR
QoS
RFP
SHQ
SNMP
SLA
SWAN
TPA
VoIP
VC
WAN
MSP
BSP

59
60
61

PBSP
SBSP
TSP

Description
Point of Presence
Quarterly Guaranteed Revenue
Quality of Service
Request for Proposal
State Head Quarter
Simple Network Management Protocol
Service Level Agreement
State Wide Area Network
Third Party auditor
Voice over IP
Video Conferencing
Wide Area Network
Managed Service Provider ( Successful Bidder of BSWAN 2.0)
Bandwidth Service Provider ( Telecom Service provider to provide
Connectivity)
Primary Bandwidth Service Provider ( BSNL)
Secondary Bandwidth Service Provider ( Back up Connectivity
Provider)Service Provider
Telecom

BSEDC Tender Notice No: BELTRON/5292/2016

Page 3 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Definitions
S.
No
1

Terms

Uptime

9.
10

11

12

13

Description

BSWAN 2.0 BSWAN 2.0 Network refers to the Primary link from BSNL and Secondary
Network
Link from Alternative Service provider on MPLS Network
Uptime refers to BSWAN 2.0 Network and its hardware availability across
various segments i.e. between SHQ, DHQ, BHQ and horizontal links.
%Uptime means ratio of up time (in minutes) in a month to Total time in
the month (in minutes) multiplied by 100.
Prime
PBH refers to the prime network utilization period for BSWAN 2.0, which
Business
shall be typically starting from 10:00 hrs till 18:00 hrs Monday to Saturday
Hours (PBH) throughout the quarter or any other period to be defined by the state.
Extended
EBH refers to the lean network utilization period for BSWAN 2.0, which
Business
shall be typically starting from 18:00 hrs till 10:00 hrs on all 6 days in a
Hours (EBH) week and Sunday will be 00:00 HRs to 00:24hrs or any other period defined
by the state.
Planned
Planned Network Outage refers to unavailability of network services due to
Network
infrastructure maintenance activities such as configuration changes, up
Outage
gradation or changes to any supporting infrastructure. Details related to
such planned outage shall be agreed with the State government and shall be
notified to all the related Departments and relevant offices in advance (at
least Five working days).
Unplanned
Unplanned Network Outage refers to an instance in which link is not
Network
available for the Department connecting to the BSWAN 2.0 Network for
Outage
more than 3 consecutive minutes.
Denial
of A sudden burst of network traffic leading to more than 90-95% utilization of
Service
the BSWAN2.0 bandwidth in any segment or complete network.
Quarterly
Fees which the Managed Service Provider/ successful bidder may get from
Guaranteed
the GoB on a quarterly basis for services rendered. This would be
Revenue
determined from the Financials Template submitted by the bidder as part
(QGR)
of the proposal.
Critical
Critical Events are important Data Services / Video Conferencing
Events
requirement by Senior Government officials in which services are being
rendered on BSWAN 2.0 Network. There will be maximum 2 such events in
a month for a duration of 4 hours The information about the event will be
provided to successful bidder 24 hrs in advance using BSWAN 2.0 . This
could be Video conferencing or web casting event of Chief Minister etc.
MPLS
MPLS is a scalable, protocol-independent transport. In an MPLS network,
( Multiprotoc data packets are assigned labels. Packet-forwarding decisions are made
ol
Label solely on the contents of this label, without the need to examine the packet
Switching)
itself
Primary
BSNL will be primary bandwidth provider to provide links for BSWAN 2.0.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 4 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

S.
No

14

15

Terms

Description

Bandwidth
Provider
Secondary
Bandwidth
Provider

They will provide point to point link from Block to district and district to
State Head Quarter.
Any Telecom Service Provider other than BSNL who can provide
connectivity at Block/District and State Head Quarter. The Secondary
bandwidth will be on MPLS Link and will have no dependency of BSNL
Network.
Successful Bidder/Consortium Partners of BSWAN 2.0 is called Managed
Service Provider and will be responsible for managing the entire BSWAN
Network and Infrastructure.

Managed
Service
Provider

BSEDC Tender Notice No: BELTRON/5292/2016

Page 5 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Disclaimer
The information contained in this Tender or subsequently provided to bidders, whether verbally or in
documentary or any other form by or on behalf of the BSEDC or any of its employees or advisers, is
provided to bidders on the terms and conditions set out in this Tender and such other terms and
conditions subject to which such information is provided. This Tender is issued by the BSEDC. This
Tender is not an agreement and is neither an offer nor invitation by the BSEDC to the prospective
bidders or any other person. The purpose of this Tender is to provide interested parties with
information that may be useful to them in the formulation of their Bid pursuant to this Tender. This
Tender includes statements, which reflect various assumptions and assessments arrived at by the
BSEDC in relation to the BSWAN 2.0 project. Such assumptions, assessments and statements do not
purport to contain all the information that each Applicant may require. This Tender may not be
appropriate for all persons, and it is not possible for the BSEDC, its employees or advisers to consider
the objectives, technical expertise and particular needs of each party who reads or uses this Tender. The
assumptions, assessments, statements and information contained in this Tender, may not be complete,
accurate, adequate or correct. Each Applicant should, therefore, conduct its own investigations and
analysis and should check the accuracy, adequacy, correctness, reliability and completeness of the
assumptions, assessments and information contained in this Tender and obtains independent advice
from appropriate sources. Information provided in this Tender to the bidders is on a wide range of
matters, some of which depends upon interpretation of law. The information given is not an exhaustive
account of statutory requirements and should not be regarded as a complete or authoritative statement
of law. The BSEDC accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein. The BSEDC its employees and advisers make no representation or
warranty and shall have no liability to any person including any Applicant under any law, statute, and
rules or regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss,
damages, cost or expense which may arise from or be incurred or suffered on account of anything
contained in this Tender or otherwise, including the accuracy, adequacy, correctness, reliability or
completeness of the Tender and any assessment, assumption, statement or information contained
therein or deemed to form part of this Tender or arising in any way in this Selection Process. The
BSEDC also accepts no liability of any nature whether resulting from negligence or otherwise however
caused arising from reliance of any Bidder upon the statements contained in this Tender. The BSEDC
may in its absolute discretion, but without being under any obligation to do so, update, amend or
supplement the information, assessment or assumption contained in this Tender. The issue of this
Tender does not imply that the BSEDC is bound to select an Bidder or bidders, as the case may be, for
the selection of BSWAN 2.0 solutions and the BSEDC reserves the right to reject all or any of the
Proposals without assigning any reasons whatsoever. The Bidder shall bear all its costs associated with
or relating to the preparation and submission of its Proposal including but not limited to preparation,
copying, postage, delivery fees, expenses associated with any demonstrations or presentations which
may be required by the BSEDC or any other costs incurred in connection with or relating to its
Proposal. All such costs and expenses will remain with the Bidder and the BSEDC shall not be liable in
any manner whatsoever for the same or for any other costs or other expenses incurred by a Bidder in
preparation or submission of the Bid, regardless of the conduct or outcome of the Selection Process.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 6 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

CONTENTS
1

Invitation for Bids .................................................................................................................12

Notice Inviting Tender.......................................................................................................... 13

Project Profile ........................................................................................................................15


3.1

Vision of BSWAN 2.0............................................................................................................ 15

3.2

About BSEDC.........................................................................................................................16

3.3

About BSWAN .......................................................................................................................16

3.4

Overview of the Existing BSWAN .......................................................................................17

3.5

The Network Architecture.................................................................................................... 17

3.6

SHQ ......................................................................................................................................... 18

3.7

District Level POP Architecture ..........................................................................................20

3.8

Block Level Architecture ...................................................................................................... 21

3.9

Network Security ...................................................................................................................21

3.10

NMS......................................................................................................................................... 21

3.11

Bandwidth Provider .............................................................................................................. 22

3.12

IP Telephony ..........................................................................................................................22

3.13

Voice Gateway and VC .......................................................................................................... 23


BSWAN 2.0 ............................................................................................................................24

4
4.1

BSWAN 2.0 Power Proposition...........................................................................................26

4.2

BSWAN 2.0 NoFN Network................................................................................................. 27

BSWAN 2.0 Architecture ..................................................................................................... 28

Roles and Responsibilities BSWAN 2.0 ............................................................................. 33


6.1

Roles and Responsibilities of Managed Service Provider................................................33

6.2

Roles and Responsibilities of the BSEDC .......................................................................... 34

6.3

Roles and Responsibilities of the Third Party Auditor.....................................................34


Scope of Work ........................................................................................................................35

7
7.1

Taking over of the existing BSWAN equipment and Infrastructure ..............................36

7.2

Providing necessary Manpower for managing the existing BSWAN 1.0 .......................37

7.3

Operation and Maintenance of BSWAN equipment and Infrastructure.......................37

7.4

Migration of the network to new BSWAN 2.0 architecture ............................................ 39

7.5

Civil Work...............................................................................................................................42

7.6

Survey, Design, Procure and Implementation of LAN and WAN for Upgradation ..... 42

7.7

Technical requirement for BSWAN 2.0 ............................................................................. 44

BSEDC Tender Notice No: BELTRON/5292/2016

Page 7 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

7.8

Relocation of the Equipment and Connectivity ................................................................45

7.9

Liaison with Stakeholders .................................................................................................... 45

7.10

Implementation of IPv6 ....................................................................................................... 46

7.11

Implementation of Common IPv4/IPv6 Schema .............................................................46

7.12

Operation and Maintenance of BSWAN PoP .................................................................... 46

7.13

BSWAN 2.0 Portal.................................................................................................................47

7.14

Helpdesk Management System ...........................................................................................47

7.15

Documentation ......................................................................................................................49

7.16

Solution Design Document .................................................................................................. 51

7.17

Network Management System.............................................................................................51

7.18

Exit Management ..................................................................................................................56

Manpower Requirements..................................................................................................... 58

SLA .......................................................................................................................................... 67
9.1

Service Level Objectives ....................................................................................................... 67

9.2

Down time calculation .......................................................................................................... 67

9.3

Calculation of Uptime........................................................................................................... 68

9.4

SLA Exclusion Time .............................................................................................................. 69

9.5

PoP Uptime SLA Normal Operations .................................................................................69

9.6

Downtime SLA for Network links .......................................................................................72

9.7

Penalties for deterioration of BSWAN 2.0 Security (Vertical PoPs) ..............................74

9.8

Denial of Services ..................................................................................................................75

9.9

Network Operations Management and Helpdesk System...............................................75

9.10

Network Equipment & Links - Implementation SLA.......................................................77

9.11

Security Audit SLA ................................................................................................................77

9.12

Transition Timelines SLA..................................................................................................... 78

9.13

Penalties for Man Power Deployment................................................................................78

9.14

Penalties for misuse .............................................................................................................. 79

9.15

BSWAN 2.0 Secondary Link Latency .................................................................................79

9.16

SWAN 2.0 Secondary Link Packet Loss ............................................................................. 80

9.17

BSWAN 2.0 Average and Maximum Jitter ........................................................................ 80

9.18

SLA for Critical Events ......................................................................................................... 80

9.19

Penalties for MPLS Bandwidth Throughput Testing by TPA.......................................... 81

10

Final Testing and Certification............................................................................................82

BSEDC Tender Notice No: BELTRON/5292/2016

Page 8 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

10.1

Management of the project .................................................................................................. 82

10.2

Audit, Access and Reporting................................................................................................83

10.3

Change request schedule...................................................................................................... 85


Scope of Bid Proposal ........................................................................................................... 88

11
11.1

Requirements for a Consortium..........................................................................................89

11.2

Number of Proposals ............................................................................................................ 90


Eligibility Criteria ..................................................................................................................91

12
12.1
13

Amendment of Tender document .......................................................................................93


Bid Preparation......................................................................................................................94

13.1

Pre-qualification bid ............................................................................................................. 94

13.2

Tender Processing Fees ........................................................................................................ 95

13.3

Modes of Submission............................................................................................................ 95

13.4

Authentication of Bid............................................................................................................ 95

Validation of interlineations in Bid ................................................................................................... 95


Cost of Bidding ..................................................................................................................................... 95
Bid Prices...............................................................................................................................................95
13.5

Firm Price...............................................................................................................................95

13.6

Bid Security& its amount (EMD) ........................................................................................96

13.7

Period of validity of Bids ...................................................................................................... 96

13.8

Revelation of Prices...............................................................................................................96

13.9

Terms and conditions of Tendering Firms ........................................................................ 97

13.10

Bid Submission ......................................................................................................................97

13.11

Contacting GoB......................................................................................................................98

13.12

Bid currency ...........................................................................................................................98

13.13

Disqualifications....................................................................................................................98

13.14

Termination ...........................................................................................................................98

13.15

Limitation of Liability........................................................................................................... 99
Bid Evaluation .....................................................................................................................100

14
14.1

Overall Evaluation...............................................................................................................100

14.2

Pre-Qualification Bid Evaluation ......................................................................................100

14.3

Evaluation of Technical qualification Bid ........................................................................ 101

14.4

Technical Evaluation Criteria ............................................................................................102

14.5

Evaluation of Commercial bids .........................................................................................104

BSEDC Tender Notice No: BELTRON/5292/2016

Page 9 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

14.6

Correction of Errors ............................................................................................................ 104

14.7

Evaluation committee......................................................................................................... 105

14.8

Right to vary quantities at the time of award .................................................................. 105

14.9

Right to accept any bid/ reject any or all bids ................................................................. 105

15

Award of Contract ...............................................................................................................106

16

Miscellaneous.......................................................................................................................108
16.1

Dispute Resolution Clause ................................................................................................. 108

16.2

Notices .................................................................................................................................. 108

16.3

Force Majeure ......................................................................................................................109

16.4

Use of documents and Information ..................................................................................109

16.5

Insurance..............................................................................................................................110

16.6

Indemnity .............................................................................................................................110
Payment SCHEDULE ......................................................................................................... 111

17
17.1

Payment of Service Tax....................................................................................................... 112

17.2

Additional Equipment ........................................................................................................ 112

18

Forms Templates.................................................................................................................114

19

Annexure A List of PoPs ................................................................................................. 148


19.1

LIST of 140 uncovered BHQ/SDHQ BSWAN PoP .........................................................161

20

Annexure B Indicative Bill of Quantity......................................................................... 165

21

Annexure c Minimum Specifications of New Active and Passive Equipments ....... 167
21.1

SHQ Router ..........................................................................................................................167

21.2

Internet Router....................................................................................................................169

21.3

SHQ Core Switch .................................................................................................................171

21.4

DMZ/Internet Switch ......................................................................................................... 174

21.5

SHQ Core Firewall with IPS...............................................................................................176

21.6

DHQ Router .........................................................................................................................178

21.7

DHQ Switch..........................................................................................................................180

21.8

DHQ UTM ............................................................................................................................181

21.9

BHQ Router..........................................................................................................................185

21.10

BHQ Switch ..........................................................................................................................187

21.11

IP Telephony System .......................................................................................................... 190

21.12

Network Management SYSTEM (NMS)........................................................................... 194

21.13

AAA Software .......................................................................................................................198

BSEDC Tender Notice No: BELTRON/5292/2016

Page 10 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

21.14

VC Endpoints....................................................................................................................199

21.15

VC MCU.............................................................................................................................201

21.16

VC Gatekeeper .....................................................................................................................204

21.17

VC Management ..................................................................................................................205

21.18

VC Recording .......................................................................................................................207

21.19

Server .................................................................................................................................... 209

21.20

Desktop ................................................................................................................................. 210

21.21

Anti-Virus Solution ............................................................................................................. 211

21.22

Central Management System (CMS) ................................................................................214

21.23

NETWORK Passive Components......................................................................................216

21.24

Technical Specification for Link Load Balancer..............................................................225

21.25

Modem for BHQ BSNL Link..............................................................................................227

21.26

Technical Specification for DHQ Air Conditioner ..........................................................228

BSEDC Tender Notice No: BELTRON/5292/2016

Page 11 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

1 INVITATION FOR BIDS

The Government of Bihar (GoB) wishes to establish a State Wide Area Network 2.0 (BSWAN
2.0) in the State of Bihar. The BSWAN 2.0 is envisaged as the network for data, voice and video
communications throughout the state. BSWAN 2.0 would act as the vehicle for effective
implementation of Electronic-Governance (e-Governance) across the state. BSWAN 2.0 will be
based upon open standards, state-of-art technologies, and suitable topology and with the
flexibility to expand/ upgrade to cover all parts of the state. All existing and future e-Governance
Applications, Communication and IT infrastructure would run across BSWAN 2.0. BSWAN 2.0
will be scalable and high capacity network to carry data, voice and video traffic between different
offices of GoB at State, District and Block Level linked with State Head Quarter (SHQ), District
Head Quarter (DHQ) and Block Head Quarter (BHQ) respectively. The BSWAN 2.0 will have a
single point Internet gateway at SHQ for all the network nodes/ offices of GoB covered under
BSWAN 2.0.
Before bidding, bidder is advised to visit SHQ, DHQs and BHQs including the SecLAN
buildings, State Data Center (SDC) or any other office/ legacy network(s) that is either
connected or where connectivity may be required. The Bid document may be purchased by any
interested bidder on submission of a written application along with the Bid document fee of Rs.
25,000/- (nonrefundable) online during office hours on any working day. The complete bid
document has also been published on the website <www.BELTRON.in> or
<www.eproc.bihar.gov.in> for the purpose of downloading. The downloaded bid document
shall also be considered valid for participation in the bid process but such bid documents should
be submitted along with the required Bid document fee as mentioned above.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 12 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

2 NOTICE INVITING TENDER


Government of Bihar wishes to upgrade the Bihar SWAN to Bihar State Wide Area Network 2.0
(BSWAN 2.0). The BSWAN is envisaged as the backbone network for data, video and voice
communications throughout the State. BSWAN 2.0 would act as the vehicle for effective
implementation of Electronic Governance (e- Governance) across the state.
BSEDC on behalf of Department of Information Technology (DoIT), Government of Bihar which
is the main trustee of this project, now invites bids from eligible bidders who have the necessary
qualifications to carry out the supply, installation, testing, linking, commissioning and
thereafter provide Network Operation and Management Services for complete BSWAN 2.0 on
for a period of five years.
Tender reference No:

BSEDC/5292/2016

Date of issue of RFP


Non Refundable Tender Fee

24.08.2016

Non Refundable Tender Processing Fee

25,000/- to be paid through e-Payment mode

(i.e. Net Banking, NEFT / RTGS & Credit /


Debit Card) only.
Rs. 1150/- (Inclusive of Service Tax @ 15%)
to be paid through e-Payment mode (i.e. Net
Banking, NEFT / RTGS & Credit / Debit
Card) only.

EMD

1 Crore

Pre-bid meeting date & venue

06/09/2016 @ 10:30 hrs


BELTRON Bhawan
Shastri Nagar
Patna, Bihar 800023

Last Date for Receiving Queries

04.09.2016 @ 10:00hrs

Request & Sale of Tender Document Date & 24.09.2016 14 Hours to 27.09.2016 11 hours
Time
Last Date and Time for submission of Bids
27.09.2016@ 15:30 hrs
Venue, Date & Time of Opening
Of Bids

BELTRON Bhawan
Shastri Nagar
Patna, Bihar 800023
20/09/2016 @1600 hrs

Venue, Date & Time of Opening Financial Bids

Will be intimated later

BSEDC Tender Notice No: BELTRON/5292/2016

Page 13 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Contact Person, Phone No. and Email

Mr. Jitendra Tripathi, Project Lead BSWAN


BELTRON,Email:
jitendra.tripathi@bihar.gov.in
Phone: 0612-2281242, Tele Fax; 06122281857

Address for Communication:

Managing Director, BELTRON


Bihar
State
Electronics
Development
Corporation Limited,
BELTRON Bhawan, Shastri Nagar,
PATNA, Pin Code - 800023

Please visit web site <www.BELTRON.in> or <www.eproc.bihar.gov.in> for full details.


Complete sets of bidding documents prepared by BELTRON/GoB will be available for free
download, by interested bidders, from the e-Procurement portal of the Government of Bihar.
It will be in the interest of the bidders to familiarize themselves with the e Procurement system
to ensure smooth preparation and submission of the tender documents.
The Bidders are advised to submit the Bids well in advance of the deadline as BELTRON/GoB
will not be liable or responsible for non-submission of the bids on account of any technical
glitches or any problems in connectivity services used by the bidder. E-proc tendering detail has
been attached as Annexure-E

BSEDC Tender Notice No: BELTRON/5292/2016

Page 14 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

3 PROJECT PROFILE
The Government of India has approved the Scheme for establishing State Wide Area Networks
(SWANs) across the country, in March, 2005 with total outlay of Rs.3, 334 Crores for all states
over a period of five years. SWAN was identified as a core infrastructure project for supporting
e-Governance initiatives.
Under this Scheme, technical and financial assistance were being provided to the States/UTs for
establishing SWANs to connect all State/UT Headquarters up to the Block level in a vertical
hierarchical structure with a minimum bandwidth capacity of 2 Mbps per link.
GOB has nominated BELTRON Ltd. (Registered Office-Patna) as the nodal agency for the
implementation of SWAN in the state of Bihar. BELTRON Ltd. had awarded BSWAN project to
M/s Tata Consultancy Services for supply, installation & commissioning of the BSWAN as per
the scope of work and specification given in the BSWAN tender. The scope include operation
and maintenance of the network for 5 years as per detailed service levels & and deliverables
defined in the earlier tender document.
The contract got over in March 2015 and TCS is still continuing the operational and
maintenance of the SWAN after completion of the contract period.
Bihar State Wide Area Network Phase II which shall be called BSWAN 2.0 project envisages
operation & Maintenance of Point of Presences (PoPs) across the state with 5 years of FMS
support which will become hubs of future communication network in the state. BELTRON has
been appointed as the nodal agency by the Department of Information Technology, Government
of Bihar for implementing the Bihar State Wide Area Network 2.0, which will connect entire
state through dedicated links of BSNL and secondary link from alternative service providers.
BSWAN 2.0 is envisaged as the backbone network for data, voice and video communications
across the state. The network facilitates rollout of e-governance applications across all
departments and would act as the vehicle for effective implementation of electronic-governance
(e-Governance) across the State. In BSWAN 2.0 Solar Power has been recommended to
overcome the existing challenges of power outage at Block Level.

3.1 VISION OF BSWAN 2.0


To enhance and strengthen existing Bihar State Wide Area Network that would serve as the
backbone network for data, video and voice communications throughout the State.
The principal objective of the BSWAN 2.0 is to accelerate the growth and use of Information
Technology by creating an infrastructure that is used to provide all connectivity and services not
only to the Government but also to citizens, over a period of time, rapid narrowing of the digital
divide and promoting all pervasive use of IT in all matters of the State. Keeping the vision of the
department and inputs from the key stakeholders of the system, the network architecture of
BSWAN- 2.0 is designed on proven standards and technologies and is secure, reliable,
accessible, configurable, scalable, high performance and high-bandwidth network.
All critical application projects including VATMIS, CTMIS, e-Procurement, e-District and others
are now critically dependent on BSWAN for its performance. Apart from that several horizontal
offices like Modernization of Prison Project connecting jails and courts through BSWAN
BSEDC Tender Notice No: BELTRON/5292/2016

Page 15 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

backbone. All Bihar Government applications hosted in the State Data Centre will be connected
through BSWAN 2.0 for faster and quicker access to government offices across the state.
BSWAN 2.0 would have primarily a redundant secondary link with the existing one, will include
140 more PoPs, IPv6 support and replacement of equipment at BSWAN1.0.

3.2 ABOUT BSEDC


Bihar State Electronics Development Corporation Ltd. (BSEDC) alias BELTRON is the nodal
agency of the Bihar state working towards promotion & implementation of IT and eGovernance. It is the single-point of access to any IT business opportunity in Bihar and
encourages various players in the field of IT to come forward and invest in the state of Bihar.
BSEDC is committed to generate IT business for the public/private sector with a mandate from
the Government to develop IT in the state. This includes opportunities for software
development, supply of hardware & peripherals, networking and connectivity, web applications,
e-commerce, IT training and an entire gamut of direct and indirect IT businesses.

3.3 ABOUT BSWAN


Bihar is a state in North India. It is the 13th largest state of the country, with an area of 94,163
km and the 3rd largest by population; its population is the fastest-growing of any state and its
administration operates through 38 districts, 101 Sub division and 534 Blocks.
The State Wide Area Network (SWAN) has been envisaged at the state level primarily to connect
various departments and enable effective and efficient transmission of information within the
state and at the national level so that the financial and social benefits that could be derived via
Information Technology could be availed optimally. The SWAN today is a primary vehicle for
voice, data and video communication though out the state and is an effective tool for
implementation of e-Governance Projects.
BSWAN has been implemented to provide connectivity up to the block level with integration of
voice, data and video services. The network helps the perceptive department of government of
Bihar to use common infrastructure for integration of their offices. This ensures improved
administration by the government departments and reduction of cost.
The BSWAN PoPs at state capital, district head quarter, sub-division head quarter and block
head quarter are called SHQ, DHQ, SDHQ and BHQ respectively.
As part of BSWAN 2.0 project, the state government wishes to fulfill the following objectives:

To ensure anytime and anywhere dissemination of Government services and information


related to government.
To establish a reliable and scalable network for Vertical and Horizontal connectivity
throughout the State.
To reduce the cost of Communication between government departments at different
locations.
To provide secure Network infrastructure to enable Electronic Transfer of sensitive data,
payments etc.
To improve the capacity for disaster management.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 16 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

3.4 OVERVIEW OF THE EXISTING BSWAN


Bihar State Wide Area Network is in operation since 2008. It is serving as state information high
way for various departments of Government of Bihar, providing voice, video and data services.
The SWAN provides primary backbone for communication of voice, data and video though out
the state and is an effective tool for implementation of e-Governance Projects.
IT Department GoB has implemented the BSWAN project, a Network infrastructure under
NeGP of DeitY. The operations of BSWAN spread over the SHQ at Patna, 37 DHQ and 495 BHQ
centers all over Bihar. Each of the above mentioned PoP centers has IT infrastructure consisting
of Servers, Networking Devices, Leased Lines Modem one Pair, UPS, and Air Conditioners &
Generators. The network backbone is through BSNL dedicated leased line.
The network was implemented and managed by the network operator M/s TCS Limited on
BOOT (Build, Own, Operate and Transfer) model over a period of five years.
Present connectivity is hierarchical i.e. Blocks (BHQ) are connected to District Headquarters
(DHQ) and districts are connected to State headquarters (SHQ). The user departments are
connected horizontally to each PoP at respective level (called remote offices).

3.5 THE NETWORK ARCHITECTURE


Logically, the SWAN network has been divided into two parts namely:

Vertical connectivity: SWAN Backbone


Horizontal connectivity/ POP LAN Extension : User departments Connectivity

SWAN Backbone is through conventional lease lines from BSNL.


Network Architecture: Leased lines required for the SWAN network is ordered by BELTRON
and managed by TCS. Network is divided into 3 tiers i.e.Tier1, Tier2, & Tier3 with each layer
representing following segments in case of leased line:

Tier1=State HQ having Core Routers, Switches & other G/w level devices
Tier2=Distribution/Access Routers & other devices at District HQ PoPs
Tier3 =Access Routers & other devices at SDHQ & Block PoPs

Number of PoPs under various Tiers is as follows:


S.No
1
2
3

Tier
1
2
3

PoP Level
SHQ
DHQ
SDHQ/BHQ

Number of PoPs
1
37
635

140 PoPs (101 SDHQ and 39 BHQ) are in planning and implementation phase
through another service provider and will become an integral part of the BSWAN 2.0
soon.

533 PoPs (1 SHQ, 37 DHQ and 495 BHQ) already functional through TCS whose

BSEDC Tender Notice No: BELTRON/5292/2016

Page 17 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

contract is completed in March 2016.


The state Network Management Center and State Head Quarter PoP is located at Patna,
the state capital.
Horizontal offices i.e. various departments/govt establishments are connected through
the nearest BSWAN PoP on PoPLAN Extension either through Optical Fiber/Fast
Ethernet cables.
Few departments at districts are connected over leased line from the service
providers/BSNL.
The overall schematic network diagram of BSWAN is shown in the figure below:

The above diagram shows the schematic connectivity of BSWAN POP. The Internet
connectivity is terminated on the Internet Router at SHQ.
The SHQ tier connects with the DHQ tier, DHQ tier connects with BHQ tier via lease circuits
from BSNL (as shown in the above diagram). All the services deployed at BSWAN are hosted
at Brain Data Centre/SHQ. The SHQ is located in Patna. Presently 485 PoPs are operational
and 10 PoPs are not operational due to force majeure.
Dedicated leased lines from BSNL of variable capacity are being used i.e.

Connectivity from District POP to SHQ is 8 Mbps.

Connectivity from Block to District POP is 2 Mbps.


The above capacity will be upgraded as per the requirement.

3.6 SHQ
As per the diagram shown below, D MZs/VLANs have been created based on
requirements in Brain Data Centre. VLANs are created in core switch and core firewall.
BSEDC Tender Notice No: BELTRON/5292/2016

Page 18 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Application servers are configured under DMZ VLAN.


Two independent firewalls are installed and commissioned for securing entire traffic from
Internet. Separate provisioning of internet router has been done and is fully functional at
SHQ. Different service provider i.e. BSNL and Railtel are configured under load sharing
basis for Internet Traffic. The SHQ LAN consists of central application servers, voice and
video gateways.

The State HQ has Central Call Manager/ Call server catering to VoIP traffic across the
network. Similarly central Video Conferencing MCU is configured at SHQ to support video
conferencing solution. The Central Servers located at SHQ are:
AAA Server

Web Server

DNS Server

Proxy server

Email Server

NMS
Following is the overview of these different servers:
a.

Proxy Servers Proxy Server provides high performance web caching, application
layer inspection firewall solution allowing for controlled and monitored web access as
well as advanced protection network protection firewall. Proxy server is running on
SQUID proxy.

b.

AAA Server The Remote Authentication Dial-in User Service (RADIUS) server

BSEDC Tender Notice No: BELTRON/5292/2016

Page 19 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

supports managing user authentication and authorization.


authentication, authorization, and accounting for network access.

It

also

supports

c.

Web Server The Web Server accepts http/https requests. The Web Server delivers
high reliability and performance. The web server has been configured for maximum
security by default.

d.

Email Server - Email server is being used for providing email services to users. Users
are able to access this using WWW as well as POP3. A mail server with capacity to
handle mail traffic of 5000 users via POP3 / IMAP / HTTP access, of which concurrent
user load may be of 100 users

e.

DNS server - Domain Name resolution Server (DNS) is available for all internet users
in the SWAN network.

f.

NMS Server - Central NMS servers are located at SHQ for NMS, monitoring all the
SNMP Supporting devices deployed in BSWAN including Servers Routers, Switches,
Power Supplies, Call Manager, Leased line CSU/DSUs, Wireless Broadband Base
Stations and CPEs etc.

3.7 DISTRICT LEVEL POP ARCHITECTURE


As shown below, each district POP has E1 connectivity to block head quarter and is
terminated into channelized STM1 card in the routers. The unlinking port connectivity to
SHQ has 8 Mbps capacity running on MPPP protocol.

Horizontal connectivity to various departments and offices has been provided via
copper/optical cables and BSWAN PoP LAN. VoIP phone and Video conferencing solution is
supported at District level POPs.
BSEDC Tender Notice No: BELTRON/5292/2016

Page 20 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

The existing equipment details at each district PoPs are shared in the RFP.

3.8 BLOCK LEVEL ARCHITECTURE


As shown below, each block has E1 link connectivity to respective district POP. The link is
terminated on the routers. VoIP Phone and desktop video conferencing is supported at Block
Level. The LAN ports are extended to various departments inside the blocks. The details of
the existing equipment at each Block PoPs are shared in the RFP.
BSNL
exchange
BHQ MODEM

J 4350 ROUTER

Nortel 2550 T
SWITCH

NORTEL IP PHONE
1110

DESKTOP WITH WEBCAM


HP dx2280MT

BLOCK OFFICE LAN

3.9 NETWORK SECURITY


Following security features are working in the existing BSWAN network:

URL filtering through web-sense appliances, Gateway Antivirus

Firewall Services has been implemented either internally or externally along for
managing MZs and DMZs.

VLAN segmentation has been done in Switches

3.10 NMS
The network management system in State Head Quarter, Patna is from CA Technologies with
the following modules deployed:
CA Service Desk
CA e-Health
CA Business Intelligence
CA ARC serve Backup
CA Spectrum
The following key features are running in NMS:

BSEDC Tender Notice No: BELTRON/5292/2016

Page 21 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Configuration Events & Alarms: The NMS has the capability to view and record
status of alarms, monitoring WAN and LAN based on SNMP polling.
Data Management: The NMS tool has the provision and suitable arrangements for
taking back up of NMS data.
Functionality: The NMS has the capability of generating customized reports, providing
view of selected sub-network and indicating network status via different colors
Fault Management: The NMS has the capability to support advanced filtering, and to
eliminate extraneous data/ alarms in web browser and GUI
Network Monitoring: The NMS has the capability to collect data and set service level,
SNMP, MIB variables, to monitor and report utilization and availability and to support
network monitoring via SNMP polling
Presentation: The NMS has the capability to represent discovered links with proper
color for complete network visualization, to support dynamic object collections and auto
discovery, to provide view of entire network topology in a single map, to generate
customized maps based on certain group of devices/region
Reports: The NMS has the capability to generate drill down reports for PoP and link
availability during PBH, NPBH and 24 hours separately. It has the capacity to generate
reports of utilization and network performance. Reports get generated both in pdf &
excel format. User has the flexibility to create customized reports
Access Control: The NMS has the capability to configure and maintain user activity log
and audit trails, to maintain list of NMS usernames with defined access level, existence
of super user password and its level of access to database (read, write, modify/delete).

3.11 BANDWIDTH PROVIDER


BSNL is the bandwidth provider for vertical connectivity in BSWAN. Leased lines of variable
capacity are used for connectivity between various Tiers, capacity details are as below:
1.
Connectivity from District HQ PoP to SHQ is at 8 Mbps
2.

Connectivity from Block to District POP is at 2 Mbps

The bandwidth requirement for BSWAN 2.0 will be scalable based on the load on the link.

3.12 IP TELEPHONY
BSWAN has centralized network architecture. It consists of Centralized Communication Server
at SHQ, IP telephone users spread across the network. The IP telephones are connected to the
Soft Switch either using LAN if the user is located in the LAN or WAN if the user is located at
DHQ/BHQ PoPs. The WAN network has been built for data traffic and is being used to connect
the IP phones located in the remote sites.
The same IP WAN also carries call control signaling between the central site and the remote
sites. Centralized system also supports termination of PSTN lines, call processing of both PSTN
and VoIP calls can be done using call manger.
The centralized call manager controls the entire IP telephony network. It performs the major
tasks such as Call Processing, Controlling, Switching, etc. In this model, the remote sites rely on
the centralized communication server to handle their call processing. Routers that reside at the
BSEDC Tender Notice No: BELTRON/5292/2016

Page 22 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

WAN edges require quality of service (QoS) mechanisms, such as priority queuing and traffic
shaping, to protect the voice traffic from the burst data traffic across the WAN.

3.13 VOICE GATEWAY AND VC


The State Head quarter is to be connected to the outside voice telephone network. The voice
gateway router supports the widest range of packet telephony-based voice interfaces and
signaling protocols within the industry. Presently this system is not fully operational.
BSWAN has dedicated video conferencing solution and Master Control Unit is installed at State
Head Quarter. Desktop based VC solution has been implemented which has the facility to setup
point to point/multipoint VC sessions in Blocks.
Other end point equipment (projector, end point client system etc.) are installed to enable video
connectivity in District Head Quarters.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 23 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

4 BSWAN 2.0
BELTRON intends to select Managed Service provider to manage its SWAN operations and
related facilities for next 5 years (2016-2021). It is envisaged that the BSWAN 2.0 shall provide
the following primary services.
As a part of e-Governance initiatives, many State Government departments have computerized
their activities using either centralized or decentralized IT architecture. The departments like
commercial tax, Treasury etc. have hosted applications in State Data Centre which will be
accessed through the BSWAN 2.0 Network. Other departments like transport /Registration are
planning to ride on BSWAN network through horizontal connectivity. There applications will be
hosted either on state Data Centre or NIC Data Centre (NICNET). Hence BSWAN 2.0 shall work
as a data transport vehicle for all applications under the state government. BSWAN 2.0 will have
inter-connection to NICNET/NKN/NOFN or any other national network. The traffic flow
between these networks will be configured as per DieTY guidelines. There should be a seamless
and secured movement of data from the Panchayats (NOFN) to the State Headquarter (Data
Centre) and vis-a-versa. Successful bidder will ensure that all applications should work between
these inter-connected networks.
The BSWAN 2.0 is expected to provide secure Internet services to user department with gateway
at SHQ and 38 DHQs. In BSWAN 2.0 architecture, Internet gateway is implemented at SHQ
with necessary security controls. Any Internet traffic from BHQ/DHQ will exit from SHQ
Internet Gateway as primary path and back up from DHQ internet gateway. This will ensure
faster internet connectivity to users at Block, District and state Head Quarter.
The BSWAN 2.0 infrastructure shall be provisioned to provide for a state-wide voice
connectivity using the technology of Voice over IP (VoIP) to enable key officials from various
Government departments across the state to speak to their peer departmental personnel at State
/ District / Blocks levels using an IP Phone. The System should have a capability to route LandLines of BSNL or other operators through this network.
The BSWAN is providing Video Conferencing (VC) facility in government departments at the
State and District and Block levels in order to enable key officials to have virtual meetings with
their peers working at geographically distributed locations across the state. The facility shall
thus aim to reduce the time and expense incurred by officials in commuting to the State or
District or Block Head Quarters to attend important meetings. The video Services will be
integrated with NIC Video Conferencing solution to provide seamless VC connectivity in all the
departments. BSWAN 2.0 should also support video conferencing with the Panchayats through
the NOFN.
The bidder shall offer information security services to user departments, such as Active
directory, Antivirus services, policy based content filtering etc. The primary bidder shall log
security data generated from network hardware and applications and generate reports for
compliance purposes.
The IP addressing of BSWAN 2.0 network should be in line with IP map of national networks
i.e. NICNET/NKN/NoFN or any other national network. The national networks should be
BSEDC Tender Notice No: BELTRON/5292/2016

Page 24 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

seamlessly integrated with BSWAN 2.0 without any impact on applications running between
two networks.

All Block HQs/ Subdivision HQ (including additional 140 PoPs) are connected to District HQs,
District HQs are connected to State HQ through leased line from BSNL. In addition,
connectivity is envisaged as secondary link from alternative service provider at Block and
district Head Quarter.
BSWAN 2.0 will connect NKN and NICNet and will be migrated to IPv6. National Optical Fiber
network is being rolled out in the state. BSWAN2.0 will integrate to NOFN on Ethernet/fiber
interface given by BBNL to Government of Bihar/BELTRON. Router/Switch Port at BHQ/DHQ
and SHQ should have capacity to integrate with NOFN network.
The Selected Managed Service Provider will seamlessly support the integration of 140 PoPs to
BSWAN 2.0 and will work to have same routing architecture at SHQ, DHQ, SDHQ and BHQ The
complete network will enable data, voice and video communication between Government offices
in the State. The Ethernet or Smart Serial port required for the connectivity will be made
available by BELTRON. The successful bidder has the responsibility to maintain the SLAs at
these 140 PoPs prepared by M/s Orange.
Horizontal connectivity to end user department is based on standard leased line circuit or
optical fiber ( LAN Extension) or wireless ( RF Connectivity) or using Ethernet ports based on
feasibility. Minimum bandwidth of 2 Mbps is provided from Block HQ, which is scalable based
on future needs. SWAN 2.0 has been established with an objective of stable and better network,
Government departments not required to establish individual Wide Area Networks in future
once BSWAN 2.0 is operational and working with revised BSWAN 2.0 architecture.
The BSWAN 2.0 Network shall comply with all the current standards prescribed by Department
of Electronics and Information Technology and Department of Telecom, Government of India.
The Network shall comply with the following standards:
Organization

ISO /IEC

Standards
and
Specifications
27001:2013
27002:2013
27011:2008

3GPP

15408(The
Common
Criteria)
33-series

BSEDC Tender Notice No: BELTRON/5292/2016

Description

Specifies requirements for an information


security Management system
Specifies a code of practice for information
security management based on the ISO 27001
ISO 27002 tailored specifically for application
telecommunications organizations, developed as
a joint effort with ITU-T
A common set of security requirements for
evaluation of computer security products and
systems, including telecom network components
Provides specifications for security standards for

Page 25 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

3GPP2
ITU-T

S.S0086
others
E-408

GSM, WCDMA and LTE mobile Systems


Provides specifications for security standards for
GSM, WCDMA and LTE mobile systems
Provides an overview of security requirement ,
threat identifications framework and guidelines
for risk mitigation
Incident organization and security incident
handling
Security architecture for systems providing end
to end communications
ISMS guidelines for telecommunications which
is also referred to as 27011:2008

and

E.409
X.805
X.1050

The BSWAN 2.0 shall be made compliant with ISO/IEC 27033. In addition to the above
standards the Network equipments shall comply with the guidelines mentioned by Department
of Telecom in the following notifications:
(a)

Letter No 820-01/2006-LR (Vol.11) Pt.2

(b)

Letter No 10-02/2011/AS-III/Monitoring/64/990

The complete BSWAN 2.0 shall be STQC certified.

4.1 BSWAN 2.0 POWER PROPOSITION


The key objective of BSWAN 2.0 Network is to provide 24X7 network connectivity till block
level. One of the key components of this network is providing continuous and uninterrupted
power supply to the equipment in PoP rooms. The existing BSWAN network has mixed source
of power supply i.e. from Grid as well as solar Power.
To overcome power issues at Block Head Quarters, Hybrid Solar Solutions is under installation
to provide 24 hrs. Power supply. The BSWAN 2.0 network has power supply with different
combinations and matrix is shared below:
Type of
PoP/Power
Source

SHQ
DHQ
BHQ

Grid and
DG Supply

Grid and
Solar Power

Solar Power
( Primary)
and Grid
Supply ( Back
Up )

Solar Power
(Primary) and Grid
Power Supply
presently no
available

374

111*

1
38

* Tentative numbers as per information received from current BSWAN operator

BSEDC Tender Notice No: BELTRON/5292/2016

Page 26 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Power at SHQ - As the state head quarter will be co-located in the State Data Centre, the
power supply will be provided by BELTRON. Therefore the ownership of Grid Supply, DG Sets,
UPS and Fuel will be maintained and managed by BELTRON.

Power at DHQ/BHQ - District Head Quarters are critical and will be running 24X7 network
operations in BSWAN 2.0. As per the information, power supply in District Head Quarter is
stable and continuous. In BSWAN 2.0, GoB/BELTRON is planning to have hybrid Solar
Solution and installation is already on progress. After successful implementation of solar
solution, the operation and maintenance should be taken care of by the successful bidder with
co-ordination of concerned vendor. The District authorities will apply for the power
connections at BHQ through Bihar Electricity Board for the locations not connected on grid
supply. The successful bidder will be responsible for follow-up for successful implementation of
Grid Supply and will obtain certificate from the district head of Electricity Board for nonfeasible locations. The primary source will be Solar Power and back up will be on Grid Supply.
The successful bidder has to maintain Grid & Solar Power in co-ordination with concerned
vendor.
About solar Project - M/s Power One Micro Systems ( P ) Ltd. is already in place to work for
Design, Installation and Maintenance of Solar Power in BSWAN 2.0 Project as per (NIT
No:6986/15,Dated: 23/12/2015).
In Hybrid grid-connected Solar Photo-Voltaic (SPV) systems, solar energy is stored in battery
banks and then power is supplied even in night time to the loads such as the computers, servers,
modem, printers etc. Solar Photo Voltaic (SPV) power plant consists of SPV array ( 3000 WP ),
Module Mounting Structure, Solar Hybrid Inverter, control and protection devices, VRLA SMF
batteries ( 19200VAH)circuit breakers, interconnection cables and switches. Components and
parts used in the SPV power plants shall conform to the MNRE or BIS or IEC or other
international specifications, wherever such specifications are applicable.
System Integrator has to provide End-to-End solution for the identified locations as provided in
this document, System Integrator has already delivered solar power pack for 250 location
including 37 DHQ and installations are in progress.

4.2 BSWAN 2.0 NOFN NETWORK


National Optical Fiber Network (NoFN) is under implementation by the government of India
which proposes to reach broadband connectivity of 100 mbps to every gram panchayat in the
country. The project is being implemented by Bharat Broadband Network Limited (BBNL). The
vision of the NOFN is to catalyze broadband eco-system and promote rural broadband
penetration for overall socio-economic development. This is an important initiate under Digital
India program, an ambitious e-governance initiative to ensure that government services are
available to citizens electronically and help people gain benefits from the latest information and
communication technology.
BSWAN 2.0 Network should have seamless integration with NoFN to roll out e-services
successfully till gram panchayat level. The Internet connectivity will be done at minimum
100 Mbps port level at each Block and detailed diagram is shared in this RFP.
BSEDC Tender Notice No: BELTRON/5292/2016

Page 27 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

5 BSWAN 2.0 ARCHITECTURE


I.

II.

III.
IV.
V.

VI.

VII.

VIII.

IX.

X.

BWAN 2.0 is proposed to have resilient connectivity (MPLS) from two different service
providers i.e. Primary bandwidth/links will be from BSNL and Secondary
Bandwidth/Links on through alternative service provider (other than BSNL). Currently
the BSNL primary connectivity is not through MPLS and BSNL would provide the
roadmap for MPLS roll out for BSWAN 2.0 and ensure a quick rollout covering 100% of
the PoPs. Till that time the bidder need to run the existing system in parallel.
Both links shall work in active- active mode, with load sharing. The load sharing may be
application wise, service wise (data, voice, video etc.) or packet wise and is to be
configured accordingly by the Prime Bidder.
It is proposed to have MPLS configured in BSWAN 2.0. Traffic should be prioritized
based on the requirement from Bihar Government.
There shall be an automatic switchover from one Link to the other in case one of the
links fails.
The secretariat LAN at Patna shall be integrated with BSWAN 2.0 and Internet traffic
will be routed on centralized links at SHQ from two different services providers in
BSWAN 2.0 Network as defined below in Bandwidth Capacity Point.
The Internet traffic will be routed through the centralized Web Gateway URL and
Content filtering Solution (web-sense appliance) which is already procured by BSEDC
and currently installed in BSWAN 1.0. The solution provide proxy, caching, real time
malware inspection, AV scanning, content filtering, SSL inspection, SSL Decryption,
Real time security Scanning, and protocol filtering. The operation and maintenance
should be taken care of by the successful bidder with co-ordination of concerned
vendor.
Other networks such as NIC net/ NKN/NOFN or any other government national
network shall be inter-connected at State/District PoP/ Sub Divisional/Block PoP level.
There will be Unified/Common IP MAP /Schema for the state. Service Provider will
create Unified IP Schema with the assistance of NIC. The IP schema for State
/District/Sub Divisional and Block shall be implemented by the Managed Service
Provider.
The centralized Internet Gateway at the SHQ will be connected on 100 Mbps capacity
and scalability to 1 Gbps in future from different service provider. The Internet links
should be load balanced using Link Load Balancer devices installed in SHQ. The
internet gateways as 38 DHQs will be connected with 10 mbps capacity.
Managed Service Provider should configure the network to facilitate site to site VPN
connectivity through the Internet Gateway at DHQ and State Head Quarter in case
BSNL and MPLS links fails in DHQ. Intranet traffic can be routed through the internet
gateway by establishing point to point VPN between keeping security as the prime
objective. Centralized Management Solution should be provided for Unified threat
Management boxes so that common policies are replicated at the entire district internet
gateway devices/UTMs. Any changes in security policies should be pushed from
centralized management solution and logs should be maintained for audit.
Video Conferencing Solution of BSWAN 2.0 should be robust and have centralized
management to schedule video conferencing. The helpdesk team will manage the

BSEDC Tender Notice No: BELTRON/5292/2016

Page 28 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

centralized management system and assist the users for successful execution of Video
conferencing. The Video Conferencing system should be integrated with NIC Video
Conferencing infrastructure running the state. Managed service provider should ensure
that any one from NIC VC room in Patna or District should be able to connect video
conference in any Block/District/State Head quarter. The Video Conferencing Solution
should be designed to support simultaneous calls 682 ports @ 480p 30fps and 38 ports
@HD 720p from day1. The manage service provider has to provide 650 desktop clients
and 40 End Points in HD resolution. Video conferencing solution should also have
provision to connect users from internet world in case links are down at DHQ/BHQ
with necessary security controls in SHQ Firewall. The Managed Service provider has to
be implement a WEB Portal for Recorded video conferencing playback /webcasting and
video streaming with embedded media player in Solution of BSWAN2.0
XI.
BSWAN 2.0 should enable Video Conferencing from the Panchayats through NoFN.
XII.
The Managed Service Provider has to provide and manage the VoIP/SIP Based Solution
in State Head Quarter and District Head Quarters. They have to incorporate and
configure SIP based communication among existing 1000 IP Phones installed in
BSWAN/SECLAN Network. The Managed Service provider has to implement
GoB/standard VoIP Policy of communication across Bihar. The system should be
configured for both ON-NET and OFF-NET Connectivity. The PRI or Toll free number
will be configured on the Central Servers and calls can be routed (inward and outward)
to systems installed in helpdesk/NOC area or any other IP Phone in Bihar Government
Network.
XIII.
Managed Service Provider has to support the existing Email Solution working in
BSWAN network. The current system has been implemented on the Send mail Servers
and has been configured with 3000 email addresses.
XIV.
The location wise projected bandwidth requirements from service provider
(Primary/Secondary) for BSWAN 2.0 is shared below:
Name of the
Bandwidth
Scalable bandwidth
Remarks
BSWAN PoP
Present
Required
Primary
Secondary
BHQ

2 Mbps

4 Mbps

10 Mbps

10 Mbps

DHQ

8 Mbps

16 Mbps

34 Mbps

34 Mbps

BSEDC Tender Notice No: BELTRON/5292/2016

The bandwidth
at BHQ should
be upgraded to
next level as soon
as
traffic
utilization
reaches 60% and
above for entire
month
The bandwidth
at DHQ should
be upgraded to
next level as soon
as
traffic
utilization
Page 29 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

reaches 60% and


above for entire
month
SHQ
BSWAN:
Aggregation
of all PoPs
Bandwidth
:
SHQ
Internet
Bandwidth
XV.

XVI.

XVII.

XVIII.
XIX.
XX.

Minimum
half of the
Aggregation
of all PoPs
Bandwidth

Minimum
half of the
Aggregation
of all PoPs
Bandwidth

Minimum
half of the
Aggregation
of all PoPs
Bandwidth

Minimum
half of the
Aggregation
of all PoPs
Bandwidth

100 Mbps

100 Mbps

1 Gbps

1 Gbps

The bandwidth
at SHQ should be
upgraded to next
level as soon as
traffic utilization
reaches 60% and
above for entire
month

The overall solution of BSWAN shall comply with above general guidelines, as well as
those specified by Department of Information Technology and Department of Telecom,
Government of India from time to time. This is to ensure seamless inter-operability and
interconnectivity to NICNET/NKN/NOFN or any other National Network for use by
Central or any State Government. These guidelines require are:
BSWAN must use the hardware devices, such as routers and switches, systems that
interface to Ethernets, which support open standards and have Network Management
System (NMS) support for monitoring, configuring and measurement of the network
resources.
The network should support all routing protocols, IP Multicast based service and voice
network. It should be able to connect remote locations seamlessly through centralized
solution
The solution should support intelligent packet filtering, URL filtering, context based
access control, blocking of malicious contents to maximize security.
All routing devices in the network should support multi-protocol label switching
services, IPV6 Ready and Switches should be open flow ready (SDN ready).
Besides Vertical connections in 495 Blocks, 38 Districts and 1 State head Quarter,
managed service provider will install, configure and manage LAN Port extensions and
Horizontal links at each PoPs. The connectivity for LAN Port Extension (fiber ,copper or
RF) from the termination point of Router/Switch within and outside campus up to 500
meters will be commissioned and configured by Managed Service provider. The
payment of the connectivity for LAN Port Extension will be paid on actuals. The scope
of work for LAN Ports and Horizontal Links required in BSWAN 2.0 is shared below:
Type BSWAN PoP

PoPs

LAN Ports ( LAN


Extensions) per PoP

Horizontal Links per


PoP

SHQ

DHQ

38

20

10

BHQ

495

BSEDC Tender Notice No: BELTRON/5292/2016

20

Page 30 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider


TOTAL

673*

* The total count of PoPs in the system is 673 which includes 140 PoPs under implementation
from another service provider (M/s Orange).
The LAN Ports in the current scope of work at DHQ are 20 and BHQ are 10. Any expansion
beyond prescribed number of the LAN ports given below in the horizontal connectivity sheet will
be as per cost agreed in the optional item of commercial offer shared by the bidder. In case the
bidder is unable to carry out the expansion beyond the mentioned number of ports or
BELTRON finds the rates to be expensive, BELTRON shall get the work carried out by another
vendor the maintenance and management of expansion will be carried out by Managed Service
Provider. The managed service provider should support connectivity based on the total port
capacity in router and switch. BELTRON will provide additional hardware in case the number of
horizontal links/ports exceeds beyond the current capacity of the network at BHQ/DHQ and
SHQ.
xvii. The port capacity to inter-connect NKN/NOFN/NICNET/SECLAN network at
BHQ/DHQ and SHQ is shared below:
Inter-Connect Network

Port Capacity

SECLAN @ SHQ
NICNET/NKN@SHQ
NICNET/NKN/NOFN @ DHQ
NOFN @ BHQ

10 Gbps ( Fiber)
1 Gbps ( Fiber/UTP)
1 Gbps ( Fiber/UTP)
1 Gbps ( Fiber/UTP)

The proposed architecture diagram of BSWAN 2.0 is as given below.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 31 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

BSEDC Tender Notice No: BELTRON/5292/2016

Page 32 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

6 ROLES AND RESPONSIBILITIES BSWAN 2.0


6.1 ROLES AND RESPONSIBILITIES OF MANAGED SERVICE
PROVIDER

Preparation and submission of Comprehensive Project implementation Plans and Schedules


separately for Vertical and Horizontal Segments.
Ensure timely resolution of errors, faults and problems related to primary and secondary
links coordinating with the ISPs.
Scheduled and preventative maintenance of all Equipment (active and passive) installed to
run the operation of BSWAN 2.0 network.
Routine review of bandwidth and related service availability with BELTRON/Bihar
Government.
Proper cabling and Tagging at SHQ/DHQ and BHQ PoPs. This should be periodically
updated.
Relocation of BSWAN 2.0 links and equipment within Bihar as per Bihar Government
requirements
Taking over, operation, management and maintenance of existing BSWAN equipment
(active and passive) at all PoPs.
Design and deployment of BSWAN 2.0 Architecture and integrate with old network during
the transition time.
Supply, installation and commissioning of equipment and expanding BSWAN 2.0 network.
Should provide full support for any pilot project or up gradation planned by State or
National Team on BSWAN 2.0 Network. The hardware will be provided by state or National
team.
Management , Maintenance and operations of all the BSWAN 2.0 Equipment
Ensure security of the network and enforcing access control as per the information security
policy of DeitY, Cert.in or similar bodies and Department of Telecom, Government of India.
To Setup and run Network Operation Center (NOC) and Helpdesk services for BSWAN 2.0
Ensuring proper electrical cabling and carrying power supply to the equipment shall be the
responsibility of the Managed Service Provider.
Liaison with all stake holders i.e. OEMs ( active & Passive Equipment), Bihar State Power
Holding Company Ltd, Solar Solution Provider etc. to keep the network up and running as
per SLAs.
Liaison with the Primary/Secondary Bandwidth Service Provider(s) and Internet Bandwidth
provider(s) for better availability of the network as per SLA defined in this document.
Liaison with officials of NICNET/NKN/NoFN or any other national government network for
inter-connection with BSWAN 2.0.
Train BSWAN 2.0 end user and conduct regular training (half yearly) to engineers deployed
in BSWAN 2.0 to support e-governance services rolled out on BSWAN 2.0 Network.
Successful bidder should ensure that Man Power deployed at Blocks and District should be
technically qualified to support BSWAN users at State/District and Block Level.
Making the complete BSWAN 2.0 network system compliant with the Security Standards
mentioned in this volume.
Preparation and submission of separate PAT & FAT Plans and schedules for Vertical

BSEDC Tender Notice No: BELTRON/5292/2016

Page 33 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

segment and Horizontal segment of BSWAN 2.0.


Preparation and submission of Manpower Deployment plan and schedule with list of staff to
be deployed under the project at various locations during different parts/stages of the
project.

6.2 ROLES AND RESPONSIBILITIES OF THE BSEDC

Provide suitable space for housing the WAN/LAN equipment for BSWAN 2.0 Network.
To depute departmental (BDO, DoIT personnel, BSEDC personnel, etc.) personnel/users
for training on BSWAN 2.0
Ensure availability of Hybrid(Solar Power or Grid Power) power supply to BSWAN 2.0 PoPs
Support in resolving escalations raised by successful bidder towards any issues in BSWAN
2.0 due to GoB or BSNL.
To provide all necessary support in terms of site availability, clearances, access etc. to MSP
for carrying out RF Antenna installation at Rooftop of sites.
Support in resolving issues and escalations with the consortium partner.

6.3 ROLES AND RESPONSIBILITIES OF THE THIRD PARTY


AUDITOR

Performing Partial Acceptance Test and Final Acceptance Test of BSWAN 2.0 Network in
co-ordination with the Managed Service provider (s)
Any configuration change in Network Management System will be reviewed and approved
by TPA. NMS system should be configured for auto-reporting of SLA, Dashboard, Ticket
Closure System and Invoice Generation.
Monitoring of SLA parameters defined for Managed Service Provider(s) as per the signed
agreement.
Verification and Generation of Reports for implementing SLA.
Verification of Invoices submitted by the Managed Service Provider(s) and submission of
signed reports on Correctness of the same after incorporating SLA Penalties.
Periodic Inventory audit of BSWAN 2.0 equipment.
Periodic Internal and External audit of the Network and submission of audited report of
BSWAN 2.0.
Submission of MIS reports as per the requirements of Bihar Government/BELTRON
Review the type of connectivity to be established between horizontal PoP (sites are > 500
meters distance) and SHQ/DHQ/BHQ based on the survey conducted by Successful Bidder
Audit of user feedback reports
Security audit of the BSWAN 2.0 network as per Security Standards mentioned in Para 7.8 :
After Successful roll-out of BSWAN 2.0 Network
Periodically at an interval of 6 months

BSEDC Tender Notice No: BELTRON/5292/2016

Page 34 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

7 SCOPE OF WORK
The scope of work for the successful bidder i.e. Managed Service Provider is to manage and
maintenance of BSWAN 2.0 Network and Infrastructure for the entire Bihar State Wide Area
Network (BSWAN 2.0) as per the requirements mentioned in the above sections. The managed
service provider shall sign an order and agreement signed between successful bidder and
BELTRON on this basis. Some of the high level tasks are described in details below:

Taking over of the existing BSWAN equipment and Infrastructure


Providing necessary Manpower for managing the existing BSWAN 1.0
Operation and Maintenance of BSWAN equipment and Infrastructure
Migration of the network to new BSWAN 2.0 architecture
Civil Work and required electrical work at SHQ, DHQ & BHQ PoP
Survey, Design, Procure and Implementation of LAN and WAN for Upgradation
Technical requirement for BSWAN 2.0
Relocation of the Equipment and Connectivity
Liaison with Stakeholders
Implementation of IPv6
Implementation of Common IPv4/IPv6 Schema
Operation and Maintenance of BSWAN PoP
BSWAN 2.0 Portal
Helpdesk Management System
Documentation
Solution Design Document
Network Management System
Exit Management
Integration of the network with NICNET/NKN/NoFN
Private VPN should be created with the facility of tagged traffic.
SSL VPN should be created for Remote User as per requirement.
Accredited ISO/IEC 27033, ISO 20000 and Accredited ISO 27001 certification and
STQC certification for BSWAN2.0
Critical departments like Excise, Registration, Transport, Labor, Commercial Tax,
Treasury, District Court etc. required to be connected through horizontal connectivity. If
the sites are more than 500 meters away from SHQ or DHQ or BHQ then SI will do the
site survey for the type of connectivity to be established between the horizontal PoP and
SHQ/DHQ/BHQ and TPA will verify to suggest the type of connectivity.
Installation & Maintenance of LAN in DHQ & BHQ/SDHQ
The existing Router and Switch hardware, once replaced, should be considered for
standby till the time BSNL offers the MPLS connectivity option for the said location.
Provisioning, management and maintenance of secondary link for BSWAN 2.0 for the
period of 5 years. (Please refer to Annexure A for the list and locations of PoPs).

BSEDC Tender Notice No: BELTRON/5292/2016

Page 35 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

7.1 TAKING OVER OF THE EXISTING BSWAN EQUIPMENT AND


INFRASTRUCTURE

1. The bidders are strongly advised to study the existing network by way of site survey at
their own cost and risk to get first-hand information on the existing BSWAN
infrastructure and equipment at Points of presence (PoPs) and horizontal connectivity (
PoP LAN & connectivity to other department). The successful bidder has to take over all
the equipment from the existing network operator of BSWAN at PoPs (DHQ, SHQ and
BHQ). The existing network operator shall handover the existing project equipment at all
locations to the successful bidder as per the list given in Annexure D. A jointly signed
handover and takeover document should be submitted to BELTRON within 2 weeks
from the date of singing of MSA.
2. As the network is live, both the existing network operator and managed service provider
have to work in parallel for a period of 6 weeks. The smooth handover/Takeover will be
in phased activity and should complete within 6 weeks from the date of singing MSA
First, a smooth handover / taking over have to take place between the existing network
operator and the Managed service provider at SHQ. All the passwords and configuration
details will be shared/ handed over with the new Managed service provider by the
existing network operator. Then the District level BSWAN PoPs and Block level PoPs
shall be taken over by the Managed service provider.
The following equipments shall be taken over by the Managed Service Provider;
a. State Head Quarter
I.
Core Router
II.
Core Switch
III.
AAA server
IV.
Internet Hub (Internet router, switches etc.)
V.
Firewall
VI.
IP PBX
VII.
Antivirus server
VIII.
NMS/DNS
IX.
PCs
X.
Printer
XI.
Helpdesk Support area
XII.
MCU and Video Gatekeeper
XIII.
Any other equipment added during the operation phase of BSWAN 1.0
b. District Head Quarter
i.
DHQ Router(s)
ii.
DHQ Switch
iii.
UTM
iv.
Table and Chairs
v.
IP phone
vi.
VC Equipments
vii.
Desktop PC
viii.
Modems meant for connectivity to Block or horizontal connectivity
ix.
LAN Extensions hardware (Part of PoP LAN)
BSEDC Tender Notice No: BELTRON/5292/2016

Page 36 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

x.
c. Block
i.
ii.
iii.
iv.
v.
vi.
vii.
viii.
ix.

Any other equipment added during the operation phase of BSWAN 1.0
Head Quarter Room
BHQ Router
BHQ Switch
Electrical installations such as electrical wiring, earthling arrangements etc.
Table and Chairs
IP phone
Desktop PC
Modems
LAN Extenders i.e. PoP LAN
Any other equipment added during the operational phase of BSWAN 1.0

Any disputes arising in handing over / taking over process shall be mediated by BELTRON in
concurrence with Third Party Auditor (TPA).

7.2 PROVIDING NECESSARY MANPOWER FOR MANAGING THE


EXISTING BSWAN 1.0
The successful bidder to provide necessary supporting manpower and Facility Management
Services for the existing BSWAN infrastructure. Within 2 weeks from the date of issue of letter
of intent (LoI), the successful shall depute the required Manpower at SHQ. Subsequently, they
need to deploy their resources at DHQ and BHQ within 4 weeks and 8 weeks respectively.
If required a transition team to be deployed by the MSP for smooth transition from existing
vendor during the period. The MSP to share the plan immediately after issue of LoI.

7.3 OPERATION AND MAINTENANCE OF BSWAN EQUIPMENT AND


INFRASTRUCTURE
The successful Managed service provider shall operate and maintain the BSWAN infrastructure
and services taken over from existing network operator within 6 weeks from date of agreement
sign off. The scope of work for operation and maintenance is detailed below. The Successful
bidder shall be responsible for operation and maintenance of the network for 5 years + 16 Weeks
(Transition Window Period as defined in migration plan).
1. The Managed service provider shall ensure all the relevant services as per SLA and
Technical specifications are delivered to GoB. BELTRON has the right to add/ modify
the technical specifications within the broader scope of this RFP. In case the
modification requires additional equipment procurement, the same shall be procured by
BELTRON with warranty. The Operation and maintenance shall be carried out by the
Managed service provider.
2. The services as per the scope of the contract shall include maintenance of the equipment;
ensure performance of the services (Data, Voice, Video, Internet) as per the SLA.
Primary responsibilities include:

Equipment configuration management

Upgrading IOS to the latest version released by the OEM

BSEDC Tender Notice No: BELTRON/5292/2016

Page 37 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Upgrading Patches on all field equipment to the latest version released by the
OEM.

Regular periodic maintenance of the equipment as specified and recommended


by the OEM for better performance and longevity.

To liaison with stakeholders (link provider(s), BSNL, state government, Solar


Power Solution Provider, local bodies, third party agencies / consultants
appointed/identified by GoB) from operational perspective.

All software deployed by the Managed service provider in BSWAN2.0 network


shall be genuine licensed versions.

The Managed Service provider shall not replace equipment with equipment from
the grey market supplies or tamper with the equipment such that it becomes a security
threat and diminish the performance.

The Managed service provider shall provide maintenance and support services at
PoP locations and deploy the manpower as skill sets defined in the RFP for each location.

The BSWAN 2.0 Network will run all e-governance services in State of Bihar. The
Man Power deployed in BSWAN 2.0 should have knowledge on all e-governance services
running on the network and should support the local users at DHQ/BHQ. Besides
Technical knowledge on the equipments maintenance, multi-skill engineers at BHQ
should assist the users at Block level to assist them in the e-governance programme of
the State Government. The trainings should be conducted every quarter with inputs from
the BELTRON to Engineers as well as End Users. The infrastructure for trainings will be
provided by BELTRON.

The Managed service provider shall ensure proper maintenance of existing


hardware.

The Managed service provider shall provide software updates free of cost or the
components supported by them in BSWAN2.0 for a period of five years after successful
transition period and Go Live Date. This will include the patch upgrade or any type of
upgrade for router IOS, or any other software. Software updates shall be part of the
supplies, at no additional costs.

Managed Service Provider will take utmost care during the Video Conference or
streaming or voice messaging conducted by senior leadership in the state and should
successfully complete the event. These events will not be more than 6 times in three
month and BELTRON will give advance information with a 48 hours notice. These
events shall be termed as Critical Events.
Monitoring of the link status of the ISPs and reporting.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 38 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

7.4 MIGRATION OF
ARCHITECTURE

THE

NETWORK

TO

NEW

BSWAN

2.0

The present BSWAN architecture and the proposed BSWAN 2.0 architecture are shared in
earlier sections of the RFP. The tentative migration plan is given below:
1. The State Head Quarter shall be provided with assigned Bandwidth from BSNL
and secondary bandwidth service provider(s). At presently SHQ is in Technology
Bhawan (BRAINDC) which needs to be migrated to State Data Centre in
BELTRON Bhawan. The equipment, network connectivity, racks, active/passive
devices and helpdesk setup from the existing SDC PoP locations should be moved
to State Data Centre as relocation of PoP. This will require coordination with
network service providers for shifting of connectivity links to State Head Quarter
i.e. BSWAN Link, Internet Link, SECLAN connectivity and creating fresh
structured cabling, helpdesk setup in State Data Centre. The managed service
provider shall carry out this migration. The detail of the Equipment related to
BSWAN at BRAINDC is detailed in this RFP.
2. Managed Service provider will be upgrading the network capacity/configuration
and work with the bandwidth provider (BSNL & Secondary bandwidth Provider)
for any change in the bandwidth in DHQ/BHQ based on crossing the 60%
threshold limit. The managed service provider shall inform BELTRON in advance
about any link reaching 60% of the capacity and take approval before changing
the link capacity. The cost towards increase of the bandwidth will be paid by
BELTRON.
3. All DHQ shall be provided with assigned bandwidth from the primary/secondary
service provider and migrate the network to BSWAN 2.0.
4. All BHQs should be connected on Primary and Secondary link at bandwidth
capacity defined in BSWAN 2.0 architecture.
5. Alternate bandwidth service provider (secondary) link will be put through to
DHQs and BHQs and tested for redundancy and load sharing functionalities.
6. The horizontal connectivity to government offices connected on leased line or
LAN Extension from nearest PoP maintained and managed by Managed Service
Provider as per horizontal capacity defined in BSWAN 2.0 Architecture. The
equipment at DHQs/BHQs should support the horizontal connectivity requested
in Table 2.
7. All the Pops at DHQ and BHQ shall be connected to the NoFN network.
Within a period of two weeks from the date of sign of contract, the Managed service provider
shall study and submit a detailed comprehensive transition plan with an upper limit of 16 weeks
i.e. 4 months covering handover and takeover of PoP Operation, maintenance, future upgrade,
Network Upgrade to revised BSWAN 2.0 Architecture to BELTRON/TPA for final vetting. The
key deliverables and timelines are shared below:
Table 3A : Operational and Maintenance Timelines of BSWAN Existing Network
by Successful Bidder
S. No
Deliverable
Timeline

BSEDC Tender Notice No: BELTRON/5292/2016

Page 39 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

1
2
3

5
6

Deployment of Man Power at T0 + 2 Weeks at SHQ, T0+4 Weeks for DHQ


SHQ, DHQ and BHQ
and T0+8 weeks for BHQ
Submission of Transition Plan
T0+ 2 Weeks
Transition status report
On a weekly basis from commencement of
transition as per Site-wise transition schedule.
The outer limit for transition from the existing
BSWAN Bidder should complete in T0+6
Weeks.
Completion of handover Plan at On a weekly basis from commencement of
SHQ,DHQ and BHQ
manpower deployment. The upper timelines is
16 weeks for transition to BSWAN 2.0
Architecture.
Final Handover report
To be submitted to TPA/BELTRON per site
wise
Operational and Maintenance To be declared by Successful bidder in
BSWAN and Go Live Date
Transition Plan and upper timelines will be
T0+24 weeks

(T0 stands for the date of issue of LoI)


Table 3B : BSWAN 2.0 Revised Architecture Go Live Transition Timelines
S.
Deliverable
Timeline
No
1. Submission for Detailed Plan for BSWAN 2.0 Hardware T0+4 Weeks
Augmentation, SHQ Relocation, and NICNET/NKN
2. Connectivity
BSWAN 2.0 SHQ Architecture Completion
T0+ 8 weeks
3. BSWAN 2.0 DHQ and BHQ Architecture.
T0+24 Weeks
4. Implementation of Common IP Scheme within T0+24 Weeks
NICNET/NKN/NoFN, SECLAN and BSWAN 2.0
5. SLA on the BSWAN 2.0 Network Links
T0+24 Weeks
6. Security Compliance

Submission of Security
compliance certificates as
per the provisions made
within T0+ 28 weeks.

Table : Timelines of BSWAN Secondary links commissioning


S. No
Deliverable
Timeline
1
Installation Secondary links in 24 Weeks from the date of signing of MSA.
SHQ/DHQ/BHQ (including 140 PoP
locations maintained by M/s Orange)
As the network is live and used by most of the departments of Government of Bihar as primary
backbone, utmost care should be taken during the migration to the new architecture to avoid
BSEDC Tender Notice No: BELTRON/5292/2016

Page 40 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

interruption of services. The Managed service provider should coordinate with the bandwidth
service provider(s) for smooth migration of the network to the new architecture. Necessary
changes in the configurations of the network devices shall be made for smooth migration.
Generally this activity shall be carried out during EBH (extended Business hours) with the
permission of BELTRON. If the connectivity to any office is not working during migration, it
should be rolled back to original status and made functional. Any downtime in the migration
process, beyond the permitted period attributable to Managed service provider shall be treated
as downtime due to Managed service provider.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 41 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

7.5 CIVIL WORK


The bidder would be responsible for civil, electrical, and mechanical repair works including the
false ceiling, partitioning, installation of AC, LAN cable laying, etc. wherever required. The
BIDDER shall be responsible for getting all requisite approvals from respective offices
pertaining to Civil Work (preparation of Earth-pits at all the sites/ PoPs and some alteration in
the site like shifting of door, window, etc.) within the stipulated time schedule. In case there are
any delays in getting these approvals, the BIDDER shall immediately report to the purchaser in
writing. All required civil work like cutting, chiseling, etc. shall be finished and ensure smooth
work. Waste material of the civil work should be properly disposed of from the PoP room.
38 DHQ Civil and Electrical work for
400 Sq. Ft. Room carpet area
False Ceiling with Particle Board
MS structured False Flooring
Wall Putty and Painting of Walls
Furniture for two person
Individual earth pit
Earth Neutral Voltage 1 V
Pop room power sockets and I/O Box
495 BHQ Civil and Electrical work for
100 Sq. Ft. Room carpet area
Wall Putty and Painting of Walls
Flooring with PVC
Furniture for one person
Individual earth pit
Earth Neutral Voltage 1 V
Pop room power sockets and I/O Box

7.6 SURVEY, DESIGN, PROCURE AND IMPLEMENTATION OF LAN


AND WAN FOR UPGRADATION
The present BSWAN has both LAN and WAN components. The WAN connectivity components
are vertical connectivity and horizontal connectivity. BSWAN 2.0 also envisages providing both
LAN and WAN connectivity to the user departments.
Bandwidth Provisioning:
The following activities are part of bandwidth provisioning:
a. Site Confirmation
b. Design
c. Implementation
d. Operation and Maintenance
Site Confirmation - The Managed service provider shall be responsible for conducting site
surveys at all identified locations across the state as given in the RFP ( List of PoPs), to ascertain
the exact location of the site and to ensure the site readiness in terms of space, equipment,
BSEDC Tender Notice No: BELTRON/5292/2016

Page 42 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

power requirements for the implementation of BSWAN 2.0 Bandwidth infrastructure. The
Managed service provider shall prepare a Site Survey Report detailing the status of each site and
shall submit to BELTRON. The Power and physical space required for the equipment to be
hosted at SHQ, DHQ and BHQ shall be mentioned in the Technical Proposal.
Design - Based on the site survey results Managed service provider may suggest some changes
in the design of connectivity (such as technology for last mile etc.) to different locations, while
still ensuring that the requirements in the RFP are met and without any additional commercial
impact to BELTRON /GoB.
The successful bidder is expected to perform the following activities as part of this phase:

Prepare a detailed design at each location and shall submit the same to BELTRON for
approval.

Co-ordinate with the BSWAN 2.0 TPA Agency and BELTRON team to design Captive
MPLS network

Preparation and submission of details of all links, nodes and interfaces for connectivity
and equipment to be positioned at all the BSWAN PoPs by the Bandwidth Service Provider(s)
(Primary (BSNL) and Secondary Links) to BELTRON/GoB for each individual District and
Blocks.

Managed Service Provider will design MPLS connectivity from Secondary service
provider to ensure that there no overlap/sharing/route with BSNL Network.

Check design for the compliance of security requirements mentioned in the RFP.

Submit a detailed activity and manpower deployment plan for each phase of this project

Submission of complete time-line document indicating finalized commissioning dates


for all the links.

Design Acceptance Test Plan according to the guidelines of TRAI on Acceptance Test
Procedure (ATP) and Qualification Test Procedure (QTP) for link commissioning.

Implementation - The implementation phase marks the realization of network envisaged in


BSWAN2.0 architecture. The successful bidder is expected to perform the following tasks for the
Partial Acceptance Test (PAT):
a. Commissioning of links as per revised BSWAN 2.0 architecture. The TPA Agency will
supervise and monitor the progress of the installation and testing of the network and
links. The network and links will be under Trial Operation (24X7) for a period of 7 days,
wherein all SLA terms have to be met for a continuous period of one week (7 days) for
each link.
b. Dispatch of required equipment, installation, testing and commissioning of the links as
per implementation timelines. Necessary coordination should be made with the
Primary/secondary bandwidth provider.
c. NMS Reports will be submitted by managed service provider (under the control and
supervision of BELTRON/TPA Agency) after successful operation of Network during the
BSEDC Tender Notice No: BELTRON/5292/2016

Page 43 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

trial period. This shall be treated as Partial Acceptance Test (PAT). TPA Agency shall
approve it.
d. Based on this report, a Partial Acceptance Certificate will be issued to the BSWAN2.0
Managed Service Provider(s), and henceforth Managed Service Provider(s) shall
maintain links provided as per the Service Level Agreement (SLA) and as per the
agreement of contract.
e. Successful bidder has to submit the request for Partial Acceptance Test once secondary
link is commissioned in the sites, considering 100 links in a lot as per Contiguous
geographical area or as mutually decided by BSEDC and System Integrator. Consultants
team shall visit each and every PoP for PAT/FAT. Successful bidder may be allowed to
raise invoices for links only after 15 days of completion of PAT provided that all
observations/issues reported during PAT have been resolved.
Final Acceptance test (FAT) shall be carried out for all the installed networks/links/equipment
and the FAT report in a prescribed format should be submitted in coordination with Managed
service provider. The FAT certificate will be signed by the Managed Service Provider, Third
Party Agency and BELTRON.
Note 1: It is necessary that all the VC equipment must run concurrently for all the
locations (SHQ, BHQ & DHQ) at 480p for BHQ, 720p for DHQ and 1080p for SHQ
for successful FAT.
Note 2: The prime bidder must ensure that the respective OEMs should do the
initial installations at SHQ, 1 No. DHQ and 1 No. BHQ with their own engineers
and train the prime bidders technical specialist in the installation and best
practices. Later it may be replicated by the primer bidder. For PAT, this activity
should be closed. Bidder to engage the respective OEMs for network auditing
before the deployment of IP Telephony & VC solution.

7.7 TECHNICAL REQUIREMENT FOR BSWAN 2.0


The BSWAN 2.0 revised architecture and its features, SLAs will be met by the new equipment as
per the specifications shared in Annexure C;
New hardware/software needs to be mandatorily provided under the Annexure C.

The items and their technical specifications mentioned in Annexure A are indicative in
nature. The specifications have been arrived at on the basis of broad market survey. The
basic minimum specifications required of various equipment on the network have been
mentioned. The Managed Service Provider shall carry out a complete study of the system
to ascertain the requirement of hardware and security software to meet the SLA and the
Security Standards mentioned in para 7.8 and be satisfied. The Managed service
provider may have to install equipment/hardware and software even not listed in
Annexure A in order to meet the overall solution requirement, SLA and security
requirements. The Bidder shall provide the complete list of specification of
Hardware/Software that would be required to be installed to meet the SLA and Security
requirements in the commercial sheet and BOQ. No additional payment shall be made to

BSEDC Tender Notice No: BELTRON/5292/2016

Page 44 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

the bidder at a later stage other than those mentioned in the commercial sheet even if the
Bidder realizes at the later stage that additional equipment not mentioned in the
commercial sheet need to be installed to meet the SLA. The Bidder shall in such
circumstance install such equipment/hardware and software at his/her own cost and no
payment shall be made to the bidder by BELTRON on this account.
Any hardware or software required for any sort of integration with the existing BSWAN
infra is to be provided by the bidder.
The proposed security infrastructure (firewall and UTM) should be manageable from a
single location.

7.8 RELOCATION OF THE EQUIPMENT AND CONNECTIVITY


During 5 Years of operation and maintenance, DHQ/BHQ locations can shift to new sites. The
Managed service provider is required to relocate the equipment from one location to another
depending on the requirements of BELTRON/GoB. The managed service provider will ensure
that same equipment/bandwidth connectivity is shifted to new locations within the timeframe
defined for relocation in SLA Section. Safe transportation of the equipment from one location to
other is the responsibility of the Managed service provider. Managed service provider should
have spare equipment to carry out the successful migration without affecting the BSWAN
services for end user in that PoP. Separate work order shall be given for shifting of the location
and the shifting charges as per the rates mentioned under optional items in the commercial
sheet.
Managed Service Provider shall shift the equipment presently installed in BRAIN Data Centre to
State Data Centre. The cost of shifting shall be borne by Managed Service provider. The cost of
shifting shall be separately mentioned in the commercial sheet.

7.9 LIAISON WITH STAKEHOLDERS


1.
GoB understands that the service levels offered by BSNL are not in Managed service
providers control however, the Managed service provider shall be responsible for notifying the
primary bandwidth provider ( BSNL) for any problems associated with the network links
(which cannot be rectified by the Managed service providers team) and tracking the problem to
a resolution/ closure. However BELTRON will work towards SLA sign off with BSNL and same
will become as a part of deliverables by Managed Service Provider.
2.
The Managed service providers shall be responsible for obtaining approvals for any
statutory & regulatory requirements from any of the authorities for the activities within the
scope of this RFP. GoB shall provide all necessary support that will be required for obtaining
such approvals. Further, the successful bidder shall be responsible to get required
documentation completed for obtaining such approvals from time to time.
3.
The Managed Service Provider shall be responsible for obtaining necessary approvals
and clearances from various other authorities such as municipal bodies, building in charge,
owners of the building, etc. GoB will provide all necessary support that will be required for
obtaining such approvals. Any cost associated with obtaining such approvals will have to be

BSEDC Tender Notice No: BELTRON/5292/2016

Page 45 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

borne by managed service provider. These approvals shall only be used for GoB e-governance
services.
4.
Managed Service Provider shall be responsible for notifying Solar-Hybrid Service
Provider for any problems associated with Power Supply (which cannot be rectified by the
Managed service providers team). They should track the problem to a resolution/ closure. Any
escalations should be notified to BELTRON/TPA immediately.

7.10 IMPLEMENTATION OF IPV6


Government of Bihar has the mandate of migrating from IPv4 to IPv6 dual stack by December
2017 as per present guidelines issued by DeitY. The Managed service provider shall implement
the plan in accordance to guidelines issues by Department of Information Technology/ DietY as
and when updated. The successful bidder should ensure that new networking equipment
supplied for BSWAN 2.0 should be IPv6 Ready to carry IPv6 traffic. This activity should be done
without any interruption of service, without any additional cost to BELTRON/GoB. In case there
is a requirement of replacement of existing hardware or software the same shall be done as per
the provisions mentioned in para 15 of this RFP.

7.11 IMPLEMENTATION OF COMMON IPV4/IPV6 SCHEMA


Managed Service Provider should implement common IPv4/IPv6 Schema in consultation with
NIC. All LAN/WAN equipment should be configured based on the approved IPv4/IPv6 Schema.
It will be developed through a bottom-up, consensus driven, open policy development process.
Managed Service Provider will facilitate and supports this process. The IP addressing should
support smooth integration with NICNET/NKN/NoFN or any other future network by
Government of India.

7.12 OPERATION AND MAINTENANCE OF BSWAN POP


a. It is the responsibility of the Managed service provider to maintain the network and the
electrical infrastructure at the PoPs. All the network equipment and spares shall be kept
in good working condition. In case of fault, the equipment shall be either repaired or
replaced by the Managed service provider at no cost to GoB/BELTRON.
b. The successful bidder shall maintain a temperature needed for the proper functioning of
Network Equipments, UPS and batteries in the PoP location.
c. All the electrical equipment and accessories including lightning arrestors, protection
equipment, Air Conditioners, plugs, wires etc. shall be maintained by Managed Service
Provider. GoB/BELTRON has already selected a separate vendor for Hybrid Solar
Solution (Solar + Grid Supply). However the primary responsibility for power supply to
equipment will be with managed Service provider and will coordinate power solution
provider for any fault in their equipment.
4.
The Managed service provider shall study the electrical safety installations in PoPs (such
as fire detectors, fire alarms and fire extinguishers etc.) and implement them as a part of site
preparedness. They should manage these electrical safety installations till the completion of the
project.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 46 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

5.
The successful bidder shall have comprehensive warranty or insurance for the network
equipment against theft, fire, lightning and power surges. This should be part of commercial bid
and BELTRON will not pay any additional charges.
6.
At PoPs, the Managed service provider shall provide maintenance and support services.
The managed service provider will have sufficient spare inventory to support SLAs and carry out
the migration of PoPs successfully.
7.
The Managed service provider shall also maintain an up-to-date inventory of all BSWAN
2.0 commissioned equipment and spares and make the same available for review and
inspections every month by GoB/ Third Party Monitoring Agency.

7.13 BSWAN 2.0 PORTAL


The manage service provider would also be responsible for design, developing, hosting and
maintaining a BSWAN 2.0 Portal which would have the links to Video-Conferencing and other
features like embedded media players, etc.

7.14 HELPDESK MANAGEMENT SYSTEM


Helpdesk management Process:
1)

All the devices and the associated links shall be continuously monitored by the NMS.

2)
Alarms/alerts provided by NMS in case of failure of any device/link shall be continuously
monitored by the Helpdesk Management team of Managed Service Provider.
3)
The NMS can forward or help in generating Trouble tickets in Help Desk system
automatically.
4)
Whenever WAN/LAN connectivity is faulty either partially or fully due to Primary
Service Provider link failure or device failure or Secondary Service Provider link failure, an
automated trouble ticket shall be generated by NMS.
5)
In case of the Primary Service Provider link failure, trouble ticket shall be generated in
Primary Service Provider queue. Helpdesk Management Team shall be responsible for resolving
the issue
6)
In case of the Secondary Service Provider link failure, trouble ticket shall be generated in
Secondary Service Provider queue. Helpdesk Management Team shall be responsible for
resolving the issue.
7)
In case the router is not reachable a trouble ticket shall be generated in the Hardware
queue. The Managed service provider shall perform the primary analysis to verify the
availability of power, backup or any other issue at PoP. It should raise the trouble ticket to
OEMs/Third Party for resolving the issue within the defined SLA timelines.
8)
In case of the Power Issues at Source, trouble ticket shall be generated in Hybrid Power
Solution providers. Helpdesk Management Team shall be responsible for resolving the issue in
co-ordination with Hybrid Power Solution provider.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 47 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

9)
In case of Horizontal Connectivity, if any of the link is failure or remote device is not
reachable ( ping response) due to unavailability of power or due to any another issue at the
customer end, the trouble tickets shall be transferred to departmental queue. Helpdesk team
will inform the coordinator of that department and follow up till resolution of the problem.
10)
All trouble tickets should be periodically updated by Helpdesk Management team which
can be reviewed by TPA/BELTRON.
Help desk:
For servicing the BSWAN 2.0 users, managed service provider shall establish a centralized Help
Desk number, E-mail and call tracking mechanism. BSWAN 2.0 users can log the queries /
complaints, which should be resolved as per the Service Level requirements. In case of
device/link unavailability, NMS should be capable of sending status update to the end-user
through Web or SMS or E-mail. The push SMS system should be integrated with MSDG (Mobile
Service Delivery Gateway) currently working in Bihar Government. The helpdesk queries /
complaints can be related to connectivity, security, multimedia, configuration or any other
issues which relate to the usage of BSWAN 2.0. The monthly report of calls logged & resolved
should be submitted by Managed service provider to GoB... At any given point of time GoB
should be able to see the details of calls logged and resolved online.
The Helpdesk system will have centralized Toll Free number which can be configured for both
ON-NET and OFF_NET Calls in existing /proposed VoIP solutions IP PABX Solution.
To facilitate help desk functions, Help Desk software shall be implemented by the Managed
service provider. The software should be able to take care of classification, automatic escalation,
management, status tracking and reporting of incidents as expected by the service level
requirements. Status tracking should be available to BSWAN 2.0 users through the centralized
Help Desk number as well as online through software. The GoB or the third party appointed by
it shall have online access to the Help Desk System information and historical data. The
helpdesk software should also give a report on disposal of calls and violation of SLAs during
disposal of such calls.
The Help Desk will respond to and resolve the problems as per the SLA. The Managed service
provider shall keep BELTRON informed about the progress of their respective tickets by
contacting BELTRON at regular intervals.
Problems shall be classified into various levels of priority mentioned in the SLA. The assigned
priority for each problem shall dependent upon:
1. The extent of the problems impact on the usability of the system.
2. The percentage of BSWAN 2.0 users affected by the problem.
The initial assignment of priorities is the responsibility of the Help Desks Problem Manager/
Operation Manager. However, the GoB can change or challenge the priority assigned to a
particular problem and the procedures that exist for escalating a problem to progressively
higher management levels for each call, until the agreement is secured.
The precise definition of problem priorities should be documented in the Successful bidders
Problem Management procedures.
BSEDC Tender Notice No: BELTRON/5292/2016

Page 48 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

There shall be prescribed resources as specified in the resource requirement section of this RFP.
All the problems/queries at local offices will be reported by any departmental user as defined
below in Problem Resolution and Sign-Off section. The users can track the status of the call by
using the Trouble Ticket number which they would receive either through the online mechanism
or on the Toll Free call made to the helpdesk team who would provide the Ticket number to the
user. The Network engineer will resolve the problem on the basis of priority and severity and
within given SLA metrics.
Help Desk shall also be responsible for managing problems/incidents related to each PoP of
BSWAN. Help Desk shall ensure timely response by assigning the problem/incident to Network
engineer at that PoP on priority basis.
Problem Resolution and Sign-Off:
Every departmental user can report any network related problem through the Online Helpdesk
interface or by calling the Centralized Help Desk Toll Free Number to be notified by the
Managed service provider. Managed Service Provider will setup the TOLL FREE call support
number from BSNL. The fixed rental and recurring charges will be paid by BELTRON. The
coordination of payment to BSNL and making toll free number working all the time will be the
responsibility of the bidder In case of a toll free call, the Support Engineer shall be responsible
for generating an online Trouble Ticket and also closing the call on the online system after
resolution.

Managed Service Provider shall prepare a Helpdesk Call Report document which would be
used to keep track of respective Helpdesk performance. This report would contain:

Trouble Ticket Number as generated in the Online System


Time at which the problem was logged
Problem Description
Customer Details Contact and Location
Helpdesk Engineer In-charge
Problem Resolution Time
Route Cause Analysis Report

Final closure of the ticket will be done by Managed service provider after confirming with the
customer. If the customer is not satisfied the ticket will remain open. At the end of each month,
all Helpdesk Call Reports must be sent to the Third Party Monitoring Agency for verification and
approval.

7.15 DOCUMENTATION
1.

2.

The Managed service provider shall document all the field installation and
commissioning procedures and provide the same to the BELTRON/GoB within one
week of the completion and acceptance testing of the equipment.
The Managed service provider shall submit a complete cabling system layout at PoP
including cable routing, telecommunication closets and telecommunication outlet/

BSEDC Tender Notice No: BELTRON/5292/2016

Page 49 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

3.

4.

5.
6.
7.
8.
9.
10.
11.
12.
13.

connector designations. The layout shall detail locations of all equipment and indicate
all wiring pathways.
Manufacturer's technical documentation on all devices used in the system including
user manuals for configuring of switches, routers, etc. and their 'As installed'
configuration shall be provided by the Managed service provider.
Process documentation: The Managed service provider shall be responsible for
preparing process documentation relating to operation and maintenance of each and
every service. The process documents shall be formally signed off by BELTRON/GoB.
The process documentation shall include but not limited to the following:
Backbone Services : Processes for managing the BSWAN2.0 backbone (Primary and
Secondary Links)
Multimedia Services: Process for providing voice and video conferencing services to
BSWAN2.0 users
IPv4/IPv6 Schema and details of IP addressing
VPN Services: Process for providing VPN services.
Wireless Connectivity Services: Process for providing wireless connectivity services for
wireless LAN
Integration with National Network: Process for integration of other networks like
NICNET/NKN/NoFN or any other national Network.
Connectivity Services: Process for providing various types of connectivity to various
offices.
Operation, Maintenance and Monitoring Service process: This shall include:
Help desk management process shall capture the entire cycle of problem reporting,
escalation and resolving issues.
SLA monitoring processes for each SLA parameter as defined in SLA requirement
section (monitoring mechanism and report performance etc.). All documentation
will be supplied both in Hardcopy and Softcopy format.
Each process document shall clearly define the roles and responsibilities,
detailed steps for execution the defined task, detailed configuration steps etc.
The GoB expects the Managed service provider to document the SHQ
operations and management processes and to document the field operations
and management processes as per the ISO 20000 standard (IT Service
Management). It shall be the Managed service providers responsibility to get
the BSWAN processes accredited certified against ISO 20000, ISO 27001 and
ISO 27033 standards in Government of Bihars name. The cost of certification
shall be mentioned in the commercial sheet.
As a part of this certificate, the Managed service provider should periodically
take user feedback on the services provided and the average rating should be
above 4.0 in the scale of 5. In case the rating is below 3 for consecutive two
quarters, the services shall be termed as poor and liable for termination.
The Managed service provider shall ensure that all the non-compliances that
arise during the above audits should be attended to within prescribed time and

BSEDC Tender Notice No: BELTRON/5292/2016

Page 50 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

complied without any cost to BELTRON/GoB, for the works within the scope of
this RFP.

7.16 SOLUTION DESIGN DOCUMENT


Every bidder shall submit a detailed solution design document as specified in the RFP, along
with the other technical proposal documents. The solution design document should include the
end to end network solution and detailed deployment architecture including the feasibility
study. The feasibility should be provided as per annexure in the RFP. The solution design should
comply with the technical and functional requirements specified in the above sections of this
RFP. The design should meet the security requirements mentioned in RFP. The bidder shall be
requested to walk through the presentation to the committee organized by BELTRON. This
activity will be part of the technical evaluation of the proposals.

7.17 NETWORK MANAGEMENT SYSTEM


The existing Network Management System is CA Unicenter. The specifications of required
NMS/EMS system are shared in the Annexure A. The NMS system for BSWAN 2.0 should have
licenses to manage all the active devices and proposed solar power based non-IT SNMP based
devices. The successful bidder shall use either the existing NMS or deploy new NMS. However,
the NMS deployed should support features mentioned below and should configure the same as a
part of deliverables.
Modules of Network Management System:
The NMS deployed should have the following modules:
1.

Configuration Events & Alarms:

The NMS should have capability to view and record status of alarms, monitoring WAN, LAN and
end Devices based on SNMP polling and monitoring network device configuration.
2.

Data Management:

The NMS tool should have provision and suitable arrangements for taking backup of NMS data.
NMS should be able to maintain CMDB (Configuration Management Database) integrate with
existing HELP DESK system which is used under Bihar SWAN or propose equivalent system
and should be able to track all the changes in the network along with the change history. NMS
should be capable to maintain all BSWAN 2.0 asset database.
3.

Functionality:

The NMS should have capability of generating customized reports, providing view of selected
sub-networks and indicating networks status via different colors.
4.

Fault Management:

The NMS should have capability to support advanced filtering, and to eliminate extraneous
data/ alarms in web browser and GUI.
5.

Network Monitoring:

BSEDC Tender Notice No: BELTRON/5292/2016

Page 51 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

The NMS should have capability to collect data and set service level, SNMP, to monitor and
report utilization and availability and to support network monitoring via SNMP polling. The
NMS should collect raw data and store the same in a database repository. The database should
be integral part of NMS and not separate entity.
The NMS specifications will now include all the features, which are required for monitoring the
vertical as well as horizontal connectivity. The NMS Should also be capable of monitoring the
status of all horizontal connectivity from the PoPs.
6.

Presentation:

The NMS should have capability to represent discovered links with proper color for complete
network visualization, to support dynamic object collections and auto discovery, to provide view
of entire network topology in a single map, to generate customized maps based on certain group
of devices/region. The state of the network components on the topology map shall be
represented by a unique color scheme, such as Red to denote device Critical or unavailable and
Green to indicate that the device is working fine.
The NMS should have the capability to notify status change, an event, or a problem on a server
or network equipment by sending a message as an e-mail or Mobile-SMS. Further, if the event
that triggers the message is a problem, NMS shall take appropriate actions to correct the
problem.

7.

Access Control:

The NMS should have capabilities to configure and maintain user activity log and audit trails, to
maintain list of NMS usernames with defined access level, existence of super user and its level of
access to database (read, write, modify/delete). This functionality can be provided using access
management control requested in the technical requirement and should be able to integrate the
solution with existing NMS system or propose new NMS system.
The solution should Self-protect itself Must be able to prevent hackers with root access from
circumventing or shutting down the security engine. Must use a self-protected database for
storing all security information.
The solution should support secure, remote connection to the target device.
The solution should maintain policies in centralized GUI and able propagate to target system
automatically.
The privilege user password management (PUPM) must provide a fully functional and
customizable workflow that provides common out-of-the-box use cases for PUPM.
The solution should provide a feature to eliminate passwords from scripts. Via PUPM, it should
be possible to replace hard-coded passwords in scripts with privileged account passwords that
are generated by PUPM only when needed.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 52 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

The solution should provide a unified web based console which consolidates all aspects of
privileged user management under a single console host access control and privileged user
management across physical and virtual systems, devices and applications.
8.

Reports:

The NMS should have capability to generate drill down reports for PoP and link availability
(vertical and Horizontal) during PBH and EBH separately. It should have the capacity to
generate reports of utilization and network performance. Reports should be generated both in
pdf & excel format. User should have the flexibility to create customized reports. The NMS
should also create various customized reports in graphical format, for the performance and
availability of network components such as links and network devices. The reporting engine
should generate the reports based on the data collected, and help user in accessing these
graphical reports using standard Web browser such as Internet Explorer or Mozilla, or any
standard browser etc.
The NMS system should be configured to generate the following reports:

NMS should offer tabular information giving % of uptime of individual links on monthly
basis.

Bandwidth utilization report

Bandwidth availability report

Statistical report regarding resource utilization and Faults in network (e.g. CPU and
memory utilization for routers and switches)

Link wise latency report (both one way and round trip) times.

Historical reporting facility that will allow for the generation of on-demand and
scheduled reports of Business Service related metrics with capabilities for customization of the
report presentation.

Detailed Inventory report (hardware/software)

Generate SLA violation alarms to notify whenever any of the SLA parameters are
violated or are in danger of being violated.

Any other reports/format other than the above mentioned reports required by GOB shall
also be provided by the successful bidder either through NMS (automated) or manually
prepared.

Reports regarding the status of all horizontal connections from the PoPs.

Firewall and other security devices uptime

Reports regarding the status of UPS/Hybrid Power Supply and its output.

Any other report as indicated by the Government from time to time.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 53 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

The successful bidder shall provide the NMS reports including Bandwidth utilization report &
Link up-time report & network equipment health check report on a monthly basis. The
Successful bidder shall have to consult GoB for finalizing the report formats and frequency. The
Successful bidder shall also enable the GoB designated Officer to be able to view any (up-todate/ historical) reports related to BSWAN at any point of time via a Web-based interface to the
NMS.
The successful bidder would generate and provide the Reports as stated below periodically. He
shall also be under obligation to provide any other reports as asked by GoB.
9.

General Reporting Features:

a.
Should be able to generate Graphical User Interface (GUI) based reports for Primary
Business Hour (PBH), Extended Business Hour (EBH), Critical Event (CE) and 24 Hours
separately.
b.
Shall be able to present the reports through web, and also generate PDF version
reports of the same.
c.
Should provide user flexibility to create customized reports according to the user
privilege level.
d.
Should provide information regarding capacity utilization and error statistics for
physical and logical WAN links.
e.
Should create reports on trend analysis from historical data and also by considering
Mean Time between Failure (MTBF) of equipment.
f.
Should be capable to send the reports through e-mail to predefined user with predefined interval.
g.

Should have capability to exclude the planned downtimes or downtime outside SLA.

h.
Should be able to generate web based reports both near real time and historical data for
the systems and network devices.
10.

Availability Reports:

a.
Overall Network Availability and Uptime Report on Daily, Weekly, Monthly, Yearly Basis
through GUI.
b.
Uptime & Availability Report on Service provider MPLS network, Leased Lines, LAN,
Server on Daily, Weekly, Monthly, Yearly basis.
c.
Uptime & Availability Report on Network Devices: Router, Switch, Security Appliance,
Anti-Virus appliance, VoIP phones, Video Conferencing Equipment on Daily, Weekly, Monthly,
Yearly basis, for the all supported SNMP devices.
d.

Custom Report

e.
Top 10 Report - Lists the top ten VPNs with the highest and lowest volumes of activity
for the previous day.
BSEDC Tender Notice No: BELTRON/5292/2016

Page 54 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

11.

Performance Reports

a.
Overall Network Device Performance (Router, Switch, Security Appliance) CPU and
Memory Utilized at State, District & Block level.
b.
Every Link Input / output Utilization (percentage, bps, kbps, mbps, octets/sec) on
Leased Line, Trunks between Switches, Link errors (Leased Lines, ISDN, Trunks, etc.).
c.
Should be able to indicate the Network Latency, on each leased links at State, District,
Block and remote office level.
d.

Server and Infrastructure services statistics.

e.

Trend report based on Historical Information.

f.
Custom report should display a rolling daily summary showing round-trip time and
packet delivery ratio for a selected device pair.
g.
Network Jitter - the report should present source to destination and destination to
source data for both jitter and packet loss.
12.

SLA Based Report:

a.

Should be able to do computation of SLA for entire BSWAN network, Individual links

b.
Should be able to generate automated Daily, Weekly, Monthly, Quarterly and Yearly SLA
reports
c.

Should be able to present At-a-Glance type report comprising critical SLA parameters

d.

Should highlight Top 10 issues going on in overall network.

e.

Should provide component level report at every level.

13.

Inventory Status Report:

a.
Equipment Inventory report device name, device part number & serial number, device
model number, device status, device OS, threshold of device deployed at SHQ, DHQ & BHQ.
Any change in inventory status should be updated immediately in NMS system.
b.
Departmental Inventory report List every departmental office and the interfaces
provisioned for each of them at State, District & Block level.
c.
Change Management report - Change management scorecards, change audit reports,
changes by user and change detail reports provide immediate visibility into whether or not the
defined CCM process is working and being followed.
14.

Event & Fault Management Report

Should provide details about the number of complaints received due to failure of network
devices.
The NMS should generate automated SLA reports for MSP and Bandwidth service provider(s)
separately and identify the exact point of fault to penalize the disrupted services.
BSEDC Tender Notice No: BELTRON/5292/2016

Page 55 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Any time during the period of contract, BELTRON/GoB shall provide list of additional reports
required for review purpose and the same should be made available within 7 working days.

7.18 EXIT MANAGEMENT


This clause sets out the provisions which will apply upon completion of the contract period or
upon termination of the agreement for default of the Successful Bidder. The Parties shall ensure
that their respective associated entities, in case of BELTRON, GoB, any third party appointed by
the BELTRON and in case of the BSWAN operator, the sub-contractors, carry out their
respective obligations set out in this Exit Management Clause. Exit Management criteria will be
a part of Master Service Agreement with detailed information about exit criteria and exit
management plan.
The exit management period starts, in case of expiry of contract, or on the date when the
contract comes to an end or in case of termination of contract, or on the date when the notice of
termination is sent to the BSWAN operator. The exit management period ends on the date
agreed upon by the BELTRON or one year after the beginning of the exit management period,
whichever is earlier.
The BSWAN operator shall divest all the project assets at the beginning of the Exit management
period to BELTRON at zero value in case of expiry of contract and at the depreciated rate as per
Indian Income Tax Act if there is a termination of contract.
The BSWAN operator shall pay all transfer costs and stamp duty applicable on transfer of
project assets except in case the Project is being terminated due to default of BELTRON, GoB,
where BELTRON, GoB shall be responsible for transfer costs and stamp duty, if any. For
clarification of doubt, transfer costs in this Clause relate to taxes and duties applicable due to
transfer of the BSWAN project, if any. At the beginning of the exit management period, the
BSWAN operator shall ensure that
All Project Assets including the hardware, software, documentation and any other infrastructure
shall have been renewed and cured of all defects and deficiencies as necessary so that the
BSWAN Project is compliant with the Specifications and Standards set forth in the RFP,
Agreement and any other amendments made during the contract period;
The BSWAN operator delivers relevant records and reports pertaining to the BSWAN Project
and its design, engineering, operation, and maintenance including all operation and
maintenance records and manuals pertaining thereto and complete as on the Divestment Date;
On request by BELTRON , GoB or any third party appointed by BELTRON, GoB, the BSWAN
operator shall effect such assignments, transfers, licenses and sub-licenses related to any
equipment lease, maintenance or service provision agreement between BSWAN operator and
any third party, in favor of BELTRON, GoB or any third party appointed by BELTRON, GoB if it
is required by BELTRON, GoB or any third party appointed by BELTRON, GoB and is
reasonably necessary for the continuation of services by BELTRON, GoB or any third party
appointed by BELTRON, GoB;
The BSWAN Operator complies with all other requirements as may be prescribed under
Applicable Laws to complete the divestment and assignment of all the rights, title and interest of
BSEDC Tender Notice No: BELTRON/5292/2016

Page 56 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

the BSWAN Operator in the BSWAN Project free from all encumbrances absolutely and free of
any charge or tax to BELTRON, GoB or its nominee.
Cooperation and Provision of Information
a) During the exit management period:
i. The BSWAN operator will allow BELTRON, GoB or any third party appointed by BELTRON,
GoB, access to information reasonably required to define the then current mode of operation
associated with the provision of the services to enable BELTRON, GoB or any third party
appointed by BELTRON, GoB to assess the existing services being delivered;
ii. Promptly on reasonable request by BELTRON, GoB or any third party appointed by
BELTRON, GoB, the BSWAN operator shall provide access to and copies of all information held
or controlled by them which they have prepared or maintained in accordance with the
Contract, the Project Plan, SLA and Scope of Work, relating to any material aspect of the
services (whether provided by the BWAN operator or sub-contractors appointed by the BSWAN
operator). BELTRON, GoB or any third party appointed shall be entitled to copy all such
information. Such information shall include details pertaining to the services rendered and
other performance data. The BSWAN operator shall permit BELTRON, GoB or any third party
appointed to have reasonable access to its employees and facilities as reasonably required by
BELTRON, GoB or any third party appointed to understand the methods of delivery of the
services employed by the BSWAN operator and to assist appropriate knowledge transfer.
iii. Before the end of exit management period, the BSWAN operator will ensure a successful trial
run of Network administration, Facility management including helpdesk management etc. by
BELTRON, GoB or by any third party appointed.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 57 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

8 MANPOWER REQUIREMENTS
Successful bidder shall deploy sufficient manpower to meet the SLAs and manage the network
round the clock. Minimum personnels required to be deployed are as under:
Table: Manpower deployment at State Head Quarter ( SHQ)
Shift wise Manpower distribution
S. No

Designation

Project Manager

1000
hrs.
To
1800
hrs.

Operational Lead
2

Network
Monitoring
Engineer (for resolution of
escalated network issues)

Network Specialist

4
5

Security Specialist

System Specialist

Store Manager

Help Desk Engineer

Total
Table

0700
hrs.
To
1500
hrs.

1500
hrs.
To
2300
hrs.

2300
hrs.
To
7000
hrs.

Manpower deployment at District Head Quarter ( DHQ)


Manpower
distribution

S. No

Designation

0900 hrs. To 1800


hrs.

Network Engineer

2.

Technician (Infrastructure / Electrician / Power etc.)

Total

BSEDC Tender Notice No: BELTRON/5292/2016

Page 58 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Table: Manpower deployment at Block Head Quarter ( BHQ) :


Network Support Staff
1 person per BHQ. (0900 hrs. To 1800 hrs. )

Facilities for conveyance/ transportation 9of staff and equipment, communication facilities
(mobile phones etc.) shall also be provided by the successful bidder. The manpower deployed
shall also be available on phone for resolution of calls.
The successful bidder shall keep the shift timings flexible as per the requirements of BSWAN as
recommended by BELTRON.
The resources required in State Head Quarter will be on-roll employee of Prime Bidder
(excluding the Network Monitoring Engineer, Store manager & Helpdesk Engineer). The
Network Monitoring Engineer, Store manager & Helpdesk Engineer may be on the rolls of the
Prime Bidder/ Consortium Partner / Any Manpower Provider Agency identified by the Prime
Bidder.
Note1: Manpower Provider Agency must be a company registered in India (providing
Manpower services / IT facility management services, etc.) under Indian Companies Act 1956
and should have been in operation for a period of at least 3 years as on 31st July 2016 and
should have supplied minimum 100 manpower resources at multiple location.
Note2: On rolls must mean full time staff in the payroll of the organization. Fixed terms
contractors hired by the Prime Bidder/ Consortium Partner / Any Manpower Provider Agency
will not be considered as On-rolls.
Successful bidder shall ensure that at all times during the contract, a Project Manager;
acceptable to BELTRON would be available for regular interaction and reporting. The project
manager would be required to attend all meetings where the successful bidders role and the
activities performed by it are discussed. The Project Manager shall validate all the reports to be
submitted to BELTRON and should take responsibility of answering related queries of
BELTRON. It shall be the responsibility of the Project Manager to present all such reports to key
committees of BELTRON, constituted for spearheading the BSWAN Project. The Project
Manager would be expected to be receptive to the expectations of BELTRON and other key
stakeholders of the BSWAN Project and ensure the incorporation of the same to the
deliverables. The Project Manager shall function from SHQ of BELTRON premise. The Project
Manager shall be assisted by a Core team, providing expertise in areas of network operations,
security and infrastructure etc.
The team shall consist of the network specialists, network monitoring engineers, helpdesk
engineers, technicians and network engineers deployed on the project at SHQ/DHQ/BHQ PoPs.
Successful bidder shall deploy dedicated team for day to day activities related to the project as
defined in RFP. The SHQ team shall operate from SHQ and shall be responsible for assessment
of effectiveness of the defined standards and procedures by BSWAN, resolution of issues, project
monitoring, periodic assessment of BSWAN and related activities as specified in the Scope of
Work specified in this RFP. The SHQ Team shall carry out all activities from NMS, State IT
center, Patna except those requiring field visits. There will be a senior technician for managing
BSEDC Tender Notice No: BELTRON/5292/2016

Page 59 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

the electrical and solar issues. This will be provided by Solar Solution Bidder and will be part of
SHQ team. All technicians in DHQ will report to him.
# Locatio
n
1 SHQ

Designatio
n
Project
Manager

Qt
y
1

Exp

Qualifications

Relevant Exp

8+
Year
s

BE / B-Tech./MCA/MTech with experience in


Project Management and
PMP/PRINCE2 or other
industry
equivalent
certification

1. At least 5 years of
relevant experience in
managing all aspects
of a large advisory/
implementation
program management
2.
Must
have
experience
in
managing projects for
large, enterprise scale
projects
in
IT
Infrastructure/Networ
k Audit and SLA
monitoring.

SHQ

Operations
Lead

6+
Year
s

3. Should preferably
have
worked
on
projects
for
government clients
BE / B-Tech./MCA/BSc 1. At least 3+ years of
with experience in Project relevant experience in
Management with ITIL or project Management
other industry equivalent
certification
2.
Must
have
experience
in
managing projects for
large, enterprise scale
projects
in
IT
Infrastructure/Networ
k Audit and SLA
monitoring.
3. Should have worked
Networking/Infra
related projects
Prior experience of
SWAN Infrastructure
Resource
more
preferences

BSEDC Tender Notice No: BELTRON/5292/2016

Page 60 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

SHQ

Specialist ( 3
L3)
(
Network
Specialist ( 1)
,
Security
Specialist( 1 )
and System
Specialist ( 1)
)

5+
Year
s

BE/B.Tech/MCA/MTECH
degree
or
equivalent
AND
CCNP/MCSE/RHCA/CSS
A or equivalent with prior
experience
of
IT
Infrastructure/ Network
Monitoring,
Enterprise
level NMS & Helpdesk
Management tools

4 SHQ

Store
Manager

3+
Year
s

Graduation degree in
commerce or equivalent
from
any
recognized
university with Logistic
related certificate

Network
Expert L2

3+
Year
s

BE/B.Tech/MCA/MTECH
degree
or
equivalent
AND
CCNP/CCI with prior
experience
of
IT
Infrastructure/ Network
Monitoring,
Enterprise
level NMS & Helpdesk
Management tools

SHQ

BSEDC Tender Notice No: BELTRON/5292/2016

5+ years of overall
experience with at
least 3 years of
relevant experience in
managing all aspects
of
IT/
Network
infrastructure
and
Monitoring of the
services
Prior experience of
SWAN Infrastructure
Resource
more
preferences.
3+ years of experience
in managing the store
of large enterprise and
should be able to
manage the inventory
through online tools
or excel sheets.
Prior experience of
SWAN Infrastructure
Resource would be
given
more
preferences
3+ years of overall
experience with at
least 1 years of
relevant experience in
managing all aspects
of
IT/
Network
infrastructure
and
Monitoring of the
services.
Prior experience of
SWAN Infrastructure
Resource
more
preferences

Page 61 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

6 SHQ

DHQ

Helpdesk
Engg.

1+
Year
s

L1 Network 38
Engineer

1+
Year

8 DHQ

Technician

1+
Year

9 BHQ

Infrastructur 495
e Specialist (
Multi-Skill
Resource)

38

BSEDC Tender Notice No: BELTRON/5292/2016

B.Sc/B.E/ITI Graduate or Should have 1/2 years


equivalent
graduate of
experience
in
degree.
helpdesk
services
along with experience
in
Networking.
Should have good
communication skills
Prior experience of
SWAN Infrastructure
Resource
more
preferences.
Should have working
experience
on
Networking
equipment's

BE/B.Tech/MCA degree
or
equivalent
AND
CCNA/CCI with prior
experience
of
IT
Infrastructure/ Network
Monitoring,
Enterprise Prior experience of
level NMS & Helpdesk SWAN Infrastructure
Management tools
Resource
more
preferences
ITI OR Equivalent - Should have at least 1
Electrical/Wireman
year
working
experience
on
Electrical and Solar
Equipment.
These
technicians will report
to the Senior expert in
SHQ for Electrical
/Solar
Solutions
implemented
in
BSWAN 2.0
Prior experience of
SWAN Infrastructure
Resource
more
preferences
ITI in computer science Should have working
OR 10+2 with one year experience
on
Diploma in Computer Networking
Science
equipment's
Prior experience of
SWAN Infrastructure
Resource
more
preferences

Page 62 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

#
1

Position
Project
Manager

Operations
Lead

Specialist (
L3)
(
Network
Specialist (
1) , Security
Specialist( 1
) and System
Specialist (
1) )

Store
Manager

Role & Responsibilities


1. Act as a POC from bidder for all "Network Operator" related activities.
2. He will be available for regular interaction and reporting.
3. The Project Manager shall validate all the reports to be submitted to
BSWAN and should take responsibility of answering related queries of
BSWAN
4. Engage, manage and track status of deliverables for all resources.
5. Maintain and review project metrics. Utilize observations to drive
improvement in project lifecycle processes.
1. Assist the PM for all the activities related to Network in BSWAN
2. Responsible for day to day activities related to Network in BSWAN
3.Vendor
Management
4. Responsible for all the reports / SLA monitoring on weekly basis and
should
have
knowledge
of
NMS
system
5. Administration related activities related to NE and Technicians at PoP
locations
1. Controlling & Monitoring of Network Infrastructure ( Router,
Switches, Firewall, NMS Platform, Servers, Unified Threat Management
Box, Link Load Balancer, Website and Content Management Server,
Antivirus Servers, Domain Name Server, Bandwidth, network security
services,
audit
2. Troubleshooting network problems and outages. The specialist should
have deep understanding of the routing protocols and integrated with
other
networks
like
NKN/NICNET/SECLAN
3. Providing recommendations/ suggestions to BSWAN for system
improvement
4. Generating reports on problems occurred in a specific period and take
precautionary actions for stopping the occurrence of problems in future.
1. Managing all the inventory details of the BSWAN 2.0
2. Periodic monitoring of the inventory and inward/outward details
based
on
the
ISO
Certification
3. Should have good communication and documentation skills. TPA can
ask for the reports at any given time for its own audit.
4. The Store manager will be coordinating replacement of the hardware
in case of any fault from OEM/Third party. The hardware should be
replaced as per SLAs to avoid any downtime of the network.
5. Will be responsible to manage the inventory of the existing hardware
as a part of handover and takeover of BSWAN network.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 63 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Network
Expert L2

1.
Act
like
cluster
heads
for
PoPs
across
BSWAN
2. Day to day maintenance of PoPs and managing the critical events like
Chief
Minister
Video
Conferencing
at
all
blocks
3. Submission of deliverables to Project Manager/ Network Specialist
4.
Troubleshooting
PoP
related
issues
5. Monitoring of Network Infrastructure, Bandwidth

Helpdesk
Engg.

Multi-Skill
Engineer@
DHQ

Technician

1. First level support on telephone response to all problems logged in


help
desk
within
SLA
2. Monitoring helpdesk problem queue & assigning problems to
resources
3. Taking updated from the concerned technical staff for resolution of
the problem. Tracking logged problems and update the status
4. Follow up with end users after resolution for feedback
5. SLA monitoring
1. POC for his/her POP as well as BHQ's PoP under that DHQ
2. Preventive maintenance of PoP equipment's and supporting hardware
infrastructure at DM office which includes desktop, servers , Wi-Fi /RF
Network
in
the
building
3. Facilitation of proper network operations / Facilitating new BSWAN
initiatives
4. Troubleshooting network problems and outages at respective PoPs
5. Coordinating with Bandwidth Providers ISP provider at local level for
uptime and managing the Horizontal links as well as PoP extension
Network
6. Periodic reports for respective PoPs
The scope of work for the technician is mentioned as follows but not in
limited nature
1. POC for any electric/UPS/Genset/Solar related issues at his/her POP
as
well
as
BHQ's
PoP
under
DHQ
2. Power related Preventive maintenance of PoP equipment's Proper
Earthing/cabling/UPS/batteries/Genset/Solar Solution/breakers/ etc.)
3. Daily reporting wrt Power / Solar Power and suggestions for
improvement. He should be constantly monitoring the power
consumptions at each Blocks under his DHQ and report any issues on
Power Supply through Grid or Solar. This may require field visit to the
Blocks as and when required. The technician will be trained for the
maintenance of the Solar system implemented in BSWAN and should
monitor constantly on the consumptions.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 64 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Network
1.
POC
for
his/her
POP
engineer
( 2. Preventive maintenance of PoP equipment's, OS Level Formatting,
Multi-Skill
Setting Network configuration in PC, Antivirus Update, and Video
Resource)
Conferencing
setup
3. Facilitation of proper network operations / Facilitating new BSWAN
initiatives, Supporting BDO for RTPS/E-district/any other state
government e-initiatives /services portal Website update and Uploads .
Support Digital India initiatives for services rolled out with BSWAN 2.0
as a backbone Network.
4. Troubleshooting network problems and outages at respective PoPs
5. Coordinating with Primary, Secondary Service provider at local level
for
uptime
6. Periodic reports for respective PoPs
7. Managing the Horizontal Connectivity and PoP Lan Extension
services to critical department in the Block Campus and nearby area.

Successful Bidder needs to deploy manpower as proposed in their technical bid document.
Successful bidder may deploy at its discretion additional man power to meet the SLA
requirements. No payment for such additional manpower shall be made. The successful bidder
shall post an on-site Project Manager to look after the entire operation of SWAN with his/her
on-site team. The Project Manager shall coordinate with the designated officers of
BELTRON/Consultant/Third Party Agency etc.
To manage the infrastructure the successful bidder shall deploy at least the number of persons
as per the recommendation shared above. The support team must be capable of
managing/handling Network components, IP telephony infrastructure, NMS, IPS, Firewall, and
Application Switch. Servers, Unified Threat management and any other operations required at
district and block level etc.
Successful bidder shall appoint as many team members, over and above the manpower
specified, as deemed fit by them, to meet the SLA requirements. Purchaser would not be liable
to pay any additional cost for this. Successful bidder shall always maintain above minimum
manpower on-site throughout the life of the contract.
The SHQ team deployed at the time of FAT/Transition process will be required to stay for at
least One year after completion Transition Process i.e. T0+16 Weeks.
BSWAN2.0 network operator is expected to deploy optimum number of operational staffs at all
PoP as per the stated resource requirement shared below in Man Power Section. BSWAN
operator shall develop web based interface for monitoring the attendance of these operational
staffs. The attendance management system shall be bio-metric enabled.
Biometric
authentication devices shall be procured by network operator himself at no cost to BELTRON
for SHQ and DHQ. BHQ will have reporting through finger print device attached to the Desktop
Telephonic (VoIP) or VC calling and it should be recorded in the system. TPA shall validate
these devices. The SLA penalties related to Attendance shall be automatically generated through
Web based Attendance Monitoring System.
BSEDC Tender Notice No: BELTRON/5292/2016

Page 65 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

The operational staffs shall be posted at every PoP to monitor the network & troubleshoot the
problems related to backbone and all BSWAN 2.0 project facilities (LAN, WAN, Video
Conferencing, Anti-virus etc).
The operating staff at SHQ, DHQ and BHQ shall record their biometric attendance twice in a
day (in time and out time). The personnel deployed at BHQ shall record the attendance through
the website integrated with fingerprint reader. The attendance website system should be
provided by Managed Service provider which can be monitored by Third party auditor at any
given time. They shall be in the administrative control of local GoB officials at concerned PoP
location. If the staff are not logging biometric attendance due to field visits or other relevant
reasons, prior information have to be given to BELTRON/TPA, so as the exception shall be
logged in the attendance monitoring system. The exemption shall only be logged in by
BELTRON/TPA.
While PoPs will be >99% up there will be no difficulty to get the attendance recorded through
attendance monitoring system. While there will be both links down, then the engineer may
capture the login information on local system available at local PoP and capture the System
login event as proof of his/her attendance which may be shared later as an evidence of his/her
attendance.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 66 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

9 SLA
The prime objective of the BSWAN project is to provide secure and high-quality data, voice and
video services to different offices of Bihar Government and citizen services at Block Level. In
order to ensure that the required bandwidths for services of BSWAN are available round the
clock, in an efficient manner, a Service Level Agreement (SLA) is to be signed between
BELTRON/GoB and the successful bidder. Therefore, the SLA would be critical in
implementation of bandwidth and quarterly payout will be made after reconciliation with the
SLA/Penalties based on the audit by TPA.

9.1 SERVICE LEVEL OBJECTIVES


The Managed Service Provider shall meet service level objectives and corresponding
parameters as shared below. Service level objectives and parameters are categorized
according to:
Reliability
Availability of Links
Quality of Links
Manageability
Serviceability
time)

parameters

(Service

Turnaround

Capability & Capacity


Deployment Time
If the services are very poor (word poor indicates that the SLA parameters are not
met in any given quarter), the successful bidder will be advised to improve the
quality of services and in case he does not improve it within the next quarter, his
services will stand terminated.

9.2 DOWN TIME CALCULATION


Downtime of a link shall be calculated based on the data collected by the Network
Management System (NMS) and its monitoring tools provided by the Managed Service
Provider. The NMS System will be configured based on the SLA parameters and reports
should be generated for automatic calculation of defined SLAs in BSWAN 2.0 Network. Any
future changes of SLA Parameters in NMS will be with consent of TPA appointed by
BELTRON for BSWAN 2.0. TPA will generate the Reports for measurement of Penalties and
QGR Payments. It is recommended to have full automation of the SLA calculation in order to
enable QGR Payments faster. Following principles will be applied for the calculation of
downtime:
1. Output port of router and switches deployed in BSWAN 2.0 Network shall be
monitored by Managed service provider for the purpose of uptime / downtime of
BSEDC Tender Notice No: BELTRON/5292/2016

Page 67 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

the link in NMS.


2. A link shall be down when a Ping test to the remote router/WAN IP Address at
either the BSWAN PoPs or horizontal connection fails due to the link
failure/Equipment (Terminal End Equipment/Router/Switch) failure or any other
reason like power outage, etc.
3. Downtime with regards to quality of the link will be calculated as follows:
a) In case any of the quality parameters are falling under Breach of SLA (as
mentioned in Section on quality of links), alerts will be generated by the NMS or
through trouble ticket generated by Call Centre helpdesk Solution.
b) Start of the downtime will be the time the alerts or any call is registered as
mentioned above. This is critical event should be recorded in the helpdesk
management system.
c) Polling will be done for all the above performance parameters at the interval of 3
minutes to check the compliance with the minimum performance
requirements
d) The link will be considered down till the performance parameters are within
the minimum performance requirements specified in the below sections
e) All the downtimes shall be added together for each link on daily basis to
arrive at the downtime for that particular link or PoP for a month.

9.3 CALCULATION OF UPTIME


Uptime refers to availability of bandwidth for various links to carry voice, video and data
traffic. Uptime for each link shall be calculated based on the following formula for every
month:

(Total Downtime during PBH) x 100


Downtime percentage for PBH (%) =
Total PBH Time in a month

(Total Downtime during ESH) x 100


Downtime percentage for ESH (%) =
Total ESH Time in a month

Uptime Percentage (%) = 100 - Downtime percentage (%)

BSEDC Tender Notice No: BELTRON/5292/2016

Page 68 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

9.4 SLA EXCLUSION TIME


1. Power outage: Downtime caused due to non-availability of Po w er for the
equipment in PoP location from the source. However any power outage due to poor
cabling or earthling system will be part of SLA Calculation.
2. Scheduled Preventive Maintenance activity of the network equipment at all
BSWAN PoPs is not attributed to Managed Service Provider.
3. Any scheduled and approved preventive maintenance activity of Bandwidth
equipment at all BSWAN PoPs is not accountable for calculations of penalties.
4. Any scheduled and approved preventive maintenance activity by Bandwidth
Service Provider i.e. BSNL or alternative service provider and has an approval of
BELTRON.
In case there is any delay in implementation of the equipments/Links due to Government
of Bihar issue like Space inside the Block or District, Power Supply or permission for
installation, the Managed service provider shall inform in writing to BELTRON regarding
the deficiencies.
Managed Service Provider shall take permission for all the above exclusions from
BELTRON and communicate in 1 week in advance for any schedule preventive
maintenance.

9.5 POP UPTIME SLA NORMAL OPERATIONS


SLA Parameter Network Equipment @SHQ
Penalty as
Monthly
percentage of
Uptime during
Monthly Uptime during EBH
Quarterly
PBH
charges
>=99.99%
NIL
>=99.9%
< 99.99 & >=
1% of QGR
< 99.99 & >= 99.9 %
99.9 %
<99.9 & >=
5% of QGR
<99.9 & >= 99.5%
99.5%
<99.5
&
10% of QGR
<99.5 & >=99%
>=99%
<99 & >=98%
20% of QGR
<99 & >=98%
No payment for
<98%
<98%
the QGR
SLA Parameters Other Equipment @ SHQ
Parameter
Permitted
Penalty
Permitted
Unavailability
beyond
Unavailability
in a quarter Permitted
in a quarter
during PBH
Unavailability during EBH
BSEDC Tender Notice No: BELTRON/5292/2016

Penalty as
percentage of
Quarterly
charges
NIL
1% of QGR
2.5% of QGR
5% of QGR
20% of QGR
50% of QGR
Penalty beyond
Permitted
Unavailability
in a quarter
Page 69 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Unavailability
120 Minutes
of
Video
Conferencing
and
Voice
Solution
Equipment,
desktop
and
servers in SHQ
PoP
(Except
URL filtering
and
Voice
Solution
Equipment
failure)
BSWAN Equipment @ DHQ
Parameter
Permitted
Unavailability
in a quarter
during PBH

Unavailability of 4 Hours
District
Head
Quarter PoP due
to downtime of
LAN/WAN
network
equipment
Unavailability of 8 Hours
VoIP solutions,
desktops
@District Head
Quarter PoP
Equipment @ BHQ
Parameter
Permitted
Unavailability
in a quarter
during PBH

Unavailability of 8 Hours

in a quarter
during PBH
INR 50,000 for 240 Minutes
each
60
Minutes
of
Unavailability
after
120
Minutes outage
in a Quarter.

during EBH

Penalty
beyond
Permitted
Unavailability
in a quarter
during PBH
INR 10,000 for
each hour of
Unavailability
after 4 hours of
outage in a
quarter

Permitted
Unavailability
in a quarter
during EBH

Penalty beyond
Permitted
Unavailability
in a quarter
during EBH

8 Hours

INR 5,000 for


each
hour
of
Unavailability
after 8 hours of
outage
in
a
quarter

INR 25,000 for


each 60 minutes
of Unavailability
after 240 Minutes
of outage in a
quarter

INR 5,000 for 16 Hours


each hour of
Unavailability
after 8 hours of
outage in a
quarter

INR 2,000 for


each
hour
of
Unavailability
after 16 hours of
outage
in
a
quarter

Penalty
beyond
Permitted
Unavailability
in a quarter
during PBH
INR 5,000 for

Permitted
Unavailability
in a quarter
during EBH

Penalty beyond
Permitted
Unavailability
in a quarter
during EBH

24 Hours

INR

BSEDC Tender Notice No: BELTRON/5292/2016

2,000

for

Page 70 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Block
Head
Quarter Offices
due downtime of
LAN/WAN
the
network
equipment
Unavailability of 24 Hours
Desktop at Block
Head Quarter

each hour of
Unavailability
after 8 hours of
outage in a
quarter

INR 2,000 for 48 Hours


each hour of
Unavailability
after 24 hours
of outage in a
quarter
SLA per each LAN Port / Lan PoP Extension (At all PoPs)
Parameter
PBH
Penalty
EBH
during PBH
Resolution
4 Hours
INR 1000 for 16 Hours
Time
for
each hour of
Normal links
delay after 4
hours of outage
in a quarter
Resolution
2 Hour
INR 2000 for 16 Hours
Time
for
each hour of
Premier links
delay after 2
hours of outage
in a quarter

each
hour
of
Unavailability
after 24 hours of
outage
in
a
quarter
INR 1,000 for
each
hour
of
Unavailability
after 48 hours of
outage
in
a
quarter
Penalty during
EBH
INR 200 for each
hour of delay after
16 hours of outage
in a quarter
INR 500 for each
hour of delay after
16 hours of outage
in a quarter

Note:

In case of switch in LAN network fails, SLA penalty of equipment failure will be
applicable.

Automatic tickets will be generated in the above cases.

In case of WAN equipment failure at SHQ, DHQ and BHQ SLAs penalties for LAN
and WAN components will be applicable.

The premium links are defined for critical departments i.e. Treasury and
Commercial Tax

BSEDC Tender Notice No: BELTRON/5292/2016

Page 71 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

9.6 DOWNTIME SLA FOR NETWORK LINKS


SLA parameters will be calculated on a monthly basis and the penalties will be calculated
on a quarterly basis before the quarterly payments (QGR). The secondary link will be
provided from alternative service provider (other than BSNL) on service provider MPLS
Network. The successful bidder should ensure that secondary link will not have any
network dependency on BSNL fiber route. The Managed Service provider will provide
committed bandwidth requested between BHQ/DHQ to SHQ (Centralized node) and will
build capacity in its own network to have non-blocking/ non-shared capacity for BSWAN
2.0.
The Internet bandwidth at State Head Quarter is a critical as all internet traffic of SecLAN
(Secretariat LAN) is routed on BSWAN 2.0 Internet Link. The managed Service Provider
should ensure that the Internet link at SHQ should be up and running all the time.
Uptime between State Head Quarter & District Head Quarter
SLA on Primary Link (BSNL)
PBH
Penalty as percentage of EBH
Quarterly charges during
PBH of the link

Penalty
as
percentage
of
Quarterly charges
during EBH of the
link
>=99.9%
NIL
>=99.9%
NIL
< 99.90 & >= 98 5% of monthly cost of < 99.90 & >= 98 1% of QGR
%
secondary link in case the %
latency goes beyond the SLA
Parameter
<98
&
>= 5% of QGR
<98
&
>= 2.5% of QGR
9798.5%
9798.5%
<97 & >=96%
10% of QGR
<97 & >=96%
5% of QGR
<96 & >=95%
20% of QGR
<96 & >=95%
20% of QGR
<95%
No payment for the QGR
<95%
50% of QGR
Note: The QGR mentioned in the RFP means the entire QGR Quarterly Guaranteed
Revenue for all the sites for the said quarter.
BSNL link SLA will be applicable only after signing agreement between GoB/BELTRON. SI
will only manage and maintain SLA with BSNL.
Uptime between District Head Quarter & Block Head Quarter
SLA on Primary Link ( BSNL )
PBH
Penalty as percentage of EBH
Quarterly charges during
PBH of the link

BSEDC Tender Notice No: BELTRON/5292/2016

Penalty
as
percentage
of
Quarterly charges
during EBH of the
link
Page 72 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

>=99%
< 99.0 & >= 98
%
<98 & >=96.5%
<96.5 & >=95%
<95% & >=93%
<93% & >=90%
<90%

NIL
2% of QGR
5% of QGR
10% of QGR
20% of QGR
25% of QGR
No payment for the QGR

>=99%
< 99.0 & >= 98
%
<98 & >=96.5%
<96.5 & >=95%
<95% & >=93%
<93% & >=90%
<90%

NIL
1% of QGR
2.5% of QGR
5% of QGR
10% of QGR
20% of QGR
50% of QGR

Internet @ State Head Quarter including necessary hardware except URL filtering
Solution
Link will be provided from two different Service Provider
PBH
Penalty as percentage of EBH
Penalty
as
Quarterly charges during
percentage
of
PBH of the link
Quarterly charges
during EBH of the
link
>=99.9%
NIL
>=99.9%
NIL
< 99.90 & >= 99 2% of QGR
< 99.90 & >= 99 1% of QGR
%
%
<99 & >=98.5%
5% of QGR
<99 & >=98.5%
2.5% of QGR
<98.5 & >=98%
10% of QGR
<98.5 & >=98%
5% of QGR
<98%
No payment for the QGR
<98%
50% of QGR
Uptime between State Head Quarter & District Head Quarter
SLA on Secondary MPLS Link
PBH
Penalty as percentage of EBH
Quarterly charges during
PBH of the link

>=99.5%
NIL
< 99.5 & >= 98 2% of QGR
%
<98 & >= 97
5% of QGR
<97 & >=95%
10% of QGR
<95%
No payment for the QGR

>=99%
< 99 & >= 98 %

Penalty
as
percentage
of
Quarterly charges
during EBH of the
link
NIL
1% of QGR

<98 & >= 97%


<97 & >=95%
<95%

2 % of QGR
5% of QGR
50% of QGR

Uptime between District Head Quarter & Block Head Quarter


SLA on Secondary MPLS Link
PBH
Penalty as percentage of EBH
BSEDC Tender Notice No: BELTRON/5292/2016

Penalty

as
Page 73 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Quarterly charges during


PBH of the link

>=98.5%
< 98.5 & >=
97%
<97 & >=96 %
<96 & >=93%
<93 & >=90%
<90%

NIL
2% of QGR
5% of QGR
10% of QGR
25% of QGR
No payment for the QGR

percentage
of
Quarterly charges
during EBH of the
link
>=98%
NIL
< 98.0 & >= 97 1% of QGR
%
<97 & >=96 %
2.5% of QGR
<96 & >=93%
5% of QGR
<93 & >=90%
15% of QGR
<90%
50% of QGR

Internet @ State Head Quarter including necessary hardware


SLA on Secondary MPLS Link
PBH
Penalty as percentage of EBH
Quarterly charges during
PBH of the link

>=99.9%
NIL
< 99.90 & >= 2% of QGR
99 %
<99
& 5% of QGR
>=98.5%
<98.5
& 10% of QGR
>=98%
<98%
No payment for the QGR

Penalty
as
percentage
of
Quarterly charges
during EBH of the
link
>=99.9%
NIL
< 99.90 & >= 99 1% of QGR
%
<99 & >=98.5%
2.5% of QGR
<98.5 & >=98%

5% of QGR

<98%

50% of QGR

Note - Successful bidder will be responsible for maintaining logs of raw power outage and shall inform
BSEDC if any power failures occur during this period to avoid penalty if the outage is not attributable to
Successful bidder.

9.7 PENALTIES FOR DETERIORATION OF BSWAN 2.0 SECURITY


(VERTICAL POPS)
S.No
1

QoS parameters
Virus Attack (the successful
bidder is required to update
the anti-virus software on a
regular basis )

BSEDC Tender Notice No: BELTRON/5292/2016

Penalty
Rs. 500 for every virus attack reported and not
resolved within 36 hours from the time
of identification of virus

Page 74 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

9.8 DENIAL OF SERVICES


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 operator shall respond to Denial of
Service attacks reported by departments/BSWAN users or BSWAN maintenance personnel
within 15 minutes of intimation to the helpdesk. The Denial of Service attach can be defined as
sudden burst of network traffic leading to more than 90-95% utilization of the BSWAN
bandwidth in any segment or complete network. In such a scenario operator 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, operator 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.
The BSWAN2.0 Operator, at regular intervals, shall monitor and measure the actual bandwidth
allocated by the Bandwidth Provider against the agreed Committed Interface Rate (CIR) and
issues identified shall be reported to PSEGS and shall be escalated to the Bandwidth Service
provider for resolution.

9.9 NETWORK OPERATIONS MANAGEMENT AND HELPDESK


SYSTEM
The operator is required to establish Contact Centre (Helpdesk) at the State level (with a toll free
number) with an appropriate CRM Solution. The Helpdesk shall act as a SPOC (Single Point of
Contact) for all the Network & Security related issues reported by the government departments
or any other related stakeholders of the BSWAN. BSWAN Project Management Unit (PMU)
established by the State shall monitor each issue need to be recorded in the CRM as a Service
Request (with allocation of service request number) and the resolution timelines for such
Service Requests.
#

Severity

Initial Response Time

Issue Resolution

Level 1

15 Mins

Level 2

30 Mins

1 Hrs.
Time
2 Hrs.

Level 3

60 Mins

4 hrs.

Level 1:

The network outage, security or performance related issues impacting the


Network availability/performance and leading to unavailability of the services in
State Head Quarter.

Level 2:

The network outage, security or performance related issues impacting the network
availability/performance and leading to unavailability of the services in one or
more Districts.

Level 3:

The network outage, security or performance related issues impacting the network
availability/performance and leading to unavailability of the services to one or
more departments in Sub division/Block.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 75 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Support Type
Telephonic
Support

Email
Support

Service Level Measurement Matrix


Service Provider will provide the support
24X7 all days. It would deploy one
helpdesk (single point of contact) centre to
log, and track any problems related to
technical or operational aspect to maintain
smooth functioning of the BSWAN 2.0
operations .The status of the complaint
should be updated online. The complaint
out of the scope of Service Provider should
be escalated to competent
Authority in BELTRON. It would be the
responsibility of the service Provider to
update
BELTRON
or
Horizontal
department about the status of the issue.
The Service Provider will be responsible
for sending monthly reports electronically
mentioning complaint name, receiving
date, disposal date, action taken and time
taken to dispose the complaint. The report
should colour the complaints with pink
which has taken more than one day for
resolution and with red which has not
resolved for more than 2 days.
Service Provider will provide the email
support from 24X7 all days. Emails
received out of office hours will be
responded on next working day.
.The status of the email complaint should
be updated online. The complaint out of
the scope of Service Provider should be
escalated
to
BELTRON
competent
Authority. It would be the responsibility of
the service Provider to update BELTRON
or respective horizontal link department
about the status of the grievance. The
Service Provider Will be responsible for
sending monthly reports electronically
mentioning complaint name, receiving
date, disposal date, action taken and time
taken to dispose the complaint. The report
should colour the complaints with pink
which has taken more than one day for
resolution and with red which has not

BSEDC Tender Notice No: BELTRON/5292/2016

Penalty
Rs 500 /- per complaint for
the complaint ticket which
has entered into RED Colour
i.e. more than 1 Day. This
will be applicable for Level 1
and Level 2 Complaint

Rs 500 /- per complaint for


the Complaint ticket which
has entered into RED Colour
i.e. more than 1 Day. This
will be applicable for Level 1
and Level 2 Complaint

Page 76 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

resolved for more than 2 days.

9.10 NETWORK EQUIPMENT & LINKS - IMPLEMENTATION SLA


Implementation SLA Equipment and Secondary Bandwidth
#
Activity
Timelines for the Penalty for delay *
completion
of
activity
1
Installation
of
new
or Beyond 24 Weeks
0.25% of the Year 0 cost for
replacement of Equipments,
delay
of
every
week.
asset tags including cable
Maximum penalty shall not
dressing at State Data Centre (
exceed 5% of the cost of Year
SHQ) /District Head Quarters/
0.
Block Head Quarter

9.11 SECURITY AUDIT SLA


The primary bandwidth service provider shall be responsible for the closure of relevant gaps
(related to primary bandwidth, equipment/PoP in the field) reported at the end of the Security
Audit conducted every nine months by an independent Third party Security Auditor. The
secondary bandwidth service provider shall be responsible for the closure of relevant gaps
(related to secondary bandwidth) reported at the end of the Security Audit conducted every nine
months by an independent Third party Security Auditor.
The gaps will be classified under 3 categories namely: High, Medium and Low based on their
severity. The applicable SLAs would be as follows:
Responsibility

Issue

Penalty

Closure of gaps in
security audit report
which will be reviewed
and confirmed by the
Security Audit agency /
TPA

Any High severity gaps not


closed within 1 month from the
date of issue of the report to the
vendor
Any Medium severity gaps not
closed within 1 month from the
date of issue of the report to the
vendor
Any Low severity gaps not
closed within 1 month from the
date of issue of the report to the
vendor
Any High severity gaps not
closed within 2 months from the
date of issue of the report to the
vendor

Rs. 10000 for each month of


delay thereon / audit point or
gap

BSEDC Tender Notice No: BELTRON/5292/2016

Rs. 5000 for each month of


delay thereon / audit point or
gap
Rs. 2000 for each month of
delay thereon / audit point or
gap
Notice may be issued to vendor
for termination of services and if
the vendors response is not
satisfactory then the BOB /
BELTRON may terminate the
Page 77 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

contract and forfeit the PBG.


Any Medium severity gaps not Notice may be issued to vendor
closed within 3 months from the for termination of services and if
date of issue of the report to the the vendors response is not
vendor
satisfactory then the GoB may
terminate the contract and
forfeit the PBG.

9.12 TRANSITION TIMELINES SLA


Sl
No
1

Description

Penalty

Delay in Taking over of the existing INR 10,00,000 (Ten Lacs) for per week
(complete) network beyond the dates of delay beyond the timeline mentioned
specified as per transition plan. The (T0 + 24 weeks).
transition of existing network should
complete with in T0+6 Weeks. The BSWAN
2.0 architecture should complete in T0+24
weeks.
T0 : Date of acceptance of MSA.

9.13 PENALTIES FOR MAN POWER DEPLOYMENT


#

Service level

Deployment of required
manpower at SHQ within 2
week of acceptance of LoI

Deployment
of
required
manpower at DHQ PoPs within
4 weeks of acceptance of LoI.
Deployment of required manpower
at
at BHQ PoPs within 8
weeks of acceptance of
LoI
SHQ manpower change without
approval from BELTRON

BSEDC Tender Notice No: BELTRON/5292/2016

Penalties
Rs 10,000 per manpower/week or part of the
week of delay
Rs 5,000 per PoP per manpower/week or
part of the week of delay,
Rs 1,000 for each BHQ PoP per
manpower/week or part of week of delay
in manpower deployment.

Penalty of Rs. 1,00,000

Page 78 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

9.14 PENALTIES FOR MISUSE


In case of misuse of bandwidth/ Internet at the instance of the successful bidder, the penalty
imposed on the successful bidder, without prejudice to BELTRON other remedies under the
Agreement shall be 10% of the QGR for one quarter under the Agreement for all the centers. The
successful bidder has to take the approval from BELTRON for creating the exceptions in
BSWAN 2.0 and these should be requested as per the process documented and agreed by
BELTRON.
In addition action shall be initiated as per prevailing law of the land. If the misuse continues for
two quarters, BELTRON/GoB may terminate the Agreement.

9.15 BSWAN 2.0 SECONDARY LINK LATENCY


The Latency (Ping Response round trip) on the BSWAN 2.0 Backbone shall be maintained at
i)
ii)

20 milliseconds or less for the District level Network to State Head Quarter
30 milliseconds or less for the Sub Division/Block level Network to State Head
Quarter
As a delay-sensitive application, voice cannot tolerate much delay. Latency is the
average travel time it takes for a packet to reach its destination. If bandwidth
utilization is high, the voice packet will be delayed to the point that the quality of the
call is compromised. The maximum amount of latency that a voice call can tolerate
one way is typically 150 milliseconds (100 milliseconds is optimum). Similar latency
requirements exist for video traffic also ranging 150-200 MS one way.

SLA Parameter
Network
Segment
SHQ DHQ

SHQ BHQ

SWAN Secondary
Latency
Network Remarks
Latency
10 MS

15 MS

Link

SLA allows a maximum of 90


Milliseconds
in
the
connectivity between the State
Head Quarters and to all the
District Head Quarters.
SLA allows a maximum of 120
Milliseconds
in
the
connectivity
between
the
District Head Quarters to all
the Sub Division or Blocks.

BSEDC Tender Notice No: BELTRON/5292/2016

Penalties applicable
on Secondary Links
only
5% of QGR in case
the
latency
goes
beyond
the
SLA
Parameter
5% of QGR in case
the
latency
goes
beyond
the
SLA
Parameter

Page 79 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

9.16

SWAN 2.0 SECONDARY LINK PACKET LOSS

The Packet Loss on the BSWAN 2.0 Secondary Link shall be maintained typically at less than
1% measured on a monthly basis.
Packet loss for voice and video applications: Dropped voice packets are the discarded
packets, which are not retransmitted. Voice traffic can tolerate typically less than a 3 percent
loss of packets (1% is optimum) before end users experience disconcerting gaps in conversation.
Similarly video applications cannot tolerate typically a packet loss > 1%.
SLA Parameter
Network
Packet
Segment
Loss
SHQ-DHQ and <=1%
DHQ-SDHQ/ BHQ

Packet Loss
Remarks
SLA allows a maximum of 1%
of packet loss in the
connectivity between the State
Head Quarters and to all the
District Head Quarters and all
the Block Head Quarters.

Penalties applicable on
Secondary Links only
5% of QGR in case the
packet
loss
goes
beyond
the
SLA
Parameter.

9.17 BSWAN 2.0 AVERAGE AND MAXIMUM JITTER


States shall aim to keep Average Jitter on the BSWAN 2.0 Backbone typically to 20
microseconds or less; and for Maximum Jitter typically not to exceed 30 milliseconds. Jitter
shall be measured by averaging sample measurements taken during a calendar month between
Hub Routers. 5% of QGR would be deducted in case the maximum jitter is beyond the SLA
Parameter.

9.18 SLA FOR CRITICAL EVENTS


Successful bidder is expected to maintain network availability as explained below for critical
events i.e. leadership program of GoB that may be 2 times in every month.
SLA For Critical Events
Type of Site
Permitted Unavailability

SHQ

Zero Minutes

DHQ

15 Minutes

BHQ

30 Minutes

BSEDC Tender Notice No: BELTRON/5292/2016

Penalty
after Remarks
Permitted
unavailability (
in Rupees)
100000 per minute
of downtime
50000 per minute
of downtime
10000 per minute
of Downtime
Page 80 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

If network is down because of reasons not attributable to successful bidder like, inputs to
BSWAN Network, Successful bidder shall apprise BSEDC/TPA for all such events specifying the
root cause of such downtime and duration of down time. For every such downtime related issue,
the respective ticket shall be updated stating the reason for downtime with supporting
documents.
The successful bidder shall also submit these supporting documents along with the quarterly
invoice for exemption in SLA.
Deterioration in Quality of service shall attract additional penalties in addition to the penalties
given above as detailed in below Sections.

9.19 PENALTIES FOR MPLS BANDWIDTH THROUGHPUT TESTING


BY TPA
S.
1No

MPLS Throughput Testing


At any point of time TPA can
test the throughput of the
subscribed bandwidth by
Beltron between BHQ-Central
location and DHQ to Central
location. The bidder has to
ensure that non-blocking
subscribed MPLS Bandwidth
has
been
provided
for
secondary links.

BSEDC Tender Notice No: BELTRON/5292/2016

Penalty for Test Failure as per


5% of QGR
TPA/Beltron

Page 81 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

10 FINAL TESTING AND CERTIFICATION


Except as otherwise provided in the RFP, the Project shall be governed by the mechanism of
final acceptance testing and certification to be put into place by the BSEDC and Successful
Bidder as under:
i. Final testing and certification criteria will lay down a set of guidelines following standard
accepted norms and standards for testing and certification for all aspects of project
development and implementation covering software, hardware, networking including the
processes relating to design of solution architecture, design of systems and sub- systems,
coding, testing, business process description, documentation, version control, change
management, security, service oriented architecture, performance in relation to
compliance with SLA metrics and compliance with all the technical and functional
requirements of the RFP and this Agreement;
ii. Final testing and certification criteria will be finalized from the inception stage of the
Project to ensure that the guidelines are being followed and to avoid large scale
modifications pursuant to testing done after the Project is implemented;
iii. Final testing and certification criteria will consider conducting specific tests on
software, hardware, network, security and all other aspects;
iv. Final testing and certification criteria will establish appropriate processes for notifying
the Successful Bidder of any deviations from the norms, standards or guidelines at the
earliest instance after taking cognizance of the same to enable the Successful Bidder to
take corrective action; etc.
The Successful Bidder should develop a detailed project plan which should include the following
components but not limited to

Project Governance plan


Detailed plan for Commissioning
Detailed Acceptance Testing Plan for all locations and for all devices
Training Plan
Project management plan as per project timelines defined in the agreement
Etc.

10.1 MANAGEMENT OF THE PROJECT


Change Request
Any changes to the scope of work and consequent impact on the SLAs shall be dealt with in
accordance with the provisions of Change Request Schedule set out in Schedule VI of the
Agreement.
Security and Safety
a) The Successful Bidder shall comply with the technical requirements of the relevant
security, safety and other requirements specified in the Information Technology Act,
BSEDC Tender Notice No: BELTRON/5292/2016

Page 82 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Telegraph Act of any other Applicable Law including the regulations issued by dept. of
telecom (wherever applicable), IT Security Manual of the BSEDC as specified by
BSEDC from time to time and follow the industry standards related to safety and
security (including those as specified by BSEDC from time to time), insofar as it
applies to the provision of the Services / Deliverables under this Agreement.
b) The Successful Bidder shall also comply with BSEDC or the Government of Bihar,
and the States security standards and policies in force from time to time at each
location of which BSEDC or its nominated agencies make the Successful Bidder aware
in writing insofar as the same apply to the provision of the Deliverables.
c) The Parties shall use reasonable endeavors to report forthwith in writing to each
other all identified attempts (whether successful or not) by unauthorized persons
(including unauthorized persons who are employees of any Party) either to gain access
to or interfere with BSEDC as the case may be or any of their nominees data, facilities
or Confidential Information.
d) The Successful Bidder shall upon reasonable request by BSEDC as the case may be
or their nominee(s) participate in regular meetings when safety and information
technology security matters are reviewed.
e) As per the provisions of this Agreement, the Successful Bidder shall promptly
report in writing to BSDEC or its nominated agencies, any act or omission which they
are aware that could have an adverse effect on the proper conduct of safety and
information technology security at the facilities of BSEDC as the case may be.
f) If any accident occurs on account of any act of commission or omission of the
Successful Bidder causing any sort of damage to the person or property then the
Successful Bidder shall be solely responsible and liable to make good any such loss or
damage. If, however BSEDC becomes liable to any third party due to the acts or
omissions of the Successful Bidder or otherwise then the Successful Bidder shall fully
indemnify and hold good BSEDC to that context.

10.2

AUDIT, ACCESS AND REPORTING

1. Purpose
This Schedule details the audit, access and reporting rights and obligations of BSEDC
and/or its nominated agency and the SI and its subcontractors, agents, supplier etc.
This Schedule is in addition to, and in derogation of, the audit rights and process
provided in the RFP/Agreement.
2. Audit notice and timing
2.1 As soon as reasonably practicable after the Effective Date, the Parties endeavors to
agree to a timetable for routine audits (Other than those mentioned as part of the
mandatory requirements for successful delivery and acceptance of the System) during
the Project Implementation Phase and the Operation and Maintenance Phase. Such
timetable during the Implementation Phase, and thereafter during the operation
BSEDC Tender Notice No: BELTRON/5292/2016

Page 83 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Phase, BSEDC shall conduct routine audits in accordance with such agreed timetable
and shall not be required to give the SI any further notice of carrying out such audits.
2.2 BSEDC may conduct non-timetabled audits at his/ her own discretion if it
reasonably believes that such non-timetabled audits are necessary as a result of an act
of fraud by the SI, a security violation, or breach of confidentiality obligations by the
SI, provided that the requirement for such an audit is notified in writing to the SI a
reasonable period time prior to the audit (taking into account the circumstances
giving rise to the reasonable belief) stating in a reasonable level of detail the reasons
for the requirement and the alleged facts on which the requirement is based.
2.3 Except as provided in 2.2 above, audits shall be conducted by with adequate notice
of 2 weeks to the SI.
3. Access and inspection
The SI shall provide to BSEDC and/or its nominated agency reasonable access to
employees, subcontractors, suppliers, agents and third party facilities as detailed in
the RFP, documents, records and systems reasonably required for audit and shall
provide all such persons with routine assistance in connection with the audits and
inspections. BSEDC or its nominated agency shall have the right to copy and retain
copies of any relevant records provided that confidentiality is maintained in respect of
such relevant records.. The SI shall make every reasonable effort to co-operate with
them.
4. Audit rights
4.1 BSEDC or any Auditor appointed by IBSEDC, shall have unrestricted access to all
Documents which is connected or related with this agreement whether maintained
electronically or otherwise including but not limited to the right to call for Documents
and explanations from the employees of the I.A. as it may think necessary for
performance of its duties as an Auditor. System Integrator shall always cooperate and
assist with BSEDC and its Auditor and provide all Documents and other relevant data
and information, as and when required, for conducting audit including not limited to
investigate any allegations/ instances of fraud.
4.2 In the event the audit findings relate to overcharging, misrepresentations,
unethical practice, fraud or breach of terms and conditions of the agreement, BSEDC
shall have all or any of the rights stated herein against System Integrator (a) to recover
the overcharged amount by (b) to suspend/stop all the outstanding/future payments;
(c) to terminate this Agreement by BSEDC by giving one month's notice in writing to
the System Integrator with reasons, The Decision of BSEDC as to any breach shall be
final and binding on the System Integrator.
4.3 For the avoidance of doubt the audit rights under this Schedule shall not include
access to the SI's profit margins or overheads, any confidential information relating to
the SI employees, or (iii) minutes of its internal Board or Board committee meetings
including internal audit, or (iv) such other information of commercial-in-confidence
BSEDC Tender Notice No: BELTRON/5292/2016

Page 84 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

nature which are not relevant to the Services associated with any obligation under the
AGREEMENT.
6. Action and review
6.1 Any change or amendment to the systems and procedures of the SI, where applicable arising
from the audit report shall be agreed within thirty (30) calendar days from the submission of the
said report.
6.2 Any discrepancies identified by any audit pursuant to this Schedule shall be immediately
notified to BSEDC or its nominated agency and the SI Project Manager who shall determine
what action should be taken in respect of such discrepancies in accordance with the terms of this
Agreement.
7. Terms of payment
Except as otherwise provided in RFP/Agreement, BSEDC shall bear the cost of any audits and
inspections. The SI shall bear all costs for all reasonable assistance and information provided
under this Agreement, the Project Implementation, Operation and Maintenance SLA by the SI
pursuant to this Schedule.
8. Records and information
For the purposes of audit in accordance with this Schedule, the SI shall maintain true and
accurate records in connection with the provision of the services and the SI shall handover all
the relevant records and documents upon the termination or expiry of this Agreement.

10.3 CHANGE REQUEST SCHEDULE


This Schedule describes the procedure to be followed in the event of any proposed change to the
work envisaged under the RFP and the Agreement, Project implementation phase, SLA and
scope of work and Functional Requirement Specifications. Such change shall include, but shall
not be limited to, changes in the scope of services provided by the System Integrator and
changes to the terms of payment as stated in the Terms of Payment mentioned in Schedule II of
this Agreement.
The System Integrator will endeavor, wherever reasonably practicable, to effect change without
an increase in the terms of payment as stated in the Payment Terms mentioned in Schedule II of
this Agreement and BSEDC or its nominated agencies will work with the System Integrator to
ensure that all changes are discussed and managed in a constructive manner. This Change
Request Schedule sets out the provisions which will apply to all the changes to this engagement.
This Change Request Schedule sets out the provisions which will apply to changes to the RFP
and the Agreement.
Change request note ("CR note")

Change requests in respect of the RFP and the Agreement, the Project
implementation, the operation, the SLA or scope of work and Functional
Requirement specifications will emanate from the Parties' respective project manager
who will be responsible for obtaining approval for the change and who will act as its

BSEDC Tender Notice No: BELTRON/5292/2016

Page 85 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

sponsor throughout the Change Request Process and will complete Part A of the CRN
attached as Annexure A hereto. CRNs will be presented to the other party's project
manager who will acknowledge receipt by signature of the CRN.

The System Integrator and BSEDC or its nominated agencies, during the Project
Implementation phase and BSEDC or its nominated agencies during the Operations
and Management Phase and while preparing the CRN, shall consider the change in
the context of the following parameter, namely whether the change is beyond the
scope of Services including ancillary and concomitant services required and as
detailed in the RFP and is suggested and applicable only after the testing,
commissioning and certification of the complete Go-Live phase as set out in this RFP.

1.1. Quotation
i.

The System Integrator shall assess the CRN and complete Part B of the CRN, in
completing the Part B of the CRN the System Integrator shall provide as a minimum:

a description of the change

a list of deliverables required for implementing the change;

a time table for implementation;

an estimate of any proposed change

any relevant acceptance criteria

an assessment of the value of the proposed change;

material evidence to prove that the proposed change is not already covered
within the Agreement and the scope of work

Prior to submission of the completed CRN to BSEDC, or its nominated agencies, the System
Integrator will undertake its own internal review of the proposal and obtain all necessary
internal approvals. As a part of this internal review process, the System Integrator shall
consider the materiality of the proposed change in the context of the RFP and the Agreement
and the Project implementation affected by the change and the total effect that may arise
from implementation of the change.
Costs
Each Party shall be responsible for its own costs incurred in the quotation, preparation of
CRNs and in the completion of its obligations described in this process provided the System
Integrator meets the obligations as set in the CRN. In the event the System Integrator is
unable to meet the obligations as defined in the CRN then the cost of getting it done by third
party will be borne by the System Integrator.
Obligations
The System Integrator shall be obliged to implement any proposed changes once approval in
accordance with above provisions has been given, with effect from the date agreed for
implementation and within an agreed timeframe. System Integrator will not be obligated to

BSEDC Tender Notice No: BELTRON/5292/2016

Page 86 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

work on a change until the parties agree in writing upon its scope, price and/or schedule
impact.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 87 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

11 SCOPE OF BID PROPOSAL


The Scope of Work covered by this Request for Proposal (RFP) on the BSWAN 2.0 project has
been detailed in the above sections of this RFP. The scope of the rest of the sections includes:
1. Scope of the Bid Proposal
2. Preparation of Bids
3. General Terms and Conditions
4. Pre-Qualification Bid Format
5. Technical Bid Formats
6. Financial Bid Formats
7. Bid Opening and Evaluation of Bids
8. Award of Contract
9. Payment Terms
The bidder must fully understand the scope of the project as explained in Volume I of the RFP
while preparing the Technical and Commercial bids.
The BSWAN2.0 project is conceived to be implemented as Implementation and Operational
model in which the Successful Bidder shall be paid for the establishment of the network,
operation & maintenance of the equipment on a quarterly basis. The Bidder shall be paid for the
Secondary Bandwidth Service on a quarterly basis as per details given in this RFP. The Primary
Bandwidth Service Provider (BSNL) shall be paid directly by BELTRON.
The project shall have principal stakeholders namely:

Government of Bihar (GoB)

BELTRON

Selected Bidder(s)

Primary Bandwidth service provider

Third party auditor

BELTRON/GoB shall be the Client and the Successful bidder shall take over the existing
BSWAN equipment, maintain it, upgrade as per the direction of BELTRON (and within the
scope of this RFP).BELTRON would pay quarterly guaranteed revenues and/or upfront
payments (minus the penalties) to the operator in return for their services. The successful
bidders shall provide MPLS connectivity and service support for the same as per the defined
SLA.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 88 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

The successful bidder shall be eligible for quarterly guaranteed revenue (QGR), minus penalties,
for the eligible quality/quantity of services rendered under the terms and conditions of the
contract. Failure to deliver quality/quantity of services would result into imposition of penalties
under and as per the agreed provisions of the contract.

11.1 REQUIREMENTS FOR A CONSORTIUM


The Proposals submitted by a Consortium shall comply with the following additional
requirements:
a.
The number of members in a Consortium would be limited to two (02) members, one of
whom shall be designated as a Lead Member.
b.
The Proposal should include a description of the roles and responsibilities of the
members;
c.
A Telecom Service Provider member of a particular Consortium cannot be a member of
any other Consortium bidding for this Project. If so, all such bids will be summarily rejected.
d.
The Proposal shall be signed by the duly authorized signatory of the Lead Member and
shall be legally binding on all the Consortium Members. A Power of Attorney to support the
same shall be provided.
e.
The members of the Consortium shall execute a Power of Attorney as per the format. The
Proposal shall contain signed letters submitted by each of the Consortium Members stating that
the entire tender documents have been examined by them and that they are in agreement with
all the terms thereof.
f.

The Proposal should contain the information required from each member

g.
The members of the Consortium shall enter into a MoU and submit the same with the
Proposal. The MoU shall, inter alia:

Convey the intent of the members of the Consortium to enter into the Agreement in case
the Project is awarded to the Consortium.

The Lead Member would enter into the Agreement with BELTRON on behalf of the
members of the Consortium and subsequently carry out all the responsibilities as the Service
Provider in terms of the Agreement;

Clearly outline the proposed roles and responsibilities of each member of the
Consortium; and

Include a statement to the effect that the members of the Consortium shall be jointly and
severally liable for the implementation and operations of the Project in accordance with the
terms of the Agreement

MoU entered into, between the members of the Consortium shall be specific to the
Project and should contain the above requirements, failing which the Proposal shall be
considered non-responsive.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 89 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

11.2 NUMBER OF PROPOSALS


Each Bidder shall submit only 01 (one) Proposal, in response to the RFP.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 90 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

12 ELIGIBILITY CRITERIA
If the details furnished by the bidder are found to be wrong at any point time during the bidding
or contract, BELTRON/GoB reserves the right to terminate the contract and en-cash PBG in
BELTRON favor.
1
This invitation for bids is open to all Indian firms who fulfill prequalification criteria as
specified in the RFP.
2
Breach of general or specific instructions for bidding, general and special conditions of
contract with BELTRON or any of its user organizations during the past 3years may make a firm
ineligible to participate in bidding process.
3
Any specific Company can submit only one bid, and a single company submitting more
than one bid shall be disqualified and liable to be black-listed by the Department.
4
Terms and conditions of e-procurement tendering process are mandatory to all the
bidders.
The

Pre-qualification

Particulars

Bidder
company
Registration

Annual
Turnover

criteria

is

listed

below:

Criteria

Proof/Documents Required

The bidder (each member of the


consortium) must be a company
registered in India (providing Data
networks, Telecommunications and/ or
IT facility management services) under
Indian Companies Act 1956 and should
have been in operation for a period of at
least 5 years as on 31st March 2016.
The average annual turnover of the
Prime Bidder (of the consortium, in case
of consortium) during the last 3 financial
years shall not be less than INR 500
Crores from provisioning of IT
Infrastructure, Network services and
system integration activities.
In case Prime Bidder is a wholly owned
subsidiary, the financial experience of
Parent company would be considered for
eligibility, provided the parent company
operates in similar field of business. In
that case Parent company needs to
provide an undertaking to support its
wholly owned subsidiary.
The average annual turnover of the
Bidder of (the consortium partner in
case of consortium) during the last 3
financial years shall not be less than INR
125 Crores from provisioning of IT

Certificate of Incorporation from ROC


to be submitted. Power of Attorney
from company authorizing person for
signing bid.

BSEDC Tender Notice No: BELTRON/5292/2016

Audited accounts of the company as


filed before the Registrar of Companies.
In case the breakup of revenues is not
available in the manner required in the
audited Balance Sheet, the Bidder shall
submit a certificate to this effect from
the statutory auditor of the company/CA
of the company.

This should be evidenced by the audited


accounts of the company as filed before
the Registrar of Companies. In case the
breakup of revenues is not available in
the manner required in the audited
Page 91 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Blacklisting

Project
Experience

Industry
Certifications

facility management services and/or


data networking activities including
supplying of data network equipment
and/or IT infrastructure
system integration of data network
equipment and / or IT infrastructure
operations and maintenance/ facility
management of data network equipment
and/or IT services
The Bidder (each member of the
consortium, in case of consortium)
should not have been blacklisted by the
Government of India or any state
government or any of its agencies for
any reasons whatsoever and the bidder
should not have been blacklisted by
Central
/
any
other
State/UT
Government or its agencies for indulging
in corrupt or fraudulent practices or for
indulging in unfair trade practices as on
the 31st March 2016.
The bidder firm (lead member of the
consortium,
in
case
of
consortium)should have successfully
completed or running for more than
1year any one of the following:
1 project of minimum 400 WAN
nodes
2 projects of minimum 250
WAN nodes
3 projects of minimum 180
WAN nodes
The Prime
9001:2008,
certification

bidder shall have ISO


and ISO 27001:2005

Balance Sheet, the Bidder shall submit a


certificate to this effect from the
statutory auditor of the company/CA of
the company.

Undertaking
from
the
Company
Secretary or the Authorized Signatory

Purchase order copy or certificate from


the concern authorities.

Copy of the Certificates & Undertaking


from the Company Secretary or the
Authorized Signatory

The bidder must note that the Manpower provider agency (If any) should have an Average
Annual Turnover for the last three financial year should be more than 10 Crore and the agency
must be a company registered in India for last 5 years and providing manpower at multiple
locations.
A copy of the NMS log depicting status of the equipment as on 15th September 2016 shall be
made available to the bidders. This can be downloaded from the web site <www.beltron.in> or
<www.eproc.bihar.gov.in>.The Bidder is strongly urged to visit and examine the State Control
Room and other project sites, and revalidate all the information required for preparing their
response to the bid. The cost of such visits to the sites shall be at the bidder's expense. The
BSEDC Tender Notice No: BELTRON/5292/2016

Page 92 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

bidder and any of its personnel or agents will be granted permission by GoB to enter its facilities
at various locations in the state for the purpose of such visits, but only upon the condition that
the bidder, its personnel, and agents, will indemnify the GoB from and against all liability in
respect thereof, and will be responsible for death or personal injury, loss of or damage to
property, and any other loss, damage, costs, and expenses incurred as a result of such
inspection, undertaken by the bidder. The Bidder shall at its own risk, peril; cost and liability
undertake site visits to designated facilities in the state.
This is a refloated RFP against earlier tender number BSEDC/7002/15 dated 23.12.2015. All
the earlier Pre-bid queries and clarifications have been covered in this RFP.

12.1 Amendment of Tender document


At any time prior to the last date for receipt of bids, GoB may, for any reason, whether at its own
initiative or in response to a clarification requested by a prospective bidder, GoB reserves the
right to modify the tender document by issuing an amendment. The amendment will be notified
in e-procurement portal of GoB and will be binding on the bidders. In order to afford
prospective bidders reasonable time in which to take the amendment into account in preparing
their bids, GoB may, at its discretion, extend the last date for receipt of bids.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 93 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

13 BID PREPARATION
The Bids prepared by the bidder and all correspondence and documents relating to the bids
exchanged by the bidder and GoB, shall be written in the English language. If any supporting
document and printed literature furnished by the Bidder is in a language other than English
then the same should be accompanied by an accurate English translation in which case, for
purposes of interpretation of the bid, the English translation shall govern. However, such
translations shall be certified by the agency that has done the translations.

13.1 PRE-QUALIFICATION BID


A letter on the bidders letter-head
i.

Describing the pre-qualifying technical competence and experience of the bidder,

ii.
Certifying that the period of validity of bids is 180 days from the last date of submission
of bid, and
iii.

Asserting that the bidder is quoting for all the items mentioned in the tender.

iv.

Accepting all terms of this RFP

2.
All forms mentioned in below sections along with the requisite documents asked in the
respective forms to prove that the bidder meets the eligibility criteria.
3.
Power-of-attorney granting the person signing the bid, the right to bind the bidder as the
Constituted attorney of the Directorate.
4.
Permanent Account Number (PAN) from INCOME TAX authorities of area of
operation of the bidder.
5.
The Prime / Lead Bidder, its consortium partner or the OEM should not be blacklisted
by Government of Bihar or its agencies for any reasons whatsoever and/or the bidder should not
be blacklisted by Central / any other State/UT Government or its agencies for corrupt or
fraudulent practices or for indulging in unfair trade practices or for backing out from execution
of contract after award of work. The Bidder shall submit an affidavit to this effect.
The Technical Bid document shall detail all the information sought from the bidders and
required for GoB to evaluate the bids as prescribed as part of the technical evaluation in this
volume. Hence it is mandatory that the bidders read this section in conjunction with the
technical evaluation section to provide information as necessary and adequate to evaluate the
proposals.
The commercial bid shall be submitted for all requirements of the GoB for the BSWAN 2.0 as
mentioned in Volume I of the RFP document. Incomplete bids shall be rejected. The commercial
bid shall comprise of:
1.

Bid letter

2.

Bid particulars

All financial forms mentioned in this Volume.


BSEDC Tender Notice No: BELTRON/5292/2016

Page 94 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

13.2 TENDER PROCESSING FEES


Bidder can download the tender document for free from the portal (http://eproc.bihar.gov.in)
till the due date and time for bid submission. Any interested bidder shall pay tender processing
fee as specified in the e-Procurement portal. The tender processing fees has to be paid through
e-Payments in favor of Managing Director, Bihar State Electronics Development Corporation
Limited payable at Patna from any scheduled bank.
Note: It will be in the interest of the bidders to familiarize themselves with the e-Procurement
system to ensure smooth preparation and submission of the tender documents.

13.3 MODES OF SUBMISSION


All interested bidders shall pay EMD and Tender Processing fee and submit their Technical and
Commercial RFP responses electronically using thee-Forms in the unified e-Procurement
platform. The e-Proc portal is available at: http://eproc.bihar.gov.in
Companies shall submit the tenders only through the unified e-Procurement system before the
scheduled date and time for bid submission. Tenders submitted after the due date and time will
not be considered and BELTRON will not be liable or responsible for any delays due to
unavailability of the portal and the internet link.

13.4 AUTHENTICATION OF BID


The response bid shall be signed by the Bidder or a person or persons duly authorized to bind
the Bidder to the Contract. A letter of authorization shall be supported by a written power-ofattorney accompanying the bid. All pages of the bid, except for un-amended printed literature,
shall be initialed and stamped by the person or persons signing the bid.

VALIDATION OF INTERLINEATIONS IN BID


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 initialed by the person or
persons signing the bid.

COST OF BIDDING
The Bidder shall bear all costs associated with the preparation and submission of its bid
including cost of presentation for the purposes of clarification of the bid, if so desired by
BELTRON. BELTRON/GoB will in no case be responsible or liable for those costs, regardless of
the outcome of the Tendering process.

BID PRICES
The bidder shall indicate prices according to the Performa prescribed in the tender document.

13.5 FIRM PRICE


Prices quoted by the bidder must be all inclusive, firm and final, and shall not be subject to any
escalation whatsoever during the period of the contract. Prices should indicate the price at site
and shall include all state and central taxes, Viz. excise/ custom duties on the final finished

BSEDC Tender Notice No: BELTRON/5292/2016

Page 95 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

supplies tendered for. Attention of the bidder is invited to the terms and conditions of payment
given in this Volume.
Note: The ratio between the Capital Expenditure (CAPEX) and Operational Expenditure
(OPEX) should be 1:2 and the same should be complied with in the financial forms.

CAPEX may include the cost of Active and Passive components required for refresh of
the BSWAN infrastructure.
OPEX is the operational expenditure (manpower cost, maintenance, bandwidth cost,
etc.) to be incurred by the bidder for Operations and Maintenance of BSWAN 2.0 for 5
years post installation and FAT.

13.6 BID SECURITY& ITS AMOUNT (EMD)


The Bid shall contain EMD amount of INR 1,00,00,000 (Indian Rupees One crores only) and
shall be paid through demand draft / e-Payments/Bank Guarantee in favor of Managing
Director, Bihar State Electronics Development Corporation Limited payable at Patna from any
scheduled bank. The validity of Bank Guarantee should be 210 days from date of submission of
Bid.
The bidder shall be disqualified in the Technical Evaluation process if the prescribed EMD is not
submitted along with the bid. The EMD (bid security) of the unsuccessful Bidder(s) will be
discharged/returned as promptly as possible.
No interest will be payable by BELTRON on the amount of the Bid Security. In case the
successful bidder fails within the specified time limit to sign the mutually agreed agreement
terms of furnish the required Bank Guarantee, the bid security may be forfeited. The Bid
Security shall be forfeited under the following conditions:
1) If a Bidder withdraws his/her bid or increases the quoted prices during the period of bid
validity, or its extended period, without the explicit consent of the department, if any; or
2) In the case of a successful Bidder, if s/he fails within the specified time limit to: sign the
Agreement or Furnish the required Performance Bank Guarantee

13.7 PERIOD OF VALIDITY OF BIDS


Bids shall remain valid for 180 days from the last date of submission of bid prescribed by GoB. A
bid valid for a shorter period shall be rejected by GoB as non-responsive. In exceptional
circumstances, GoB may solicit the bidders consent to an extension of the period of validity. The
request and the responses thereto shall be made in writing. The bid security validity shall also
be suitably extended. The bidder shall have to extend the validity of the bid upto at least 3
months if so asked for. However, no permission would be given to modify the bid in any way.

13.8 REVELATION OF PRICES


Prices in any form and for any reasons shall not be revealed in the pre-qualification bid or
technical bid or before opening the commercial bid. In case such violation happens, then the bid
shall be immediately rejected.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 96 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

13.9 TERMS AND CONDITIONS OF TENDERING FIRMS


In case any of the terms and conditions of the contract document attached to the RFP are not
acceptable to any bidder, clearly specify the deviation in the forms given in the RFP. Similarly in
case the equipment and services being offered has deviations from the schedule of requirements
laid down, the bidder shall describe in what respects and to what extent the equipment and
services being offered differ/ deviate from the specification, even though the deviations may not
be very material. Bidder must state categorically whether or not his offer conforms to
requirement specifications and schedule of requirements and indicate deviations, if any in as
part of the response to the bid. Any substantial deviation may lead to rejection of the bid by
GoB.

13.10

BID SUBMISSION

a. Consortium and sub-contracting


1.
In case the bid is submitted as a consortium, there shall be a maximum of two members
in the consortium. The Bidder shall be evaluated (during technical evaluation) based on the total
strength as prescribed in this bid document
2.
The bidder shall not Sub-Contract Scope of Work except wherever specifically
mentioned. The performance of the subcontracted agency shall be purely the responsibility of
the Prime bidder. The Prime bidder shall be purely and wholly held responsible in case the
subcontracted agency fails to perform. The Prime bidder shall be fully responsible for all acts of
commission and omission.
b. Modification and withdrawal of Bids
No bid shall be withdrawn in the interval between the last date for receipt of bids, and the expiry
of the bid validity period specified by the bidder in the bid. Withdrawal of a bid during this
interval would result in forfeiture of the bidders bid security.
c. Address for correspondence
The bidder shall designate the official mailing address, place, telephone number, fax number
and e mail address to which all correspondence shall be made by GoB. GoB will not be
responsible for non-receipt of any communication sent by the bidder.
d. Clarifications
If deemed necessary, GoB may seek clarifications on any aspect from the bidder. However, that
would not entitle the bidder to change or cause any change in the substance of the tender
submitted or price quoted. GoB may, if so desire, ask the bidder to give a presentation/
demonstration for the purpose of clarification of the tender. All expenses for this purpose, as
also for the preparation of documents and other meetings, will be borne by the bidders.
e. Verification of Reference Installations
GoB, if considers necessary, may conduct verification of reference installations to satisfy
themselves on the performance of the equipment/ services offered with reference to their
requirements.
GoB will satisfy themselves on the veracity of the reference installations with reference to
performance indicators relevant to the requirements specified.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 97 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

13.11

CONTACTING GOB

a. Bidder shall NOT contact BELTRON/GoB on any matter relating to this bid, from the time of
the submission of bid to the time the contract is awarded. During this period, all important
notices will be published in the e-procurement portal.
b. Any effort by a bidder to influence GoBs bid evaluation, bid comparison or contract award
decision may result in the rejection of the bid. Such an act on the part of the Bidder shall amount
to misconduct and will be liable for appropriate action, as decided by GoB.

13.12

BID CURRENCY

Price shall be quoted entirely in Indian Rupees.

13.13

DISQUALIFICATIONS

The bid is liable to be disqualified in the following cases:

The Bid not submitted in accordance with this document.

During validity of the bid, or its extended period, if any, the Bidder increases his quoted
prices.

The Bidder qualifies the bid with his own conditions.

Bid is received in incomplete form.

Bid is received after due date and time.

Bid is not accompanied by all requisite documents

Information submitted in Technical Bid is found to be misrepresented, incorrect or false,


accidentally, unwittingly or otherwise, at any time during the processing of the contract (no
matter at what stage) or during the tenure of the contract including the extension period if any.

Commercial bid/ pricing is uploaded in the Technical bid.

13.14

TERMINATION

The Agreement with successful bidder shall be valid till a period of 6 (Six) years from the date of
Signing of Contract.
1.
This Agreement shall be terminated by either party upon the happening of all or any of
the following events:(a)

Upon 2nd Party being declared insolvent or bankrupt.

(b)
Upon 2nd Party committing a material breach or being in default of all or any of the
major and significant terms, conditions, covenants, under-takings and stipulations of this
Agreement. In case the material breach is remediable the aggrieved Party shall give notice in
writing of such default in observance or performance of any of the terms or conditions of this
Agreement, to the Party in default. If the Party in default effectively remedies such breach or
default within the period, not being less that 60(sixty) days, designated by such notice then the
Agreement shall remain in force. Where the default by the I.A is as a result of or consequent to
BSEDC Tender Notice No: BELTRON/5292/2016

Page 98 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

technical non-feasibility, which requires to modify/alter the scope of work so as to replace the
technical non-feasible deliverable with a feasible deliverable, then such default shall not be
considered as a Default by the I.A under the provisions of this clause
(c)

By mutual agreement in writing between the Parties.

2.

Upon expiration or termination of this Agreement:

(a)

The Implementation Agency shall:

(1)

Notify to forthwith the particulars of all project assets.

(2)
Deliver forthwith actual or constructive possession of the PoPs free and clear of all
encumbrances and execute such deeds, writings and documents as may be required by for fully
and effectively divesting the Bidder all of its rights, title and interest in the control room.
(3)
Deliver relevant records and reports pertaining to the control room and its design,
engineering, operation, and maintenance including all operations & maintenance records and
manuals pertaining thereto and complete as on the date of termination or expiration.
(b)

Shall expeditiously settle the accounts.

3.
May forfeit the performance guarantee for any material failure on part of I.A to complete
its obligations under this Agreement, for reasons shall return the performance guarantee to the
I.A within 60 days of the expiration of this Agreement. In the event of any amendments to
Agreement, the I.A shall within 15 days of receipt of such amendment furnish the amendment to
the performance guarantee as required.

13.15

LIMITATION OF LIABILITY

Neither Party, nor its subsidiaries or its affiliates will be liable to the other Party, whether in
contract, tort (including negligence), strict liability or otherwise, for loss of business, revenue,
profits, loss of goodwill or reputation; or indirect, consequential, or special loss, arising in
connection with any order, product, service, related documentation, information and/or the
intended use thereof, even if a Party, its subsidiaries or affiliates has been advised, knew or
should have known of the possibility of such damages.
Subject to the above and not withstanding anything to the contractor elsewhere contained
herein, the maximum aggregate liability of the bidder for all claims under or in relation to this
agreement shall be regardless of the form of claims shall be limited to 100% of the contract
value.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 99 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

14 BID EVALUATION
14.1 OVERALL EVALUATION
The Bid evaluation process shall be a two-stage process, Technical qualification evaluation,
Commercial evaluation respectively. The bidder shall be considered for the next stage only if his
bid is found to be responsive during the evaluation of the current stage. Any bid not found to be
responsive shall not be evaluated in the subsequent stage.
Following is the brief process of Bid evaluation:
a)
The technical score of all the bidders would be calculated as per the criteria mentioned in
below sections. All the bidders who will achieve 85 or more marks in the technical evaluation
would be eligible for the next stage, i.e. Financial Bid opening. However, in case of 3 bidders not
scoring 85 or more marks, then cut off marks may go down up to 70 marks till up to 3 bidders
are shortlisted for next level. Bidders who score below 70 marks shall not be eligible for next
stage.
b)
The Commercial bids of only those Bidder(s) who qualify after the Technical evaluation,
will finally be opened.
c)
The Net Present Value (NPV) will be calculated at a discount rate of 8.25% (RBI
benchmark rate + 1%) for the quoted price.
d)
The bidder whose total commercial offer (after calculation of NPV) for compulsory items
is determined to be the lowest after evaluation will be awarded the contract.
e)
BELTRON shall be open to purchase optional items from any of the eligible bidder who
has quoted the lowest rate.
f)
It shall not be obligatory on the part of BELTRON to buy the optional items from the
eligible bidders. BELTRON can follow a separate purchase procedure to procure the optional
items.
g)
BELTRON reserve the right to reject any or all the bids without assigning any reason,
whatsoever.

14.2 PRE-QUALIFICATION BID EVALUATION


a. The Bidder shall furnish the information required in the formats prescribed in the RFP. The
Bidder will be evaluated against the pre-qualification criteria given as stipulated and any
non-conforming bids will be rejected.
b. GoB will examine the bids to determine whether they are complete, whether required bid
security has been furnished, whether the documents have been properly signed, and whether
the bids are generally in order. The Pre-qualification bid documentation furnished by the
Bidder shall be examined prima facie to see if the technical skill base and financial capacity,
experience in executing similar projects and other Bidder attributes claimed there in are
consistent with the requirements of this RFP. GoB may ask Bidder(s) for additional
information, visit to Bidders site and/or arrange discussions with their professional,
BSEDC Tender Notice No: BELTRON/5292/2016

Page 100 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

technical faculties to verify claims made in Pre-qualification bid documentation.


c. Any Bid submitted without proper authorization from the respective OEM shall be treated as
non-responsive.
d. A bid determined as not substantially responsive will be rejected by GoB and may not
subsequently be made responsive by the bidder by correction of the non-conformity.

14.3 EVALUATION OF TECHNICAL QUALIFICATION BID


GoB will carry out a detailed evaluation of the Proposals in order to determine whether the
technical aspects are in accordance with the requirements set forth in the RFP Documents. GoB
will examine and compare the technical aspects of the Proposals on the basis of the information
supplied by the Bidders, in three steps
a. Firstly the bidders technical solutions proposed in the bid document would be evaluated as
per the requirements specified in the RFP and adopting the evaluation criteria indicated in
the following section.
b. In the second step, GoB may ask vendor(s) for additional information, visit to vendors site
and/or arrange discussions with their professional, technical faculties to verify claims made
in bid documentation. The Commercial Bids of only technically qualified bidders will be
considered for stage III evaluation.
c. Thirdly the GoB may request the bidders to make a presentation on their proposal, to an
Evaluation Committee to be constituted for the purpose.
d. Depending on the evaluation methodology mentioned in points a, b and c above, each
Technical Bid will be assigned a technical score out of a maximum of 100 points.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 101 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

14.4 TECHNICAL EVALUATION CRITERIA


S.N
o

Criteria

Ma
xi
m
u
Organization Capabilities of Bidderm
1
Number of years of operation 10
in
India
LAN/WLAN/WAN
Networking

in

Method of allotting
marks

Required eligible
document

Minimum 2 years will


be awarded 2 marks.
For every additional
completed 2 years of
operation, 2 marks will
be awarded to a
maximum of total 10
Marks.

Enclose
copy
of
documents
of
incorporation and oldest
work order / agreement
to execute work and work
completion report

Organizations man power 10


strength (for Lead Bidder, in
case of consortium)

Between 250 to 500


Employees = 5 marks
Above 500 Employees
= 10 marks

Letter declaring the same


(including category wise
numbers i.e Technical,
Sales,
Finance
&
Accounts etc.) from the
Head of HRD/Signing
Authority

Average Turnover in last 3 10


FYs in IT/ITeS Solutions (for
Lead Bidder, in case of
consortium)

Less than 250 Crores


= 0 marks
250 Cr to < 500 Cr = 5
marks
Above 500 Cr = 10
marks

A certificate by Chartered
Accountant along with
Profit & Loss statements
submitted with Income
Tax returns indicating
sector-specific turnover is
required.

Project Experience

BSEDC Tender Notice No: BELTRON/5292/2016

Page 102 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

4a

Number of Project in India 10


where
Supply,
Commissioning
of
Networking
Solutions
,
including
operation
and
Maintenance
and
FMS
services implemented by the
lead bidder (in case of
Consortium) in India in last
five years. Completed /
Running
/in
operation/Awarded Projects
as on31st May 2016 (Project
Total
of networking
value value
greater
than Rs 5/ 10
infrastructure
projects in
crores)
India Completed / Running
/Awarded Projects as on 31st
May 2016

2 Mark for every


project to a maximum 1)
Work
orders
of 10 marks
/Purchase
Order
confirming
year
and area of activity, the
cost value of services to
be delivered to each of
the
projects
2) Complete
/
Partial Completion /
Satisfactory
ongoing
Certificate from Client
3) Enclose a list with
2 Mark for every 20 detail of address of such
crores project to a project, contact person
maximum of 10 marks along
with
phone
numbers

Total No. of WAN nodes 10


handled in a single work
order.
Completed
/
Running
/Awarded Projects as on
31st May 2016

Number of Projects in India 10


where
the Lead Bidder
should having experience of
State Wide Area Network
Project
at any of the
State/UT governments
Approach and Methodology 20
during project.

175 Nodes will be


given 2 marks for each
project. For every
additional 100 nodes 2
marks will be awarded
to a maximum of 10
marks.
1 Projects will be given
5 marks.
2 or more Projects will
be given 10 marks

4b

Deployment
Team

of

Qualified 10

BSEDC Tender Notice No: BELTRON/5292/2016

(Work
order
copy
/Purchase Order or letter
signed from the customer
to be submitted)

1)
Work
orders
confirming
year
Certificate from Client

Describe Methodology Submit detail document


in Detail as per with
Technical
Bid.
annexure G
(Presentation to be given)
Project
Manager, Submit detail
CV
Operational manager, document with Technical
Network Expert as per Bid
the deployment Chart
at SHQ
1. Qualification 25 %
2. Experience 50 %
3.
Essential

Page 103 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Certifications 25 %
Total : 100 %
Bidders scoring at least 70 points (or above) and minimum cut off marks (as given above) in the
technical evaluation shall be considered for further commercial evaluation.

14.5 EVALUATION OF COMMERCIAL BIDS


I. Only fixed price financial bids indicating total price for all the deliverables and services
specified in this bid document will be considered.
II. Prices quoted in the Bid must be firm and final and shall not be subject to any
modifications, on any account whatsoever except applicable tax rates. The Bid Prices shall
be indicated in Indian Rupees (INR) only
III.

The bid price will include all taxes and levies and mentioned separately.

IV.

Any conditional bid would be rejected.

V. Errors & Rectification: Arithmetical errors will be rectified on the following basis: If
there is a discrepancy between the unit price and the total price that is obtained by
multiplying the unit price and quantity, the unit price shall prevail and the total price shall
be corrected.
VI.
If there is no price quoted for certain material or service, the bid shall be declared
as disqualified.
Commercial bids of those Bidders who are technically qualified in the technical evaluation will
only be opened. All other commercial bids will not be opened. The financial evaluation shall be
done based on the details submitted by the bidder as per the format provided. The bidders shall
be sorted in the ascending order as L1, L2, L3 etc.

14.6 CORRECTION OF ERRORS


a) Proposals will be checked by the GoB for any arithmetic errors during the evaluation of the
Financial Proposal. Errors will be corrected by the GoB as follows:
i) Where there is a discrepancy between the amounts in figures and in words, the amount in
words will prevail; and
ii) Where there is a discrepancy between the unit rate and the line item total resulting from
multiplying the unit rate by the quantity, the unit rate as quoted will govern, or between sub
totals and total price, the unit or sub total price shall prevail and the total price shall be
corrected.
iii) Wherever relevant State and Central Taxes are not added, the same shall be added before
evaluation.
b) The amount stated in the Financial Proposal will be adjusted by the GoB in accordance with
the above procedure for the correction of errors and shall be considered as binding upon the
Bidder. If the Bidder does not accept the corrected amount of Financial Proposal, its Proposal
BSEDC Tender Notice No: BELTRON/5292/2016

Page 104 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

will be rejected (and EMD forfeited) and the Bidder will be liable for other appropriate action as
decided by GoB.
c) No column or row shall be left blank and no clubbed rates shall be quoted. Each value item
should be filled.

14.7 EVALUATION COMMITTEE


A Tender Scrutiny committee constituted by the competent authority in Government of Bihar
shall evaluate the tenders.

14.8 RIGHT TO VARY QUANTITIES AT THE TIME OF AWARD


BELTRON reserves the right at the time of award of contract, to increase or decrease the
quantity of requirements at different places specified in the RFP without any change in unit
prices or other terms and conditions.

14.9 RIGHT TO ACCEPT ANY BID/ REJECT ANY OR ALL BIDS


GoB reserves the right to accept or reject any bid, and to annul the tender process and reject all
bids at any time prior to award of contract, without thereby incurring any liability to the affected
bidder or bidders or any obligation to inform the affected bidder or bidders of the grounds for
GoBs action.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 105 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

15 AWARD OF CONTRACT
After evaluation of all accepted proposals by the evaluation committee, L1 shall be the lead
member of the consortium (in case of consortium) taking over of the existing network, upgradation of the WAN network, establishing LAN and their operation and maintenance.
Prior to the expiry of the period of bid validity, GoB will notify the successful bidder in writing
by registered letter or mail or by a Letter of Intent through e-procurement portal, that his bid
has been accepted. The receipt of acceptance should be sent by the bidder in writing through
registered post or through e-procurement portal within 7 days.
The notification of award will be followed by signing of MSA within specified time along with
submission of PBG. Upon furnishing of the PBG by the successful bidder(s) and signing of the
MSA, GoB/BELTRON will promptly notify each unsuccessful bidder and will discharge the bid
security.
As soon as GoB notifies the Successful Bidder, the GoB will send the bidder the MSA form,
incorporating all changes/clarifications issued by the GoB at the time of pre-bid. On receipt of
the contract form, the successful bidder shall sign with date, the contract form, and return it to
GoB within 7 days.
The incidental expenses of execution of agreement/contract shall be borne by the successful
bidder.
The successful bidder is required to furnish an unconditional and irrevocable Bank Guarantee
for an amount equivalent to 10% of total Project Cost as quoted in the commercial bid within 14
days of issue of purchase order valid for a period of 36 months and shall be renewed for a period
of another 30 months one month before the expiry of the Performance Security Failure of the
successful Bidder to comply with the requirement shall constitute sufficient grounds for the
annulment of the award and forfeiture of the EMD. In case the Bidder fails to extend the
performance security after the completion of the 35thmonth, the Performance Security shall be
forfeited.
The Beltron may forfeit this Performance Guarantee for breach of the terms of agreement by the
bidder. Under such an eventuality, the mechanism described under the Exit management
section of Technical Document Volume I shall be enforced. One month notice will be given to
bidder specifying the reason for forfeiture of Bank Guarantee for any breach of the terms of the
agreement by Beltron.
The period of agreement shall be up to the date of completion of five years of service of
BSWAN2.0 which will be operational after 16 weeks of Transition period. The agreement period
will be total of 64 Months.
The existing TPA of BSWAN shall monitor the taking over of equipment from the existing
BSWAN system operator. BELTRON shall appoint new third party monitoring agency at the
earliest. This Third Party Agency shall monitor the BSWAN2.0 for all the activities enlisted in
the scope of work of network operator and bandwidth service provider as per the scope given in
Volume I. The Bidder shall cooperate with such a Third Party Agency. The Third Party Agency
BSEDC Tender Notice No: BELTRON/5292/2016

Page 106 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

appointed will monitor the Service level Agreement and subsequent generation of quarterly
report on SLA compliance. The Third Party Agency will be responsible for verification,
validation of all invoices under the terms & conditions of the Agreement and will recommend on
the eligible payment. Third party agency will be responsible for performance audit on a
quarterly basis and will recommend release of upfront payments and quarterly payments after
deduction of applicable SLA penalties.
Any publicity by the bidder in which the name of GoB is to be used, should be done only with the
explicit written permission from GoB.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 107 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

16 MISCELLANEOUS
Corrupt, fraudulent and unethical practices - Corrupt practice means the offering, giving,
receiving or soliciting of anything of value to influence the action of a public official in the
process of contract execution and Fraudulent practice means a misrepresentation of facts in
order to influence a procurement process or the execution of a contract to detriment of the
purchaser, and includes collusive practice among Bidders (prior to or after bid submission)
designed to establish bid prices at artificial non-competitive levels and to deprive the Purchaser
of the benefits of free and open competition. Unethical practice means any activity on the part
of bidder, which try to circumvent tender process in any way. Unsolicited offering of discounts,
reduction in financial bid amount, upward revision of quality of goods etc. after opening of first
bid will be treated as unethical practice. Beltron will reject a proposal for award and also may
debar the bidder for future tenders in GoB, if it determines that the bidder has engaged in
corrupt, fraudulent or unethical practices in competing for, or in executing a contract.
Resolution of disputes - State and the selected bidder shall make every effort to resolve amicably
by direct informal negotiation any disagreement or dispute arising between them under or in
connection with the Contract. If, after fifteen (15) days from the commencement of such
informal negotiations, State and the selected Bidder have been unable to amicably resolve
dispute, either party may require that the dispute be referred for resolution to the formal
mechanisms, which may include, but are not restricted to, conciliation mediated by the
Development Commissioner, GoB. All negotiations, statements and/or documentation pursuant
to these disputed matter shall be without prejudice and confidential (unless mutually agreed
otherwise). The time and resources costs of complying with its obligations under this
Governance Schedule shall be borne by respective parties. All Arbitration proceedings shall be
held at Patna, Bihar State, and the language of the arbitration proceedings and that of all
documents and communications between the parties shall be in English.

16.1 DISPUTE RESOLUTION CLAUSE


Any and all disputes, controversies and conflicts ("Disputes") arising out of this Agreement
between the Parties or arising out of or relating to or in connection with this Agreement or the
performance or non-performance of the rights and obligations set forth herein or the breach,
termination, invalidity or interpretation shall resolve or settle amicably through mutual
negotiation and discussions, if the dispute/disputes is not settled amicably then in that case it
shall be finally decided by reference to Bihar Arbitration Tribunal in accordance with Bihar
Public Works Contracts Dispute Arbitration Tribunal Act, 2008, Rules framed there under or
procedure prescribed by the Bihar Arbitral Tribunal.

16.2 NOTICES
Any queries or other document, which may be given by either Party under this Agreement or
RFP or under the SLA, shall be given in writing in person or by pre-paid recorded delivery post
or by facsimile transmission or through email to the notified address.
In relation to a notice given under this Agreement, any such notice or other document shall be
addressed to the other Party's principal or registered office address as set out below:

BSEDC Tender Notice No: BELTRON/5292/2016

Page 108 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Any notice or other document shall be deemed to have been given to the other Party (or, if
relevant, its relevant associated company) when delivered (if delivered in person) if delivered
between the hours of 10.00 am and 5.00 pm on a working day at the address of the other Party
set forth above or if sent by fax, provided the copy of the fax is accompanied by a confirmation of
transmission, or on the next working day thereafter if delivered outside such hours, and 7 days
from the date of posting (if by letter).
Notice can also be given through email address furnished by the bidder. The time of the sent
message in outbox of the sender will be considered to be time of delivery of the message.
Either Party to this Agreement or to the SLA may change its address, telephone number,
facsimile number and nominated email for notification purposes by giving the other reasonable
prior written notice of the new information and its effective date.

16.3 FORCE MAJEURE


Neither party shall be responsible to the other for any delay or failure in performance of its
obligations due to any occurrence commonly known as Force Majeure which is beyond the
control of any parties, including, but without limited to, flood, explosion, lightening, thundering,
acts of God or any Governmental body, public disorder, riots, embargoes, or strikes, acts of
military authority, epidemics, lockouts or other labour disputes, insurrections, civil commotion,
war, enemy actions.
If a Force Majeure arises, the Bidder shall promptly notify GoB in writing of such condition and
the cause thereof. Unless otherwise directly by GoB, the bidder shall continue to perform his
obligations under the contract as far as is reasonably practical, and shall seek all reasonable
alternative means for performance not prevented by the Force Majeure event.
The bidder shall be excused from performance of his obligations in whole or part as long as such
cases, circumstances or events shall continue to prevent or delay such performance. Neither
party shall have any liability to the other party in respect of the termination of this contract as a
result of an event of Force Majeure.
Managed Service Provider/System Integrator shall be paid for supply and services till last date
of termination in case of force majeure

16.4 USE OF DOCUMENTS AND INFORMATION


The vendor shall not, without prior written consent from GoB, disclose/ share/use the bid
document, contract, or any provision thereof, or any specification, plan, drawing, pattern,
sample or information furnished by or on behalf of the GoB in connection therewith, to any
person other than a person employed by the vendor in the performance of the contract.
Disclosure to any such employed person shall be made in confidence and shall extend only so far
as may be necessary for purposes of such performance.
The Vendor shall not, without prior written consent of BELTRON/GoB, make use of any
document or information made available for the project, except for purposes of performing the
Contract.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 109 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

All project related document (including this bid document) issued by BELTRON/GoB, other
than the contract itself, shall remain the property of the GoB and shall be returned (in all copies)
to the GoB on completion of the Vendors performance under the contract if so required by the
GoB.

16.5 INSURANCE
The successful bidder has to ensure meeting performance bench marks and will, if it deems
necessary, take insurance coverage(s) for the period of contract:

16.6 INDEMNITY
The successful bidder shall indemnify and defend BELTRON / GoB and its representatives and
employees, and hold BELTRON / GoB, its representatives, employees harmless from:
i)
Damages and losses caused by its negligent or intentional act or omission or any
damages and losses caused by the negligent act of any third party or sub-contractor or agency
engaged by the successful bidder;
ii)
Damages and losses resulting from the non-compliance with the established obligations;
Third party claim against the BSEDC or its nominated agency that any Deliverables/
Services/Equipment provided by the System Integrator infringes a copyright, trade secret,
patents or other intellectual property rights of any third party in which case the System
Integrator will defend such claim at its expense and will pay any costs or damages that may be
finally awarded against BSEDC or its nominated agency. The System Integrator will not
indemnify BSEDC, however, if the claim of infringement is caused by (a) BSEDCs misuse or
modification of the Deliverables; or (b) BSEDCs failure to use corrections or enhancements
made available by the System Integrator; or (c) BSEDCs use of the Deliverables in combination
with any product or information not owned or developed or supplied by the System Integrator.
If any Deliverable is or likely to be held to be infringing, the System Integrator shall at its
expense and option either (i) procure the right for BSEDC to continue using it, or (ii) replace it
with a non-infringing equivalent, or (iii) modify it to make it non-infringing.
iv)
Any environmental damages caused by it and/or its representatives or employees or
employees of any third party or sub-contractor or agency engaged by the successful bidder;
v)
Breach (either directly by it or through its representatives and/or employees) of any
representation and warranty declared herein by it;
vi)
From any and all claims, actions, suits, proceedings, taxes, duties, levies, costs, expenses,
damages and liabilities, including attorneys fees, arising out of, connected with, or resulting
from or arising in connections with the services provided due to neglect, omission or intentional
act.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 110 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

17 PAYMENT SCHEDULE
The payment schedule is as follows:
#
1.

2.
3.
4.

Milestone
On delivery of material:
40% of Capex bill value on Inspection of material at central
warehouse of MSP at Patna, verifications by TPA and dispatch
of the material to locations.

On completion of installation, Commissioning, testing by OEM


team at SHQ, any one DHQ and 2 BHQ of the district, 20% of
the Capex value.
On Go-Live (FAT) of the entire project 20% of the total Capex
Value.
1% of the Capex value and 5% of the Opex value, on completion
of each Quarter after Go-Live, if any.

Supporting

Inspection certificate* with


details of the items like
serial no./part code no etc.
mapped with individual
campuses
Dispatch challan / Courier
Copy
*Inspection to be done at a
bidders centralized store
located in Patna only

PAT report approved by


BSEDC

Go-Live certificate issued by


BSEDC

SLA report duly certified by


BSEDC.

The Bidder shall quote for all costs as asked for in the financial templates.
The Bidders request for Opex payment shall be made at the end of each quarter by invoices
along with following supporting documents:
1. Performance statistics
2. Log of network parameters along with Service Down time calculation and Uptime
percentage.
3. Any other document as asked for by BELTRON necessary in support of the service
performance acceptable to BELTRON.
4. Detailed calculation sheets for the claims based on the SLA defined in the RFP
Document.
The Third Party Agency appointed by BELTRON shall verify all Invoices and supporting
documents as prescribed and acceptable. After verification by the Third Party Agency and after
deducting Income Tax, other taxes and any Penalties, Beltron shall pay the amount within a
period of 30 days. The Bidder shall furnish all tax payment receipts to Beltron in next quarterly
Invoice documentation submission.
Un-priced B.O.Q is to be submitted in company letterhead mentioning the name, make and
model, number of all the items in the technical bid.
The successful bidder will not be eligible for any other benefits (such as interest on capital, rate
of returns, amortization on capital, salaries of the employees etc.) except the payments specified
above.
BSEDC Tender Notice No: BELTRON/5292/2016

Page 111 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

If any dependencies are there on BELTRON side, the bidder is entitled for extension of time
lines and exemption of SLA penalties for that dependency only. The bidder should factor in their
financial bid such dependencies.
In case of delay in payment from BELTRON end within the specified timelines, BELTRON will
pay an interest of delayed payment. The interest rate shall be the NPV discount rate as simple
interest.
The bidder is not entitled for any extra claims on account of dependencies on GoB/BELTRON.
BELTRON prefers to route Quarterly payments of Secondary Bandwidth Service Provider
through the successful bidders. However this procedure shall be subject to TRAI guidelines and
necessary agreements will be entered between BELTRON, Successful bidder and Secondary
Bandwidth Service Provider.
The Bidder can request for payments to be made directly to a network service
provider/Consortium Partner. Such payments shall be made on the advice of the Bidder. The
Bidder shall be fully liable for any act of omission or commission on part of the third party to
whom the payment shall be made. Any failure or failure of service delivery by the third party
shall lead to recovery of all payments made to the third party from the Bidder. BELTRON shall
not take any responsibility on account of any default by the third party nominated for payments.
No payments shall be made by BELTRON in foreign exchange or to a foreign entity.
No payments shall be made in Foreign Exchange by BELTRON. No payment shall be made to an
entity not located and registered in India.
The bidder must note that the cost of Secondary Link must not exceed 20.0% of the total bid
value as submitted in the commercials.

17.1 PAYMENT OF SERVICE TAX


Service tax shall be shown extra by the bidder in their invoices for the items applicable. The
same shall be paid by BELTRON as per actual after verification. In case the GST tax system is
implemented, the differential tax shall be paid by BELTRON as per the GST system. Similarly if
there is any tax savings, the same shall be reduced from the payable amount.
In case of any new incidence of tax or increase in existing tax rates taking place during the
Agreement Period, that shall be borne and payable by the BELTRON over and above the agreed
price for each item as may be applicable as per the Invoice raised by either Party/Member of the
Consortium on the BELTRON. Similarly, any reduction in taxes shall be to the benefit of
BSEDC/BELTRON.

17.2 ADDITIONAL EQUIPMENT


For any new equipment(s) which are not included in the RFP that might come up during the
contract period Beltron/GoB will reserve the option to procure these equipment(s) on its own
and supply to the Bidder. The Bidder would need to operate and maintain all such equipment
installed in the PoP and Yearly AMC charges will be paid by Beltron to OEM/Supplier.
Alternatively, BELTRON/GoB may ask the bidder to procure the equipment. In such cases, the
vendor may procure the equipment(s) at rates mentioned in the BOM or as per rates agreed in
BSEDC Tender Notice No: BELTRON/5292/2016

Page 112 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

NICSI/DGS&D and raise invoice for upfront payment of the same. The Successful bidder shall
maintain such equipment installed in the PoP and Yearly AMC charges will be paid by Beltron to
OEM/Supplier. In any case the liability of Beltron/GoB will not be beyond the rates quoted in
the financial templates. Any negligence on the part of network operator in coordination shall be
treated as breach of tender conditions.
BELTRON shall be open to purchase optional items from any of the eligible bidder who has
quoted the lowest rate. The System Integrator has an option to match the price of the lowest
quote.
For any new districts or Blocks (PoPs) or remotes that might come up in the 5 years of the
contract period, the quoted price for such expansion in the original bid shall be applicable. For
the non-quoted items and rate will be mutually agreed as per market prices.
Note: The ratio between the Capital Expenditure (CAPEX) and Operational Expenditure
(OPEX) should be 1:2 and the same should be complied with in the financial forms.

CAPEX may include the cost of Active and Passive components required for refresh of
the BSWAN infrastructure.
OPEX is the operational expenditure (manpower cost, maintenance, bandwidth cost,
etc.) to be incurred by the bidder for Operations and Maintenance of BSWAN 2.0 for 5
years post installation and FAT.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 113 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

18 FORMS TEMPLATES
Proposal Covering Letter:
[Date]
To,
Managing Director,
Bihar State Electronics Development Corporation (BELTRON)
BELTRON Bhawan
Shastri Nagar
Patna 800023

Dear Sir,
Ref: Request for Proposal (RFP): System Integrator O&M for Bihar State Wide Area Network
2.0
Having examined the RFP, the receipt of which is hereby duly acknowledged, we, the
undersigned, offer to provide best of quality goods and professional services as required and
outlined in the RFP for the Bihar State Wide Area Network 2.0. To meet such requirements and
provide such services as required are set out in the RFP.
We attach hereto the technical response as required by the RFP, which constitutes our proposal.
We undertake that, if our proposal is accepted, to adhere to the timelines and service levels
given in the RFP for various activities.
If our proposal is accepted, we will obtain a performance bank guarantee in the format given in
the RFP document issued by a Scheduled Commercial Bank in India, acceptable to BELTRON,
for a sum equivalent to 10% of the total price as quoted in our financial proposal for the due
performance of the contract.
We agree for unconditional acceptance of all the terms and conditions set out in the RFP
document and also agree to abide by this tender response for a period of 180 days from the date
fixed for bid opening and it shall remain binding upon us with full force and virtue, until within
this period a formal contract is prepared and executed, this tender response, together with your
written acceptance thereof in your notification of award, shall constitute a binding contract
between us and BELTRON.
We confirm that the information contained in this proposal or any part thereof, including its
exhibits, schedules, and other documents and instruments delivered or to be delivered to
BELTRON is true, accurate, and complete. This proposal includes all information necessary to
ensure that the statements therein do not in whole or in part mislead BELTRON as to any
material fact.
BSEDC Tender Notice No: BELTRON/5292/2016

Page 114 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

We agree that you are not bound to accept the lowest or any tender response you may receive.
We also agree that you reserve the right in absolute sense to reject all or any of the products/
service specified in the tender response.
It is hereby confirmed that I/ We are entitled to act on behalf of our corporation/ company/
firm/ organization and empowered to sign this document as well as such other documents,
which may be required in this connection.
Dated this ____________ Day of 2016

(Signature)

(In the capacity of)

Having the Power of Attorney & duly authorized to sign the Tender Response for and on behalf
of:

(Name and Address of Company)

Seal/Stamp of bidder

Witness Signature:

Witness Name:
Witness Address:
CERTIFICATE AS TO AUTHORISED SIGNATORIES
I, certify that I am
of
the
,
and
that
who signed the above Bid is authorized to bind the
corporation by authority of its governing body.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 115 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

General Information
General Information of the Bidder
Requirements
Technical Bid

in Details

Remarks

Name of the Company /


Firm
Date of Incorporation
(Registration Number &
Registering Authority)
VAT No., CST No., PAN
No.
Legal Status of the Public Ltd Company /
Company in India & Private /Partnership firm
Nature of Business in
India
Address
Registered
India

of
the
Office in

Date of Commencement
of Business
Address of the office in
Bihar (if any)
Details of the Contact Name:
Person
E-mail id:
Phone number
Fax number
Web-Site
ISO certification issued
date and expiry date

Place:

Bidders signature and seal.

Date:
Name of the the Bidder:

BSEDC Tender Notice No: BELTRON/5292/2016

Page 116 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

BSEDC Tender Notice No: BELTRON/5292/2016

Page 117 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Declaration of Acceptance of Terms and Conditions in RFP


(in firm/ company letter head)
To,
Managing Director (MD)
Bihar State Electronics Development Corporation (BELTRON)
BELTRON Bhawan
Shastri Nagar
Patna 800023

Sir,
Subject: Selection of System Integrator O&M for BSWAN 2.0
Reference: Tender No: <TENDER REFERENCE NUMBER> Dated <DD/MM/YYYY>
Sir,
I have carefully gone through the Terms & Conditions contained in the RFP document [No.
..] regarding Selection of System Integrator for Operation and
Maintenance for BSWAN2.0.
I declare that all the provisions of this RFP/Tender Document are acceptable to my company. I
further certify that I am an authorized signatory of my company and am, therefore, competent
to make this declaration.

Yours faithfully,

(Signature of the Bidder)


Printed Name
Designation
Seal
Date:
Business Address:

BSEDC Tender Notice No: BELTRON/5292/2016

Page 118 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Undertaking on Not Being Black-Listed


This is to certify that << COMPANY NAME >> is not blacklisted by the Government of Bihar or
any of its agencies for any reasons whatsoever and not blacklisted by Central / any other
State/UT Government or its agencies for indulging in corrupt or fraudulent practices or for
indulging in unfair trade practices and not backed out from executing the work after award of
the work as on the 31st March 2016.

Company Secretary / Authorized Signatory


Name of Signatory:
Bidder Name:
Date
Place

BSEDC Tender Notice No: BELTRON/5292/2016

Page 119 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Undertaking on litigation(s) :
This is to certify that << COMPANY NAME >> is not involved in any major litigation that may
have an impact of affecting or compromising the delivery of services as required under this RFP.

Company Secretary / Authorized Signatory


Name of Signatory:
Bidder Name:
Date:
Place:

BSEDC Tender Notice No: BELTRON/5292/2016

Page 120 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Certificate of Incorporation and Commencement


Kindly attach Certificate of Incorporation and Certificate of Commencement issued by
Registrar of Companies.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 121 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Local Presence of Bidder


S.No.

Location Address

Phone/Fax Sales
Tax
Reg.
No.

Operational
since

1
2
N

BSEDC Tender Notice No: BELTRON/5292/2016

Page 122 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Bidders Annual Turnover


Annual Turnover calculation

(On Applicants Statutory Auditors letterhead)

Date:
This is to certify that we M/s--------------------- are the statutory Auditors of M/s----------- and that the
below mentioned calculations are true as per the Audited Financial Statements of M/s-------------- for the
below mentioned years.

S.No.
1
2

Annual
Sales 2013-2014
Turnover Calculation
Total Sales as per the
P/L A/c (A)
Less: Custom and/or
Excise Duty if included
in Total Sales as per P/L
A/c (B)
Less: Sales Tax if
included in Total Sales
as per P/L A/c (C)
Less: Any other statutory
taxes if included in Total
Sales as per P/L A/c (D)
Less: Any other income
from sources other than
the normal business
source if included in
Total Sales as per P/L
A/c (E)
Annual Turnover (F)
=(A)-(B)-(C)-(D)-(E)

2014-2015

2015-2016

The bidder is required to enclose the audit financial statements for these three years.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 123 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Bidders Net worth


Net Worth calculation

(On Applicants Statutory Auditors letterhead)

Date:
This is to certify that we M/s--------------------- are the statutory Auditors of M/s----------- and that the
below mentioned calculations are true as per the Audited Financial Statements of M/s-------------- for the
below mentioned years.

S.No.
1
2
3
4

Items
Paid up Share Capital as
per B/S (A)
Add: Free Reserves as per
B/S (B)
Less: Deferred Payment if
any as per B/S (C )
Amount of probable impact
on reserves due to audit
qualification (D)
Net Worth (F) =(A)+(B)(C)-(D)

2013-2014

BSEDC Tender Notice No: BELTRON/5292/2016

2014-2015

2015-2016

Page 124 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Place:

Bidders signature and seal.

Date:

Name of the SI:

Name of the Project:

Note: Please attach audited Balance Sheets and IT return statements to confirming the
figures mentioned in columns (2).

BSEDC Tender Notice No: BELTRON/5292/2016

Page 125 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Citations Format

Sl.
Item
No.
General Information
1
2

Details

Customer
Name/
Government Department
Details of Contact Person
Name:
Designation:
Email:
Phone:
Fax:
Mailing Address:

Project Details
3
4
5
6
7
8

Name of the project


Government/NonGovernment
Start Date/End Date
Current Status (work in
progress, completed)
Contract Tenure
Geographical Coverage
(No. of locations the
project covers)
Effort
involved
in
person-months in each
phase with average/peak
number of resources
deployed in each phase

Sl. No.

Activity

Effort

Size of the project


10

Order Value of the


project (in lakhs)
11
Please provide copies of
Work Order or Certificate
of
Completion
for
completed projects from
the customer
Brief description of scope of project (Highlight the Key Result Areas expected and
achieved)

I, the undersigned, certify that to the best of my knowledge and belief, this citation correctly
describes the project related details mentioned above and the entire software development
BSEDC Tender Notice No: BELTRON/5292/2016

Page 126 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

exercise was done using our own staff deployed under our payroll. That the project proposed
meets all requirements detailed in the relevant sections of the Qualification Criteria. I
understand that any willful misstatement described herein may lead to my disqualification or
dismissal, if engaged.
Signature of Authorized Signatory:

Date:

Note: Bidders are required to submit the citations in the above format in all the areas as
mentioned in Evaluation criteria

BSEDC Tender Notice No: BELTRON/5292/2016

Page 127 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Compliance Sheet:
Sl.
No
1

PRE-QUALIFICATION
CRITERIA

All proofs asked

REQUIRED DETAILS

COMPLIANCE

A letter on the bidders letterhead


i. Describing the prequalifying
technical competence and
experience of the bidder,

Yes/No

ii. certifying that the period of


validity of bids is 180 days
from the last date of submission of
bid,
iii. Asserting that the bidder is
Quoting for all the items mentioned
in the tender.

The bidder (each member of the


consortium) must be a company
registered in India (providing
Data
networks,
Telecommunications and/ or IT
facility management services)
under Indian Companies Act
1956 and should have been in
operation for a period of at least 5
years as on
31st March 2016.
The average annual turnover of
the Bidder/Prime Bidder (in
case of consortium) during the
last 3 financial years shall not be
less than INR 500 Crores from
provisioning of IT Infrastructure,
Network services and system
integration activities
The average annual turnover of

iv. accepting all terms of this RFP


Power-of-attorney granting
the person signing the bid, the
right to bind the bidder as the
Constituted attorney of the
Directorate.
Permanent Account Number
(PAN) from INCOME TAX
authorities of area of
Operation of the bidder.
Certificate of Incorporation from
ROC to be submitted.

Audited accounts of the company as


filed before the Registrar of
Companies. In case the breakup of
revenues is not available in the
manner required in the audited
balance Sheet, the Bidder shall
submit a certificate to this effect
from the statutory auditor/CA of the
company.
Audited accounts of the company as

BSEDC Tender Notice No: BELTRON/5292/2016

Yes/No

Yes/No

Yes/No

Yes/No

Yes/No
Page 128 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

the Bidder of (the consortium


partner
in
case
of
consortium) during the last 3
financial years shall not be less
than INR 125 Crores from
provisioning of
IT facility management services
and/or data networking activities
including
supplying
of
data
network
equipment and/or IT
infrastructure System
integration of data
network equipment and
/ or IT infrastructure
operations
and
maintenance/
facility
management of data
network
equipment
and/or IT
services
The Net worth (measured as
paid-up capital plus free reserves
less deferred payment and
contingent liability) of the
Bidder/Prime Bidder (lead
member of the consortium,
in case of consortium) shall
be positive as on the date of the
last audited Balance Sheet.
The Net worth (measured as
paid-up capital plus free reserves
less deferred payment and
contingent liability) of the Bidder
(member
other than the Prime Bidder of
the
Consortium,
in
case
of
consortium) shall be positive as
on the date of the last audited
Balance Sheet.
The Bidder (each member of
the consortium, in case of
consortium) should not have
been
blacklisted by the Government of
India or any state government or
any of its agencies for any

filed before the Registrar of


Companies. In case the breakup of
revenues is not available in the
manner required in the audited
balance Sheet, the Bidder shall
submit a certificate to this effect
from the statutory auditor/CA of the
company.

Audited financial statements for the


past three financial years or
certificate
from
Statutory
Auditors/CA Certificate.

Yes/No

Audited financial statements for the


past three financial years or
certificate
from
Statutory
Auditors/CA Certificate.

Yes/No

Undertaking from the Company


Secretary
or
the
Authorized
Signatory as per the format

Yes/No

BSEDC Tender Notice No: BELTRON/5292/2016

Page 129 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

10

11

12
13
14
15
16
17
18
19
20
21
22

reasons whatsoever and the


bidder should
Not have been blacklisted by
Central / any other State/UT
Government or its agencies for
indulging
in
corrupt
or
fraudulent practices or for
indulging
in
unfair
trade
practices as on the 31st May 2016.
The bidder firm (lead member
of the consortium, in case of
consortium) should
have successfully completed or
running for more than 1year any
one of the following:
1 project of minimum 400
WAN nodes
2 projects of minimum 250
WAN
nodes
3 projects of minimum 175
WAN
Nodes
The Prime bidder shall have ISO
9001:2008, and ISO 27001:2005
certification
Proposal Covering Letter
General Information
Declaration of Acceptance of
Terms and Conditions
Undertaking on Being Not BlackListed
Undertaking on office premises
Undertaking on Litigation(s)
Certificate of Incorporation and
Commencement
Local presence of Bidder
Bidders Annual Turnover
Bidders Net worth
Citation Format

PO/Work
Order/Agreement/Contact/Payment
receipt /Completion Certificate from
Client etc.

Yes/No

Copy of certificates

Yes/No

BSEDC Tender Notice No: BELTRON/5292/2016

Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No

Page 130 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Technical Bid:
Format for Statement of Deviation(s) from Prescribed Requirements
Date: dd/mm/yyyy
To,
Managing Diirector,
Bihar State Electronics Development Corporation (BELTRON)
BELTRON Bhawan
Shastri Nagar
Patna 800023
Reference:--------------------Sir,
There are no deviations (nil deviations) from the terms & conditions and requirement
specifications of tendered items and Schedule of requirement of the tender. All the terms and
Conditions of the tender are acceptable to us.

Signature of Authorized Signatory


Date:
Company Seal:

BSEDC Tender Notice No: BELTRON/5292/2016

Page 131 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Technical Solution offered by the Bidder


The Bidder shall provide their understanding of the BSWAN 2.0 requirements, Scope of the
work, Approach, Methodology, Project Management Plan, Risk Mitigation and the Solution
including the following and as per the details requested in the Annexure G

Connectivity Diagram
Network Architecture Diagram of the Bandwidth Service Providers network in Bihar
Plan to connect all locations mentioned in RFP

Details/CVs of key staff committed for the assignment


Sl.
No

Category

Project
Manager
Operations
Lead ( 2
Numbers)
Specialist (
Network)
Specialist (
Security)
Specialist (
Systems)
Network
Expert l2
Manager (
2
Numbers)
Help
Desk
Engineer
(
5
Numbers)

3
4
5
6

Qualification

Similar
Projects Years
of Role in the BSWAN
handled in past
Experience
2.0 Project
Name
Role
of
of
the
project individual

BSEDC Tender Notice No: BELTRON/5292/2016

Page 132 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Performance Guarantee
PERFORMANCE GUARANTEE

Ref:
Bank Guarantee No:
Date:

To
Managing Director,
Bihar State Electronics Development Corporation (BELTRON)
BELTRON Bhawan
Shastri Nagar
Patna 800023

1. Against contract vide Advance Acceptance of the Tender No. ________ Dated ______
covering RFP for Selection of System integrator for Operations and Maintenance of BSWAN
2.0 (hereinafter called the said 'contract') entered into between BELTRON, Government of
Bihar, (hereinafter called the Purchaser) and M/s._________________ , a Company
incorporated under the Companies Act, 1956 and having its
Registered Office
at
..................................................(hereinafter called the Bidder) this is to certify that at the request
of the Bidder we (name of the Bank / Branch .........................................................) a body
corporate constituted under the Banking
Companies [Acquisition
and Transfer of
Undertakings]
Act,
1970
and
having
its,
Registered
Office
at.....................................................................................
and
a
branch
office
at
................................................................................................ are holding in trust in favour of the
Purchaser, an amount of Rs.......................(Rupees
............................................................................................................. ...................only)
to indemnify and keep indemnified the Purchaser against any loss or damage that may be
caused to or suffered by the Purchaser by reason of any breach by the Bidder of any of the terms
and conditions of the said contract and/or in the performance thereof. We agree that the
decision of the Purchaser, whether by any breach of any of the terms and conditions of the said
contract and/or in the performance thereof has been committed by the Bidder and the amount
of loss or damage that has been caused or suffered by the Purchaser shall be final and binding
on us and the amount of the said loss or damage shall be paid by us forthwith on demand and
without demur to the Purchaser.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 133 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

2. We (Name of the Bank /Branch)........................................................ further agree that the


guarantee herein contained shall remain in full force and effect during the period that would be
taken for satisfactory performance and fulfillment in all respects of the said contract by the
Bidder i.e..till _________________ hereinafter called the said date and that if any claim
accrues or arises against us ______(Name of the Bank /Branch) by virtue of this guarantee
before the said date, the same shall be enforceable against us .........................(Name of the
Bank/Branch) notwithstanding the fact that the same is enforced within six months after the
said date, provided that notice of any such claim has been given to us .....................(Name of the
Bank/Branch) by the Purchaser before the said date. Payment under this guarantee shall be
made promptly upon our receipt of notice to that effect from the Purchaser.

3. It is fully understood that this guarantee is effective from the date of the said contract and that
we........................ (Name of the Bank /Branch) undertake not to revoke this guarantee during its
currency without the consent in writing of the Purchaser.
4. We undertake to pay to the Purchaser any money so demanded notwithstanding any dispute
or disputes raised by the Bidder in any suit or proceeding pending before any court or Tribunal
relating thereto our liability under this present bond being absolute and unequivocal.
5. The payment so made by us under this bond shall be a valid discharge of our liability for
payment there under and the Bidder shall have no claim against us for making such payment.
6. We .....................(Name of the Bank / Branch) further agree that the Purchaser shall have the
fullest liberty, without affecting in any manner our obligations hereunder to vary any of the
terms and conditions of the said contract or to extend time of performance by the Bidder from
time to time or to postpone for any time or from time to time any of the powers exercisable by
the Purchaser against the said Bidder and to forebear or enforce any of the terms and conditions
relating to the said contract and we, .....................................(Name of the Bank / Branch) shall
not be released from our liability under this guarantee by reason of any such variation or
extension being granted to the said Bidder or for any forbearance by the Purchaser to the said
Bidder or for any forbearance and or omission on the part of the Purchaser or any other matter
or thing whatsoever, which under the law relating to sureties, would, but for this provision have
the effect of so releasing us from our liability under this guarantee.
7. This guarantee will not be discharged due to the change in the constitution of the Bank or the
Bidder.
Notwithstanding anything contained herein:
i) Our liability under this Bank Guarantee shall not exceed of Rs............................... (Rupees in
words only).
ii). The Bank Guarantee shall be valid up to ...........................; and;
iii) We........................................... (Name of the Bank / Branch) are liable to pay the guaranteed
amount or any part thereof under this Bank Guarantee only and only if you serve upon us a
written claim or demand on or before ##......................................
BSEDC Tender Notice No: BELTRON/5292/2016

Page 134 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Authorised Signatory of the Bank

Signature
Full name/designation/ Address of the official
and date

WITNESS NO. 1

Signature
Full name/designation/ Address

WITNESS NO. 2

Signature
Full name/designation/ Address
Form T5 OEM Market Share / Reputation

S.No.

OEM

Market Share in Routers, Switches, , NMS,


Security,
Servers,
Multimedia,
Video
Conferencing, Proxy Server, Antivirus and
Unified Threat Management Box.

1.
2.
3.
4.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 135 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Document Attached
Latest Forrester, IDC and Gartner report for all the segments mentioned above.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 136 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Components Offered - BOM


Please fill the following BOM for all components.
Sl. No

Product ( with details about


brand, make and model )

OEM ( Name and Detailed


Address )
Specification
Reference**

1
2
3
4
5
.
.
** Please attach detailed specifications and provide reference number in this column.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 137 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Form T7 Project Management Plan


Detailed Description of Project Management Plan
The Bidder shall give a detailed description of Project Management Plan it
plans to implement as part of the BSWAN 2.0 requirement. Any Best
practices that it would use could also be mentioned. Typical questions that
would need to be answered include:
(i)

What kind of hierarchy for Project Management does the Bidder


propose?

(ii)

What issues generally arise with regard to WAN project


management and how do you plan to handle such issues?

(iii)

How the Bidder plans to mitigate any risks with regard to project
management?

BSEDC Tender Notice No: BELTRON/5292/2016

Page 138 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Form T8 Implementation Schedule


Bidder would need to refer (Project Implementation Plan) and provide timelines accordingly.

Activity

BSEDC Tender Notice No: BELTRON/5292/2016

Time Line by which Activity


would be completed (Assume
T as the date of issue of
Government Order)

Page 139 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Form T9 Proposed Project Team


Description of Core Project Team
Bidder shall provide a detailed description of the proposed Project Team to be deployed for the
BSWAN2.0 project. The description should include details about the Project Team Hierarchy
and a detailed explanation of the role to be played by each individual that would be part of the
BSWAN project. Details at SHQ Resources inclusive of Project Manager shall be furnished as
part of this form and remaining information will be for reference only. Proposed details of all
other resources shall also be furnished as part of this form. This would include a detailed
description of Resources as described below and attached resumes of the resources.
Kindly fill the table provided below accordingly.

Sl
.
N
o

Category

Numbe
r of
resourc
es

Name
of the
resour
ce

Qual
ifi
catio
n

Certif
ic
ation

Similar
Projects
handled in past

Nam
e of
proje
ct
1
2

3
4
5

Project Manager
/Specialists/Opera
tional
Managers/Networ
k Engineers ( L2)
Help
Desk
Engineer
District
PoP
Engineer
Block
PoP
Engineer

Years of
Experie
nce

Role
in the
BSWA
N
Projec
t

Role of
the
individ
ual

1
N

During deployment of resources, the successful bidder shall adhere to the qualification and
certification stated in the above table.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 140 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

OEM Plans and Methodology


OEM Plans and Methodology
A detailed description of the OEM plans and methodology needs to be
provided.
1) OEM would need to give a detailed description of various processes and
methodologies it uses with regard to network equipment supply and
monitoring.
2) Does the OEM have plans to set up spare depots in Bihar if not already
present? Also, what other future plans does the OEM have with regard to
Bihar in particular?
3) The OEM should provide local support information in India for the
equipment supplied.
4) The OEM should provide support information for problem logging,
troubleshooting and problem resolution.
5) Explanation of the arrangements that the OEM has with the Bidder on
operations and maintenance.
6) The OEM should give a clear picture of the product roadmap for all
equipment proposed and verify that the proposed equipment is the latest
version and has five years of guaranteed support (details of End of Sale
and End of Support of the proposed equipment)

BSEDC Tender Notice No: BELTRON/5292/2016

Page 141 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

OEM Warranty
OEM Warranty
The Bidder would need to attach warranty certificates of the new equipment that it
proposes to supply to operationalize BSWAN 2.0
1) Routers
2) Switches
3) Firewall
4) Antivirus
5) Video Conferencing
6) Proxy Server
7) Modem
8) Unified Threat Management Box
9) Desktop and Servers
10) IP PBX and Centralized Management

BSEDC Tender Notice No: BELTRON/5292/2016

Page 142 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Helpdesk and Fault Correction Plan


Helpdesk and Fault Correction Plan
Bidder shall provide a detailed description of the proposed Helpdesk and
Fault Correction plan for the BSWAN2.0 project. The description should
include the following
details about the methodology to be used in
implementing the Helpdesk System:
(i)

A brief about the basic responsibilities of the Helpdesk and what it


plans to achieve

(ii)

Description of the Helpdesk procedures and processes.

(iii)

Detailed Roles and responsibilities of the Helpdesk personnel.

(iv)

A description about how a fault would be typically attended to and


rectified.

(v)

Various faults that could be expected and measures that would be


taken to alleviate or rectify them.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 143 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Authorization Letters from all OEMs

Date: dd/mm/yyyy
To,
Managing Director,
Bihar State Electronics Development Corporation (BELTRON)
BELTRON Bhawan
Shastri Nagar
Patna 800023

Reference: Supply of equipment/softwares for BSWAN 2.0 project


Sir,
We _______________________, (name and address of the manufacturer) who are
established and reputed manufacturers of __________________ having factories at
__________________ (addresses of manufacturing locations) do hereby authorize M/s
_______________________ (name and address of the bidder) to bid, negotiate and
conclude the contract with you against the above mentioned tender for the above equipment
manufactured by us.

Yours faithfully,

For and on behalf of M/s __________________________(Name of the


manufacturer)
Signature
Name
Designation
Address
Date

Directorate Seal
Note: This letter of authority should be on the letterhead of the concerned manufacturer and
should be signed by a person competent and having the power of attorney to bind the
manufacturer.
BSEDC Tender Notice No: BELTRON/5292/2016

Page 144 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

OEMs Support Form


Date: dd/mm/yyyy
To,
Managing Director,
Bihar State Electronics Development Corporation (BELTRON)
BELTRON Bhawan
Shastri Nagar
Patna 800023

Reference: Supply of equipment/software for BSWAN 2.0 project

Sir,
We _______________________, (name and address of the manufacturer) who are
established and reputed manufacturers of __________________ having factories at
__________________ (addresses of manufacturing locations) do hereby assure that we
would support our equipment and freely upgrade them for a period of five years of Operations
and Maintenance, from the date of supply of the equipment, by M/s
_______________________ (name and address of the bidder) who has proposed to use for
BSWAN 2.0 project or his successor. We would also adhere to the timelines for maintenance as
indicated in the OEM Criteria in this RFP by closely working with the bidder or his successor
for a period of five years from the date of supply of the equipment. We abide by the commercials
quoted by the bidder towards AMC charges for five years from the date of supply of
equipment(s).

Yours faithfully,

For and on behalf of M/s __________________________(Name of the


manufacturer)
Signature
Name
Designation
Address

BSEDC Tender Notice No: BELTRON/5292/2016

Page 145 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Date

Directorate Seal
Note: This letter of authority should be on the letterhead of the concerned manufacturer and
should be signed by a person competent and having the power of attorney to bind the
manufacturer.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 146 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Warranty
(On the bidders Letterhead)

We warrant that the equipment(s) supplied under the contract would be newly manufactured,
free from all encumbrances, defects and faults in material or workmanship or manufacture,
shall be of the highest grade and quality, shall be consistent with the established and generally
accepted standards for materials of the type ordered, shall be in full conformity with the
specifications, drawings of samples, if any, and shall operate as designed. We shall be fully
responsible for its efficient and effective operation. We also warrant that the services provided
under the contract shall be as per the Service Level Agreement (SLA) with GoB. This warranty
shall survive inspection of and payment for, and acceptance of the Equipment and Services and
shall expire only after 5 years after their successful installation and acceptance by GoB.
We warrant that all services to be provided under the contract shall be as per our Service Level
Agreement (SLA) with GoB. This warranty on services provided shall remain valid for the entire
duration of the services contract from the date of acceptance by GoB.
The obligations under the warranty expressed above shall include all costs relating to labour,
spares, maintenance (preventive as well as unscheduled), and transport charges from site to
manufacturers works / service facilities and back for repair or modification or replacement at
site of the equipment or any part of the equipment, which under normal care and proper use
and maintenance proves defective in design, material or workmanship or fails to operate
effectively and efficiently or conform to the specifications and for which notice is promptly given
by GoB to us (bidder). We shall provide on-site support for all the equipment and services
supplied hereunder during the period of this warranty (5 years after acceptance for equipment
and entire service period for services).

_________________

Authorized Signatory
Name

Designation:

BSEDC Tender Notice No: BELTRON/5292/2016

Page 147 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Commercial Bid
Network Equipment and other forms
Refer to the excel sheet provided as annexure L

BSEDC Tender Notice No: BELTRON/5292/2016

Page 148 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

19 ANNEXURE A LIST OF POPS


SL NO

DHQ Name

BHQ Name

Type of PoP
(DHQ/BHQ)

Araria

Araria

DHQ

Araria

Bhargava

BHQ

Araria

Forbesganj

BHQ

Araria

Jokihart

BHQ

Araria

Kurshakta

BHQ

Araria

Narpatganj

BHQ

Araria

Palasi

BHQ

Araria

Raniganj

BHQ

Arwal

Arwal

DHQ

10

Arwal

ArwalBlock

BHQ

11

Arwal

Kaler

BHQ

12

Arwal

Karpi

BHQ

13

Arwal

Kurtha

BHQ

14

Aurangabad

Aurangabad

DHQ

15

Aurangabad

AurangabadBlock

BHQ

16

Aurangabad

Barun

BHQ

17

Aurangabad

Daudnagar

BHQ

18

Aurangabad

DaudnagarBlock

BHQ

19

Aurangabad

Deo

BHQ

20

Aurangabad

Goh

BHQ

21

Aurangabad

Haspura

BHQ

22

Aurangabad

Kutumba

BHQ

23

Aurangabad

MadanPur

BHQ

24

Aurangabad

Navinagar

BHQ

25

Aurangabad

Obra

BHQ

26

Aurangabad

Rafiganj

BHQ

27

Banka

Banka

DHQ

28

Banka

Amarpur

BHQ

29

Banka

BankaBlock

BHQ

30

Banka

Belhar

BHQ

31

Banka

Bousi

BHQ

32

Banka

Brahat

BHQ

33

Banka

Chandan

BHQ

34

Banka

Katoria

BHQ

35

Banka

Rajoun

BHQ

36

Begusarai

Begusarai

DHQ

BSEDC Tender Notice No: BELTRON/5292/2016

Page 149 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider


37

Begusarai

Bachwara

BHQ

38

Begusarai

BakhriSDO

BHQ

39

Begusarai

BaliaBlock

BHQ

40

Begusarai

Ballia

BHQ

41

Begusarai

Barauni

BHQ

42

Begusarai

Begusaraiblock

BHQ

43

Begusarai

Bhagawanpur

BHQ

44

Begusarai

Birpur

BHQ

45

Begusarai

Chaurahi

BHQ

46

Begusarai

Cheriyabariyapur

BHQ

47

Begusarai

Dhandari

BHQ

48

Begusarai

Garhpura

BHQ

49

Begusarai

Kodawanpur

BHQ

50

Begusarai

Manjhaul

BHQ

51

Begusarai

Mansoorchak

BHQ

52

Begusarai

Matihani

BHQ

53

Begusarai

Navkothi

BHQ

54

Begusarai

Sahebpurkamal

BHQ

55

Begusarai

Teghra

BHQ

56

Begusarai

Teghrablock

BHQ

57

Bhagalpur

Bhagalpur

DHQ

58

Bhagalpur

Bihpur

BHQ

59

Bhagalpur

Guradhi

BHQ

60

Bhagalpur

Jagdishpur

BHQ

61

Bhagalpur

Kahalgaun

BHQ

62

Bhagalpur

Kharik

BHQ

63

Bhagalpur

Nathnagar

BHQ

64

Bhagalpur

Navgachiya

BHQ

65

Bhagalpur

Sabour

BHQ

66

Bhagalpur

Sahkund

BHQ

67

Bhagalpur

Sanhoula

BHQ

68

Bhagalpur

Sultanganj

BHQ

69

Bhojpur

Bhojpur

DHQ

70

Bhojpur

Agiaon

BHQ

71

Bhojpur

Arasadar

BHQ

72

Bhojpur

Bihiyan

BHQ

73

Bhojpur

Garhani

BHQ

74

Bhojpur

Jagadishpur

BHQ

75

Bhojpur

Koilwar

BHQ

76

Bhojpur

Piro

BHQ

77

Bhojpur

Sahar

BHQ

BSEDC Tender Notice No: BELTRON/5292/2016

Page 150 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider


78

Bhojpur

Shahpur

BHQ

79

Bhojpur

Udwantnagar

BHQ

80

Buxar

Buxar

DHQ

81

Buxar

Barhampur

BHQ

82

Buxar

Buxarsadar

BHQ

83

Buxar

Chakki

BHQ

84

Buxar

Chausa

BHQ

85

Buxar

Chungai

BHQ

86

Buxar

Dumroan

BHQ

87

Buxar

Itardhi

BHQ

88

Buxar

Kesat

BHQ

89

Buxar

Navanagar

BHQ

90

Buxar

Rajpurblock

BHQ

91

Buxar

Simri

BHQ

92

Darbhanga

Darbhanga

DHQ

93

Darbhanga

Alinagar

BHQ

94

Darbhanga

Bahadurpur

BHQ

95

Darbhanga

Baheri

BHQ

96

Darbhanga

Benipur

BHQ

97

Darbhanga

BenipurBlock

BHQ

98

Darbhanga

Biraul

BHQ

99

Darbhanga

DarvangaBlock

BHQ

100

Darbhanga

Gaurabauram

BHQ

101

Darbhanga

HanumanNagar

BHQ

102

Darbhanga

Hayaghat

BHQ

103

Darbhanga

Jale

BHQ

104

Darbhanga

Keoti

BHQ

105

Darbhanga

Kusheswarsthaneast

BHQ

106

Darbhanga

KusheswarSthanWest

BHQ

107

Darbhanga

Manigachi

BHQ

108

Darbhanga

Tardih

BHQ

109

Gaya

Gaya

DHQ

110

Gaya

Amas

BHQ

111

Gaya

BankeBazar

BHQ

112

Gaya

Barachatti

BHQ

113

Gaya

Belagunj

BHQ

114

Gaya

Bodhgaya

BHQ

115

Gaya

Dumaria

BHQ

116

Gaya

Fatehpur

BHQ

117

Gaya

GayaBlock

BHQ

118

Gaya

Guraru

BHQ

BSEDC Tender Notice No: BELTRON/5292/2016

Page 151 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider


119

Gaya

Gurua

BHQ

120

Gaya

Imamganj

BHQ

121

Gaya

Khigersarai

BHQ

122

Gaya

Konch

BHQ

123

Gaya

Manpur

BHQ

124

Gaya

Mohanpur

BHQ

125

Gaya

Mohra

BHQ

126

Gaya

Paraiya

BHQ

127

Gaya

Sherghati

BHQ

128

Gaya

SherghatiBlock

BHQ

129

Gaya

Tankuppa

BHQ

130

Gaya

Tekari

BHQ

131

Gaya

Wazirganj

BHQ

132

Gopalganj

Gopalganj

DHQ

133

Gopalganj

Baikunthapur

BHQ

134

Gopalganj

Barauli

BHQ

135

Gopalganj

Bhore

BHQ

136

Gopalganj

Fulwaria

BHQ

137

Gopalganj

GopalganjBlock

BHQ

138

Gopalganj

Hathwa

BHQ

139

Gopalganj

HathwaBlock

BHQ

140

Gopalganj

Kateya

BHQ

141

Gopalganj

Kuchaikot

BHQ

142

Gopalganj

Manja

BHQ

143

Gopalganj

Pachdewari

BHQ

144

Gopalganj

Sidhawlie

BHQ

145

Gopalganj

Thabay

BHQ

146

Gopalganj

Uchkagawn

BHQ

147

Gopalganj

Vijeepur

BHQ

148

Jamui

Jamui

DHQ

149

Jamui

Barhat

BHQ

150

Jamui

Chakai

BHQ

151

Jamui

Gidhaur

BHQ

152

Jamui

Islamnagaraliganj

BHQ

153

Jamui

JamuiBDO

BHQ

154

Jamui

JamuiSDO

BHQ

155

Jamui

Jhajha

BHQ

156

Jamui

Khaira

BHQ

157

Jamui

Lakshmipur

BHQ

158

Jamui

Sikandra

BHQ

159

Jamui

Sono

BHQ

BSEDC Tender Notice No: BELTRON/5292/2016

Page 152 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider


160

Jehanabad

Jehanabad

DHQ

161

Jehanabad

Ghoshi

BHQ

162

Jehanabad

JahanabadBlock

BHQ

163

Jehanabad

Kako

BHQ

164

Jehanabad

Makdumpur

BHQ

165

Jehanabad

Ratnifaridpur

BHQ

166

Kaimur

Kaimur

DHQ

167

Kaimur

Adhaura

BHQ

168

Kaimur

Bhabua

BHQ

169

Kaimur

Bhagabanpur

BHQ

170

Kaimur

Chainpur

BHQ

171

Kaimur

Chand

BHQ

172

Kaimur

Durgawati

BHQ

173

Kaimur

Kurda

BHQ

174

Kaimur

Mohania

BHQ

175

Kaimur

Nuawon

BHQ

176

Kaimur

Ramgarh

BHQ

177

Kaimur

Rampur

BHQ

178

Katihar

Katihar

DHQ

179

Katihar

Azmnagar

BHQ

180

Katihar

Barari

BHQ

181

Katihar

Barsoui

BHQ

182

Katihar

Danakhore

BHQ

183

Katihar

Falka

BHQ

184

Katihar

Hasanganj

BHQ

185

Katihar

Kadwa

BHQ

186

Katihar

KatiharBlock

BHQ

187

Katihar

Kodha

BHQ

188

Katihar

Manihari

BHQ

189

Katihar

Mansahi

BHQ

190

Katihar

Pranpur

BHQ

191

Khagaria

Khagaria

DHQ

192

Khagaria

Alauli

BHQ

193

Khagaria

Beldaur

BHQ

194

Khagaria

Chautham

BHQ

195

Khagaria

Gogari

BHQ

196

Khagaria

KhagariaBlock

BHQ

197

Khagaria

Mansi

BHQ

198

Khagaria

Parbatta

BHQ

199

Kishanganj

Kishanganj

DHQ

200

Kishanganj

Dighalbank

BHQ

BSEDC Tender Notice No: BELTRON/5292/2016

Page 153 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider


201

Kishanganj

KishanganjBlock

BHQ

202

Kishanganj

KochaDhaman

BHQ

203

Kishanganj

Pothia

BHQ

204

Kishanganj

Thakurganj

BHQ

205

Lakhisarai

Lakhisarai

DHQ

206

Lakhisarai

Barahia

BHQ

207

Lakhisarai

Chananbanu

BHQ

208

Lakhisarai

Halsi

BHQ

209

Lakhisarai

Pipariya

BHQ

210

Lakhisarai

Ramgarhchowle

BHQ

211

lakhisarai

suryagarha

BHQ

212

Madhepura

Madhepura

DHQ

213

Madhepura

Alamgarh

BHQ

214

Madhepura

Bihariganj

BHQ

215

Madhepura

ChausaBlock

BHQ

216

Madhepura

Ghailer

BHQ

217

Madhepura

Gwalpara

BHQ

218

Madhepura

MadhepuraBlock

BHQ

219

Madhepura

Puraini

BHQ

220

Madhepura

Singheswar

BHQ

221

Madhubani

Madhubani

DHQ

222

Madhubani

Andhra-Thardhi

BHQ

223

Madhubani

Babubarhi

BHQ

224

Madhubani

Bassopatti

BHQ

225

Madhubani

Benipatti

BHQ

226

Madhubani

BenipattiBlock

BHQ

227

Madhubani

Ghoghardiha

BHQ

228

Madhubani

Harlakhi

BHQ

229

Madhubani

Jaynagar

BHQ

230

Madhubani

JaynagarBlock

BHQ

231

Madhubani

Jhanjharpur

BHQ

232

Madhubani

JhanjharpurBlock

BHQ

233

Madhubani

Khajauli

BHQ

234

Madhubani

Khutona

BHQ

235

Madhubani

Ladania

BHQ

236

Madhubani

Lakhnour

BHQ

237

Madhubani

Laukhi

BHQ

238

Madhubani

Madhepur

BHQ

239

Madhubani

Madhwapur

BHQ

240

Madhubani

PhulparasBlock

BHQ

241

Madhubani

Phulpras

BHQ

BSEDC Tender Notice No: BELTRON/5292/2016

Page 154 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider


242

Madhubani

Pondoul

BHQ

243

Madhubani

Rajnagar

BHQ

244

Munger

Munger

DHQ

245

Munger

Bariarpur

BHQ

246

Munger

Dharahra

BHQ

247

Munger

MungerBlock

BHQ

248

Munger

Sangrampur

BHQ

249

Munger

Tarapur

BHQ

250

Muzzaffarpur

Muzzaffarpur

DHQ

251

Muzzaffarpur

Bandra

BHQ

252

Muzzaffarpur

Bocha

BHQ

253

Muzzaffarpur

Gaighat

BHQ

254

Muzzaffarpur

Kanti

BHQ

255

Muzzaffarpur

Katara

BHQ

256

Muzzaffarpur

Kurhani

BHQ

257

Muzzaffarpur

Marwan

BHQ

258

Muzzaffarpur

Meenapur

BHQ

259

Muzzaffarpur

Motipur

BHQ

260

Muzzaffarpur

Muraul

BHQ

261

Muzzaffarpur

Mushahari

BHQ

262

Muzzaffarpur

MuzzaffarpurSDO

BHQ

263

Muzzaffarpur

Orai

BHQ

264

Muzzaffarpur

Paru

BHQ

265

Muzzaffarpur

Sahebganj

BHQ

266

Muzzaffarpur

Sakara

BHQ

267

Muzzaffarpur

Saraiya

BHQ

268

Nalanda

Nalanda

DHQ

269

Nalanda

Asthawa

BHQ

270

Nalanda

Ben

BHQ

271

Nalanda

BiharSharif

BHQ

272

Nalanda

Bind

BHQ

273

Nalanda

Chandi

BHQ

274

Nalanda

Ekangrasarai

BHQ

275

Nalanda

Giryak

BHQ

276

Nalanda

Harnawt

BHQ

277

Nalanda

Hilsa

BHQ

278

Nalanda

HilsaBlock

BHQ

279

Nalanda

Islampur

BHQ

280

Nalanda

Karyparsurai

BHQ

281

Nalanda

Katrisarai

BHQ

282

Nalanda

Nagarnausa

BHQ

BSEDC Tender Notice No: BELTRON/5292/2016

Page 155 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider


283

Nalanda

Nursarai

BHQ

284

Nalanda

Parwalpur

BHQ

285

Nalanda

Rahui

BHQ

286

Nalanda

RajgirBDO

BHQ

287

Nalanda

RajgirSDO

BHQ

288

Nalanda

Sarmera

BHQ

289

Nalanda

Silao

BHQ

290

Nalanda

Tharthari

BHQ

291

Nawada

Nawada

DHQ

292

Nawada

Akbarpur

BHQ

293

Nawada

Govindpur

BHQ

294

Nawada

Hisua

BHQ

295

Nawada

Kansichak

BHQ

296

Nawada

Kawakol

BHQ

297

Nawada

Meskour

BHQ

298

Nawada

Nardiganj

BHQ

299

Nawada

Narhat

BHQ

300

Nawada

Pakaribarawan

BHQ

301

Nawada

Rajauli

BHQ

302

Nawada

Roh

BHQ

303

Nawada

Sirdala

BHQ

304

Nawada

Warisaliganj

BHQ

305

PaschimChamparan

PaschimChamparan

DHQ

306

PaschimChamparan

Bagaha-1

BHQ

307

PaschimChamparan

Bagaha-2

BHQ

308

PaschimChamparan

Bairiya

BHQ

309

PaschimChamparan

BetiahBlock

BHQ

310

Paschimchamparan

Bhitha

BHQ

311

PaschimChamparan

Chanpatia

BHQ

312

PaschimChamparan

Gaunaha

BHQ

313

PaschimChamparan

Lauria

BHQ

314

Paschimchamparan

MadhubaniBlock

BHQ

315

PaschimChamparan

Mainatand

BHQ

316

PaschimChamparan

Majhawlia

BHQ

317

PaschimChamparan

Narkatiaganj

BHQ

318

PaschimChamparan

Nautan

BHQ

319

Paschimchamparan

Piprasi

BHQ

320

PaschimChamparan

Ramnagar

BHQ

321

PaschimChamparan

Sikta

BHQ

322

Paschimchamparan

Thakraha

BHQ

323

Paschimchamparan

Yogapatti

BHQ

BSEDC Tender Notice No: BELTRON/5292/2016

Page 156 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider


324

Patna

Athmangola

BHQ

325

Patna

Bakhtiyarpur

BHQ

326

Patna

BarhBDO

BHQ

327

Patna

Bihta

BHQ

328

Patna

Bikramganj

BHQ

329

Patna

DanapurBDO

BHQ

330

Patna

DanapurSDO

BHQ

331

Patna

Dhanarua

BHQ

332

Patna

Dhaniyama

BHQ

333

Patna

Dulinbazar

BHQ

334

Patna

Fatua

BHQ

335

Patna

Khusurupur

BHQ

336

Patna

Maner

BHQ

337

Patna

MasaurhiBlock

BHQ

338

Patna

Mashauri

BHQ

339

Patna

Mokama

BHQ

340

Patna

Naubathpur

BHQ

341

Patna

PaliganjBDO

BHQ

342

Patna

Pandarak

BHQ

343

Patna

PatnaSadarBlock

BHQ

344

Patna

PatnaSadarSDO

BHQ

345

Patna

Phulwarisharif

BHQ

346

Patna

Punpun

BHQ

347

Patna

Sampatchak

BHQ

348

PurbaChamparan

PurbaChamparan

DHQ

349

Purbachamparan

Adapur

BHQ

350

Purbachamparan

Areraj

BHQ

351

PurbaChamparan

ArerajBlock

BHQ

352

Purbachamparan

Banjariya

BHQ

353

Purbachamparan

Bankatwa

BHQ

354

PurbaChamparan

ChakiaBlock

BHQ

355

Purbachamparan

ChakiaSDO

BHQ

356

PurbaChamparan

Chauradano

BHQ

357

PurbaChamparan

Chiraiya

BHQ

358

Purbachamparan

Dhaka

BHQ

359

PurbaChamparan

DhakaBlock

BHQ

360

Purbachamparan

Ghorasahan

BHQ

361

Purbachamparan

Harsidhi

BHQ

362

Purbachamparan

Kalyanpur

BHQ

363

PurbaChamparan

Keshariya

BHQ

364

PurbaChamparan

Madhuban

BHQ

BSEDC Tender Notice No: BELTRON/5292/2016

Page 157 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider


365

Purbachamparan

Mishi

BHQ

366

PurbaChamparan

MotihariBlock

BHQ

367

PurbaChamparan

Paharpur

BHQ

368

PurbaChamparan

Pakridayal

BHQ

369

PurbaChamparan

Pakridyal

BHQ

370

PurbaChamparan

Patahi

BHQ

371

PurbaChamparan

Phenerah

BHQ

372

Purbachamparan

Piprakhoti

BHQ

373

Purbachamparan

Ramgarhwa

BHQ

374

PurbaChamparan

Raxaul

BHQ

375

PurbaChamparan

RaxualBlock

BHQ

376

PurbaChamparan

SangrampurBlock

BHQ

377

PurbaChamparan

Sugauli

BHQ

378

PurbaChamparan

Tetaria

BHQ

379

Purbachamparan

Turkauliya

BHQ

380

Purnea

Purnea

DHQ

381

Purnea

Amour

BHQ

382

Purnea

Baisa

BHQ

383

Purnea

Baisi

BHQ

384

Purnea

Banmankhi

BHQ

385

Purnea

Barharakoathi

BHQ

386

Purnea

Bhawanipur

BHQ

387

Purnea

Dagrua

BHQ

388

Purnea

Dhamdaha

BHQ

389

Purnea

Jalalgarh

BHQ

390

Purnea

Kasba

BHQ

391

Purnea

Knagar

BHQ

392

Purnea

PurniaBlock

BHQ

393

Purnea

Rupoli

BHQ

394

Purnea

Srinagar

BHQ

395

Rohtas

Rohtas

DHQ

396

Rohtas

Akorhigola

BHQ

397

Rohtas

BikramganjBDO

BHQ

398

Rohtas

Chennari

BHQ

399

Rohtas

Dawath

BHQ

400

Rohtas

Dehri

BHQ

401

Rohtas

Dinara

BHQ

402

Rohtas

Karakat

BHQ

403

Rohtas

karghar

BHQ

404

Rohtas

Kochas

BHQ

405

Rohtas

Nasriganj

BHQ

BSEDC Tender Notice No: BELTRON/5292/2016

Page 158 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider


406

Rohtas

Nauhatta

BHQ

407

Rohtas

Nokha

BHQ

408

Rohtas

Rajpur

BHQ

409

Rohtas

Rohtasgarh

BHQ

410

Rohtas

Sasaram

BHQ

411

Rohtas

Seojholi

BHQ

412

Rohtas

Seosagar

BHQ

413

Rohtas

Tilauthu

BHQ

414

Saharsa

Saharsa

DHQ

415

Saharsa

BanmaIthari

BHQ

416

Saharsa

Kahara

BHQ

417

Saharsa

Mahishi

BHQ

418

Saharsa

Navhatta

BHQ

419

Saharsa

Patharghat

BHQ

420

Saharsa

Salkhua

BHQ

421

Saharsa

Sattar-Kataiya

BHQ

422

Saharsa

Saurbazar

BHQ

423

Saharsa

Simri-Bakhtiyarpur

BHQ

424

Saharsa

Sonbarsablock

BHQ

425

Samastipur

Samastipur

DHQ

426

Samastipur

Bethani

BHQ

427

Samastipur

DalsinghsaraiBlock

BHQ

428

Samastipur

DalsinghsaraiSDO

BHQ

429

Samastipur

Hasanpur

BHQ

430

Samastipur

KalyanpurBDO

BHQ

431

Samastipur

Khanpur

BHQ

432

Samastipur

MohiuddinNagar

BHQ

433

Samastipur

Mohonpur

BHQ

434

Samastipur

Morawa

BHQ

435

Samastipur

Pusa

BHQ

436

Samastipur

Rosara

BHQ

437

Samastipur

RosaraBlock

BHQ

438

Samastipur

Sahpurpatori

BHQ

439

Samastipur

SahpurpatoriBlock

BHQ

440

Samastipur

Samastipurblock

BHQ

441

Samastipur

SaraiRanjan

BHQ

442

Samastipur

Shivajinagar

BHQ

443

Samastipur

Tajpur

BHQ

444

Samastipur

Ujiarpur

BHQ

445

Samastipur

Vidyapatinagar

BHQ

446

Samastipur

Warisnagar

BHQ

BSEDC Tender Notice No: BELTRON/5292/2016

Page 159 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider


447

Saran

Saran

DHQ

448

Saran

Amnour

BHQ

449

Saran

Baniyapur

BHQ

450

Saran

ChapraBlock

BHQ

451

Saran

Dariyapur

BHQ

452

Saran

Ekma

BHQ

453

Saran

Esuapur

BHQ

454

Saran

Grakha

BHQ

455

Saran

Jalalpur

BHQ

456

Saran

Maker

BHQ

457

Saran

Manjhi

BHQ

458

Saran

Marhuara

BHQ

459

Saran

Masarkha

BHQ

460

Saran

Nagara

BHQ

461

Saran

Parasa

BHQ

462

Sheikhpura

Sheikhpura

DHQ

463

Sheikhpura

Ariari

BHQ

464

Sheikhpura

Barbigha

BHQ

465

Sheikhpura

Chewra

BHQ

466

Sheikhpura

Ghatkusumbha

BHQ

467

Sheikhpura

Shekhopursarai

BHQ

468

Sheikhpura

ShekpuraBlock

BHQ

469

Sheohar

Sheohar

DHQ

470

Sheohar

Dumri-Katrisarai

BHQ

471

Sheohar

Piprahi

BHQ

472

Sheohar

Punrahia

BHQ

473

Sheohar

SheoharBlock

BHQ

474

Sheohar

Taryani

BHQ

475

Sitamarhi

Sitamarhi

DHQ

476

Sitamarhi

Bairgania

BHQ

477

Sitamarhi

Bathnaha

BHQ

478

Sitamarhi

Bazpatti

BHQ

479

Sitamarhi

Belsand

BHQ

480

Sitamarhi

BelsandBlock

BHQ

481

Sitamarhi

Chorout

BHQ

482

Sitamarhi

Dumrablock

BHQ

483

Sitamarhi

Mejarganj

BHQ

484

Sitamarhi

Parihar

BHQ

485

Sitamarhi

Pupriblock

BHQ

486

Sitamarhi

Riga

BHQ

487

Sitamarhi

RunniSaidpur

BHQ

BSEDC Tender Notice No: BELTRON/5292/2016

Page 160 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider


488

Sitamarhi

Sonbarsa

BHQ

489

Sitamarhi

Suppi

BHQ

490

Sitamarhi

Sursand

BHQ

491

Siwan

Siwan

DHQ

492

Siwan

Ander

BHQ

493

Siwan

Barharia

BHQ

494

Siwan

Basantpur

BHQ

495

Siwan

Darauli

BHQ

496

Siwan

Daraunda

BHQ

497

Siwan

Giradai

BHQ

498

Siwan

Goriakothi

BHQ

499

Siwan

Guthni

BHQ

500

Siwan

HasanpurBlock

BHQ

501

Siwan

Husainganj

BHQ

502

Siwan

Lakrinabiganj

BHQ

503

Siwan

Maharajganj

BHQ

504

Siwan

MaharajganjBlock

BHQ

505

Siwan

Mairwa

BHQ

506

Siwan

Noutan

BHQ

507

Siwan

Panchrukhi

BHQ

508

Siwan

Raghunathpur

BHQ

509

Siwan

Siswan

BHQ

510

Siwan

SiwanBlock

BHQ

511

Supaul

Supaul

DHQ

512

Supaul

Basantapur

BHQ

513

Supaul

Chatapur

BHQ

514

Supaul

Kisanpur

BHQ

515

Supaul

Pipra

BHQ

516

Supaul

Pratapganj

BHQ

517

Supaul

Raghopur

BHQ

518

Supaul

Saraigarh

BHQ

519

Supaul

Triveniganj

BHQ

520

Vaishali

Vaishali

DHQ

521

Vaishali

Bhagwanpur

BHQ

522

Vaishali

Bidhupur

BHQ

523

Vaishali

Goraul

BHQ

524

Vaishali

HazipurBlock

BHQ

525

Vaishali

Jandaha

BHQ

526

Vaishali

Lalganj

BHQ

527

Vaishali

Mahnar

BHQ

528

Vaishali

Mahua

BHQ

BSEDC Tender Notice No: BELTRON/5292/2016

Page 161 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider


529

Vaishali

PatedhiBelsar

BHQ

530

Vaishali

Rajapakar

BHQ

531

Vaishali

SahadaiBuzurg

BHQ

532

Vaishali

Vaishaliblock

BHQ

19.1 LIST OF 140 UNCOVERED BHQ/SDHQ BSWAN POP

Sl.No
1

District

Location

Type of Location

ARARIA

ARARIA BLOCK

BHQ

ARARIA

SIKTI BLOCK

BHQ

ARARIA

ARARIA SUBDIVISION

SDHQ

ARARIA

FORBISGANG SUBDIVISION

SDHQ

ARWAL

SONBHADRAWANSHI BLOCK

BHQ

ARWAL

ARWAL SUBDIVISION

SDHQ

AURANGABAD

AURANGABAD SUBDIVISION

SDHQ

BANKA

DHORIYA BLOCK

BHQ

BANKA

FULLALIDUMAR BLOCK

BHQ

BANKA

SAMBHUGANZ BLOCK

BHQ

BANKA

BANKA SUBDIVISION

SDHQ

BEGUSARAI
BEGUSARAI

AKHAKURHASAMHO BLOCK
BAKHARI BLOCK

BEGUSARAI

BEGUSARAI SUBDIVISION

BHAGALPUR

GOPALPUR BLOCK

BHQ

BHAGALPUR

ISMAILPUR BLOCK

BHQ

BHAGALPUR

NARAINPUR BLOCK

BHQ

BHAGALPUR

PIRPAINTI

BHQ

BHAGALPUR

RANGRACHOWK

BHQ

BHAGALPUR

KAHALGAON SUBDIVISION

SDHQ

BHAGALPUR

NAVGACHIYA SUBDIVISION

SDHQ

BHAGALPUR

BHAGALPUR SUBDIVISION

SDHQ

BHOJPUR

BADAHARA BLOCK

BHQ

BHOJPUR

CHARPOKHARI BLOCK

BHQ

BHOJPUR

SANDESH BLOCK

BHQ

BHOJPUR

TARARI BLOCK

BHQ

BHOJPUR

ARA SUBDIVISION

SDHQ

BHOJPUR

JAGDISHPUR SUBDIVISION

SDHQ

BHOJPUR

PIRO SUBDIVISION

SDHQ

BUXAR

BUXAR SUBDIVISION

SDHQ

BUXAR

DUMRAON SUBDIVISION

SDHQ

CHAPRA

DIGHWARA BLOCK

8
9

BSEDC Tender Notice No: BELTRON/5292/2016

BHQ
BHQ
SDHQ

BHQ

Page 162 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider


CHAPRA

JANTABAZAR BLOCK

BHQ

CHAPRA

PANAPUR BLOCK

BHQ

CHAPRA

RIVILGANJ BLOCK

BHQ

CHAPRA

SONEPUR BLOCK

BHQ

CHAPRA

TARAIYA BLOCK

BHQ

CHAPRA

CHAPRA SUBDIVISION

SDHQ

CHAPRA

MARHUARA SUBDIVISION

SDHQ

CHAPRA

SONEPUR SUBDIVISION

SDHQ

DARBHANGA

GHANSHYAMPUR BLOCK

BHQ

DARBHANGA

KIRATPUR BLOCK

BHQ

DARBHANGA

SINGWADA BLOCK

BHQ

DARBHANGA

BIRAUL SUBDIVISION

SDHQ

DARBHANGA

DARBHANGA SUBDIVISION

SDHQ

EAST CHAMPARAN
EAST CHAMPARAN
GAYA

KOTWA BLOCK
MOTIHARI SUBDIVISION
ATARI BLOCK

BHQ
SDHQ
BHQ

GAYA

DOBHI BLOCK

13

GAYA
GAYA
GAYA
GAYA
GOPALGANJ

NIMCHAKBATHANI BLOCK
GAYA SUBDIVISION
NEEMACHAKBATHANI SUBDIVISION
TEKARI SUBDIVISION
GOPALGNJ SUBDIVISION

14

JEHANABAD

HULASGANJ BLOCK

15

JEHANABAD
JEHANABAD
KAIMUR

MODANGANJ BLOCK
JEHANABAD SUBDIVISION
BHABUA SUBDIVISION

BHQ
SDHQ
SDHQ

KAIMUR

MOHANIA SUBDIVISION

SDHQ

KATIHAR

AMDABAD BLOCK

BHQ

KATIHAR

BALRAMPUR BLOCK

BHQ

KATIHAR

BARSOI BLOCK

BHQ

KATIHAR

KURSELA BLOCK

BHQ

KATIHAR

MANIHARI BLOCK

BHQ

KATIHAR

SAMELI BLOCK

BHQ

KATIHAR

KATIHAR SUBDIVISION

SDHQ

KHAGARIA

GOGARI SUBDIVISION

SDHQ

KHAGARIA

KHAGARIA SUBDIVISION

SDHQ

KISHANGANJ

BAHADURGANJ BLOCK

BHQ

KISHANGANJ

TERHAGACHHI BLOCK

BHQ

KISHANGANJ

KISHANGANJ SUBDIVISION

LAKHISARAI

LAKHISARAI BLOCK

LAKHISARAI

LAKHISARAI SUBDIVISION

10

11
12

16

17
18

19

BSEDC Tender Notice No: BELTRON/5292/2016

BHQ
BHQ
SDHQ
SDHQ
SDHQ
SDHQ
BHQ

SDHQ
BHQ
SDHQ

Page 163 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider


20

MADHEPURA

GAMHARIA BLOCK

BHQ

MADHEPURA

KUMARKHAND BLOCK

BHQ

MADHEPURA

MURLIGANJ BLOCK

BHQ

MADHEPURA

SHANKARPUR BLOCK

BHQ

MADHEPURA

UDAKISHUNGANJ BLOCK

BHQ

MADHEPURA

MADHEPURA SUBDIVISION

SDHQ

MADHEPURA

UDAKISHUNGANJ SUBDIVISION

SDHQ

MADHUBANI

KALUAH BLOCK

BHQ

MADHUBANI

RAHIKA BLOCK

BHQ

MADHUBANI

VISFFI BLOCK

BHQ

MADHUBANI

MADHUBANI SUBDIVISION

MUNGER

ASARGANJ BLOCK

BHQ

MUNGER

JAMALPUR BLOCK

BHQ

MUNGER

KHARAGPUR BLOCK

BHQ

MUNGER

TETIYABAMBAR BLOCK

BHQ

MUNGER

KHARAGPUR SUBDIVISION

SDHQ

MUNGER

MUNGER SUBDIVISION

SDHQ

MUNGER

TARAPUR SUBDIVISION

SDHQ

23

MUZAFFARPUR

MUZAFFARPUR EAST SUBDIVISION

SDHQ

24

NALANDA

BIHARSHIRF SUBDIVISION

SDHQ

25

NAWADA

NAWADA BLOCK

NAWADA

NAWADA SUBDIVISION

SDHQ

NAWADA

RAJAULI SUBDIVISION

SDHQ

PATNA

BELCHI BLOCK

BHQ

PATNA

GHOSWARI BLOCK

BHQ

PATNA

BARH SUBDIVISION

SDHQ

PATNA

PALIGANJ SUBDIVISION

SDHQ

PATNA

PATNA CITY SUBDIVISION

SDHQ

PURNIA

BAISI SUBDIVISION

SDHQ

PURNIA

BANMAKHI SUBDIVISION

SDHQ

PURNIA

DHAMDAHA SUBDIVISION

SDHQ

PURNIA

PURNIA SUBDIVISION

SDHQ

ROHTAS

SURPURA BLOCK

ROHTAS

BIKARAMGANJ SUBDIVISION

SDHQ

ROHTAS

DEHRI SUBDIVISION

SDHQ

ROHTAS

SASARAM SUBDIVISION

SDHQ

SAHARSA

SIMRI BAKHTIYARPUR SUBDIVISION

SDHQ

SAHARSA

SAHRSA SUBDIVISION

SDHQ

SAMASTIPUR

BIBHUTIPUR BLOCK

21

22

26

27

28

29
30

BSEDC Tender Notice No: BELTRON/5292/2016

SDHQ

BHQ

BHQ

BHQ

Page 164 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider


SAMASTIPUR

SINGHIA BLOCK

SAMASTIPUR

SAMASTIPUR SUBDIVISION

SDHQ

31

SHEIKHAPURA

SHEIKHAPURA SUBDIVISION

SDHQ

32

SHEOHAR

SHEOHAR SUBDIVISION

SDHQ

33

SITAMARHI

BOKHRA BLOCK

BHQ

SITAMARHI

NANPUR BLOCK

BHQ

SITAMARHI

PARSAUNI BLOCK

BHQ

SITAMARHI

DUMRA SUBDIVISION

SDHQ

SITAMARHI

PUPRI SUBDIVISION

SDHQ

34

SIWAN
SIWAN

BHAGWANPURHAT BLOCK
SIWAN SUBDIVISION

BHQ
SDHQ

35

SUPAUL

MARAUNA BLOCK

BHQ

SUPAUL

NIRMALI BLOCK

BHQ

SUPAUL

SUPAUL BLOCK

BHQ

SUPAUL

NIRMALI SUBDIVISION

SDHQ

SUPAUL

SUPAUL SUBDIVISION

SDHQ

SUPAUL

TRIVENIGANJ SUBDIVISION

SDHQ

SUPAUL

BIRPUR SUBDIVISION

SDHQ

VAISHALI

CHEHRAKALA BLOCK

BHQ

VAISHALI

DESHARI BLOCK

BHQ

VAISHALI

PATEPUR BLOCK

BHQ

VAISHALI

RAGHOPUR BLOCK

BHQ

VAISHALI

HAJIPUR SUBDIVISION

SDHQ

VAISHALI

MAHNAR SUBDIVISION

SDHQ

VAISHALI

MAHUA SUBDIVISION

SDHQ

WEST CHAMPARAN
WEST CHAMPARAN
WEST CHAMPARAN

BAGAHA SUBDIVISION
BETIAH SUBDIVISION
NARKATIAGANJ SUBDIVISION

SDHQ
SDHQ
SDHQ

36

37

BSEDC Tender Notice No: BELTRON/5292/2016

BHQ

Page 165 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

20 ANNEXURE B INDICATIVE BILL OF QUANTITY


S.No
1.
2.
3.
4.
5.
6.
7.

Componen
t Category
Router and
Switching

Item Name

Qty

SHQ Core Router (High Availability) as per Annexure C


SHQ Core Switch (High Availability) as per Annexure C
SHQ Internet Router(High Availability) as per Annexure C
SHQ DMZ Switch (High Availability) as per Annexure C
SHQ Firewall (High Availability) as per Annexure C
AAA Server Appliance (High Availability) as per Annexure C
Link Load Balance for Internet with Cables (High Availability)
as per Annexure C

2
2
2
2
2
2
2

8.

Servers in
SHQ

DNS, NMS, Email, Helpdesk, web, AAA, Syslog, video streaming,


etc. servers as per Annexure C

20

9.
10.
11.
12.
13.
14.

VC

VC - MCU Solution as per Annexure C


Gatekeeper Solution as Per Annexure C
VC Management Solution as per Annexure C
VC Endpoint as per Annexure C
VC Recording Solution as per Annexure C
License for software / web based solution for 50 concurrent users
in hybrid network (optional)
VoIP system with 1000 license from day one
NMS system including Helpdesk management to Manage All
Network and SNMP Trap Device under BSWAN 2.0 including
Solar System i.e. Router, Switch, PC ,Solar etc.

1
1
1
38
1
50

15.
16.

IP Voice
NMS
Solution

17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.

Desktop/Lap
top/
Antivirus

Router and
Switching

1
1

Management Server ( Antivirus, Firewall and UTM) with


Necessary Software & OS

Work Stations / Desktop for Helpdesk Engineers/ Operational


Engineers with webcam and Mike

Laptop for Operational Manager and Project Manager


Antivirus Software License for Desktop
Antivirus Software License for Servers
36U Network Rack for SHQ as per Annexure C
36U Server Rack for SHQ as per Annexure C
Air Conditioners
Relocation Charges from Brain Data Centre to State Data Centre
Video Phone as per Annexure C
Any other Charges with details
DHQ Router as per Annexure C
DHQ Switch as per Annexure C

BSEDC Tender Notice No: BELTRON/5292/2016

2
540
20
3
3
3
1
3
38
38

Page 166 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

30.

Workstations with HD Webcam, Speaker with Stand Mike at


each PoP as per Annexure C

38
38
38
760

43.

Unified Threat Management with cables


Air Conditioners as per Annexure C
Installation, Maintenance and Management Charges for PoP Lan
Connectivity
Maintenance and Management Charges for Horizontal Links
Video Phone as per Annexure C
15U Server Rack for DHQ as per Annexure C
27U Server Rack for SHQ as per Annexure C
Any other Charges with details per district
BHQ Router as per Annexure C
BHQ Switch as per Annexure C
Workstations with HD Webcam, Speaker with Stand Mike at
each PoP
Installation, Maintenance and Management Charges for PoP Lan
Connectivity
Maintenance and Management Charges for Horizontal Links

44.

Any other Charges with details per PoP

31.
32.
33.
34.
35.
36.
37.
38.
39.
40.
41.
42.

Router and
Switches

BSEDC Tender Notice No: BELTRON/5292/2016

380
38
28
38
38
495
495
495
495
0
247
5
495

Page 167 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

21 ANNEXURE C MINIMUM SPECIFICATIONS OF


NEW ACTIVE AND PASSIVE EQUIPMENTS
21.1 SHQ ROUTER

Minimum Specification

Compliance
(Y/N)

Modular Chassis
Supporting up to minimum 6 I/O slots( where multiple Interface Type
Modules can be populated) and should be universal in nature
Redundant Routing Processors / Engines /MPU
Redundant Switching and Forwarding Fabric
Redundant Power Supplies
Should be capable of supporting 10GbE,40GbE,100GbE Ethernet ports
Performance
Aggregate Throughput minimum 1 Tbps or more
Packet forwarding Capacity Minimum 1 Billion Packets Per Second or more
RAM: Minimum of 32 GB and supported flash memory minimum 4 GB or
more
Minimum Logical Interfaces: 32000
IPv4 and IPv6 Routing Table: minimum 4 Million or more
Minimum BGP routes with route resolution to be supported : 2 Million
Minimum MPLS LDP/RSVP-TE LSPs: Minimum 4098 or more
Minimum Interfaces to be populated are
16 x 1000 Base-T populated across two cards/slots
16 x 1000 Base-X populated with 10 x SX and 6 x LX across two line
cards/slots
6X10 G SR and 2X10G LR module populated across two cards/slots
Routing
Support for GbE, 10GbE, ATM, MLPPP, and 802.3ad (including LACP) for
aggregated links

BSEDC Tender Notice No: BELTRON/5292/2016

Page 168 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Support Stateful NAT64


RIPv2, OSPF or EIGRP ,BGP, BGP Route Reflector, IS-IS, MPLS, VPLS and
latest standard RFC protocols /Features required to support current and
future functionalities and Operations of BSWAN 2.0 from the Day 1 if needed
Multicast
BFD for PIM - IPv6, Bidirectional PIM (RFC 5015), Controlling PIM
resources for multicast VPNs, Full support for IGMPv3 and MLDv2, PIM join
load balancing, Load-balancing multicast tunnel interfaces among interfaces,
LDP signaling for point-to-multipoint LSPs in next-generation MBGP
multicast VPNs
Quality of Service
Classification of control-plane traffic, Egress GRE classification based on
DSCP, Guaranteed bandwidth for DLCIs Hierarchical schedulers,
Independent values for DSCP and EXP bits, Set IPv6 DSCP and MPLS EXP
independently, Setting the 802.1p field for host-generated traffic
IPv6
IPv6/IPv4 dual stack functionality, BFD for IPv6 static routes, BGP for IPv6,
BFD for OSPFv3, VRRP for IPv6 and latest standard RFC protocols
/Features required to support current and future functionalities and
Operations of BSWAN 2.0. if needed
Security

Separate routing plane and control plane enables stateful firewall


protection of the control plane
Highly scalable filtering, unicast RPF, and rate limiting protects
against IP spoofing and DOS attacks
High-performance IPsec for an additional layer of security
Ubiquitous security features such as port mirroring, encrypted
management session traffic, secure tunneling capabilities, secure
remote logins, and configurable privilege levels and user accounts
Performance based routing or Real Time Performance Monitoring to
ensure critical traffic is taking best path
latest encryption methodology to support current and future
functionalities and Operations of BSWAN 2.0 if needed
High Availability

Switchover for Controller with non-stop forwarding


In-service software upgrades for disruption-free upgrades
Partition of single router into multiple logical devices that perform
independent routing tasks

BSEDC Tender Notice No: BELTRON/5292/2016

Page 169 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

IETF Graceful Protocol Restart mechanism for hitless restarts of IS-IS, BGP,
OSPF, OSPFv3, LDP, RSVP, Layer 2 VPN, and Layer 3 VPN
Certification
The router should be NDPP Certified

21.2 INTERNET ROUTER

Minimum Specification

Compliance
(Y/N)

Modular platform with integrated Ethernet interfaces and slot to provide


connectivity and services for varied branch-office network requirements
Should offer a choice of LAN, 10Gigabit Ethernet to accommodate field
upgrades to future technologies
Redundant Power Supplies from Day 1
Memory
DRAM: Minimum 4 GB or more, USB/Flash: Minimum 2 GB or more
Performance
Routing performance (IMIX): Minimum 3500 Mbps or more
Routing + NAT + QoS +ACL Performance (IMIX): Minimum 600 Mbps or
more
Routing throughput: minimum 1000 Kpps or more
Minimum Interface to be Populated are
Minimum 5 x 10/100/1000 Gigabit Ethernet WAN-routed ports.
1 x USB ,
2 x 10G SR
Virtual Private Network (Day 1)
GRE, IPsec, DES (56-bit), 3DES (168-bit), AES (128-bit+) encryption,
Message Digest 5 (MD5), SHA-128, SHA-256 authentication, and latest
standard RFC protocols /Features required to support current and future
functionalities and Operations of BSWAN 2.0 if needed .
Protocols (Day 1)
IPv4, static routes, OSPF or EIGRP, BGP, IS-IS, IGMPv1/v2/v3, PIM SM,
PIM DM, PIM SSM, MSDP, IPsec, GRE, MPLS, 802.3ad, 802.1ad, STP, Layer
BSEDC Tender Notice No: BELTRON/5292/2016

Page 170 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

2 and Layer 3 VPN


IPv6 (Day 1)
OSPFv3, RIPng, BGP, IS-IS, MLD
Network Address Translation/Tunneling IPv6 to IPv4
Multiprotocol Label Switching (Day 1)
Multicast VPN, OSPF and IS-IS traffic engineering extensions, Point-tomultipoint connections (P2MP LSPs), RSVP, Virtual private LAN service
(VPLS), Standards-based fast reroute, Secondary and standby label-switched
paths (LSPs), LDP, Layer 2 VPNs for Ethernet connections
Encapsulations
Ethernet, 802.1q VLAN, PPP, MLPPP, HDLC, Serial, PPPoE) and all standard
RFC protocols /Features required to support current and future
functionalities and Operations of BSWAN 2.0 from Day 1 if needed.
Integrated threat control
Stateful firewall, , ACL filters, DoS and DDoS protection
Traffic management
QoS, Class-based queuing with prioritization, Weighted Random Early
Detection (WRED), Policy-Based Routing (PBR), Guaranteed bandwidth,
Diffserv marking, Ingress traffic marking
Identity management
LDAP, RADIUS accounting, Web-based, 802.X authentication, PKI certificate
Custom application signatures and signature groups for application
identification
High availability
VRRP, Active/active or Active/standby, Stateful failover
Route and Interface failover monitoring
Node redundancy by grouping a pair of devices into a cluster.
IEEE 802.3ad (LACP)
Management
Web User Interface, CLI

BSEDC Tender Notice No: BELTRON/5292/2016

Page 171 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

The router should have active probes to track and monitor real time traffic
across the network and to investigate network problems.
Should have monitoring technology like net flow/j-flow/s-flow to randomly
sample network packets and send the samples to a monitoring station
Should have the capability to revert to the last known good state if the router
image, configuration and the backup configuration files become damaged
beyond repair
Certification
The router should be NDPP Certified

21.3 SHQ CORE SWITCH

Minimum Specification

Compliance
(Y/N)

Modular Switch with at least 6 payload slots with support for 40G and 100 G
Interface and minimum Interface cards required
Should have at least 48 x 10/100/1000 Base RJ 45 populated across two
cards/slots
Should have atleast 24 x 10G SR and 12 X 10 G LR modules in non-blocking
mode populated across two cards/slots
Aggregate capacity of minimum 6 Tbps or more
The Switch should have Truly Distributed Architecture. All Interface Modules
should have all the resources for switching and Routing and should offer True
Local Processing. The State Head Quarters switch should support seamless
integration with State Data Centre , SecLAN, NKN and NICNET
At least 2 Switch Fabrics to support bandwidth for future Highly Scalable
Ethernet Standards from Day 1
Redundant CPU with 16GB RAM from Day 1
Redundant Power Supplies from Day 1
100% passive backplane/midplane
Fully decoupled control plane and data plane
High Availability
There should not be any single point of failure in the switch. All the main
components like CPU module, switching fabric, power supplies and fans etc.
BSEDC Tender Notice No: BELTRON/5292/2016

Page 172 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

should be in redundant configuration. Components, like modules/power


supplies and Fan Tray should be hot swappable
Should Support software upgrades running on all CPU's with minimal traffic
disruption during the upgrade
Switch should support processes to be run in protected memory space and
independent of each other and the kernel, providing fault containment and
enabling modular patching and upgrading and rapid restarting. Individual
processes should be restarted independently without loss of state information
and without affecting data forwarding.
Should Support VRRP Protocol from Day 1
Layer 2 Features
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
Should support port, subnet based 802.1Q VLANs. The switch should support
4000 VLANs
The switch should support minimum 32,000 MAC addresses or higher.
The switch should support IEEE 802.1w RSTP and IEEE 802.1s MSTP
Routing Protocols
Should support OSPF v1/v2, OSPFv3 or EIGRP and latest standard RFC
protocols /Features required to support current and future functionalities and
Operations of BSWAN 2.0. From Day 1 if needed.
Should support BGPv4, IS-IS or equivalent with license upgrade in future
Should support minimum 100000 Route entries for IPv4 and IPv6 and
should support route entries as per technical design requirements in Volume
I
Security Features
Should support Access Control Lists
Should support various types of ACLs like port based/VLAN based.
Should support integrated security features like DHCP relay with option-82,
Dynamic ARP Inspection
Should Support MAC Address Filtering based on source and destination
address

BSEDC Tender Notice No: BELTRON/5292/2016

Page 173 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Should have support for RADIUS and TACACS+


The switch should support Port-security.
Should support Ingress/Egress Queuing
Traffic Policing
Should be able to filter, mark and limit traffic flows
Should support minimum 8 queues per port
Should support policy based traffic classification based on Type of Service
(ToS), IP Precedence mapping, Layer 2/3/4 defined traffic flows, MAC
address, VLANs
Multicast
Should Support IGMP v1, v2, v3, IGMP Snooping
Should support minimum 50000 IPv4/IPv6 multicast routes
Should support Protocol Independent Multicast - Sparse Mode and PIM
SSM/ MSDP
Switch should be manageable through NMS on per port/switch basis with
common interface for all manageable devices on the network. Should Support
SNMP, RMON/RMON-II, SSH, telnet, web management through network
management software.
Should support port-mirroring feature for monitoring network traffic.
The switch should support role based access control to limit access to switch
operations.
The switch should support configuration verification and rollback.
IEEE 802.1AB
IEEE 802.1D
IEEE 802.1p
IEEE 802.1Q
IEEE 802.1s
IEEE 802.1w
IEEE 802.3ae
The switch should support multiple logical devices that will perform
independent tasks.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 174 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

IEEE 802.3ad
Certification
The switch should be NDPP Certified
Switch should also support UL/TUV/IEC

21.4 DMZ/INTERNET SWITCH


Minimum Specification

Compliance
Y/N)

19 rack mountable with minimum Interface Cards required are


24 x 10/100/1000BaseT + 4 x 1/10G SFP+ ports populated with 2 x 10G SR
optics and 2 x QSFP+ ports with DAC
Performance
Aggregate Switching Capacity minimum 200 Gbps or more
Throughput - minimum 150 mpps or more
DRAM: minimum 2 GB; Flash: Minimum 2 GB or more
In addition to the ports mentioned above, switch should be provided with
stacking ports with minimum 80 Gbps or more stacking bandwidth
Software Features
The switches should have the capability to be clustered together with like VSS
or equivalent virtualization / stacking feature by which they can be configured
to act as one single Virtual switch with single configuration file, single image
and one management IP address
Layer 2 features
MAC Address: Minimum 16000 or more and it should support the technical
architecture defined in BSWAN 2.0
VLANs: Minimum 4000 or more
ARP entries Minimum 1000 and it should support the technical architecture
of BSWAN 2.0
Voice VLAN
Link Layer Discovery Protocol
STP, MSTP, RSTP

BSEDC Tender Notice No: BELTRON/5292/2016

Page 175 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Multiple Registration Protocol


Link Aggregation Control Protocol 802.3ad (LACP)
Layer 3 features
IPv4 / IPv6 unicast routes: minimum 4000 or more
IPv4 / IPv6 multicast routes: Minimum 4,000 or more
Routing protocols: RIPv1/v2, OSPF, BGP, IS-IS or equivalent and latest
standard RFC protocols /Features required to support current and future
functionalities and Operations of BSWAN 2.0. from Day 1 if needed
Layer 3 redundancy: VRRP
MPLS: VRF-lite or equivalent
Security
MAC addresses per port
Port, VLAN, Router based ACL
ACL entries: Minimum 2000 or more and it should support the technical
architecture of BSWAN 2.0
Layer 2 L4 ACL
802.1X
Control Plane DoS protection
High Availability
Redundant, hot-swappable power supplies from Day 1
Hot-swappable fans or equivalent redundancy on cooling process from Day 1
Quality of service
Layer 2 & 3 QoS
Hardware queues per port: 8
Strict priority, Shaped Deficit Weighted Round-Robin
802.1p, DSCP/IP Precedence trust and marking
Multicast
IGMP: v1, v2, v3, IGMP snooping
PIM-SM/PIM-SSM/PIM-DM

BSEDC Tender Notice No: BELTRON/5292/2016

Page 176 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Management
Full featured CLI, Web Interface
RMON ( 4 groups)
Traffic mirroring: port & VLAN
RADIUS, TACACS+
The router should be NDPP Certified
Switch should also support UL/TUV/IEC

21.5 SHQ CORE FIREWALL WITH IPS

Minimum Specification

Compliance
(Y/N)

General Features (Centralized Firewall has to support the traffic from 635
BHQ,38 SHQ and NKN, NoFN, SECLAN and NICNET) The below parameters
are minimum specifications
Application Firewall Performance Minimum 15 Gbps or more
AES256+SHA-1 VPN performance Minimum of 3 Gbps or more
Maximum concurrent sessions Minimum 3 Million or more
New sessions/second Minimum 150,000 or more
Maximum IPS performance Minimum 6 Gbps or more
The proposed solution should support at least 16 GB of RAM/DRAM with 12
GB from Day 1
The proposed solution must have 6X 10/100/1000 and 6 x 10Gigabit SFPs
interfaces loaded with 4 Multimode optics from day 1
Dedicated, security-specific processing hardware and software platform and
should support all technical features and functionalities of BSWAN 2.0 of
present and future traffic requirements
ASIC-based architecture to ensure low latency in sensitive applications such as
VoIP and streaming media
Modular architecture enables deployment with a wide variety of copper and
fiber interface options.
Dedicated processing modules or equivalent provide best-in- class multi
gigabit firewall/VPN/IDP capability in a single solution

BSEDC Tender Notice No: BELTRON/5292/2016

Page 177 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Firewall Features
Network attack detection
Denial of service (DoS) and distributed denial of service (DDoS) protection or
equivalent
TCP reassembly for fragmented packet protection
Brute force attack mitigation
SYN cookie protection
Zone-based IP spoofing
Malformed packet protection , Customizable signature for Intrusion prevention
capabilities
VoIP Security
H.323 ALG, SIP ALG, MGCP ALG, SCCP ALG
User Authentication and Access Control
Built-in (internal) database or equivalent
Third-party user authentication - RADIUS, RSA Secure ID, and LDAP
RADIUS accounting
XAUTH VPN authentication
Web-based authentication
Virtualization
Minimum 10 virtual system support or more to meet the current and future
functionalities and Operations of BSWAN 2.0.
VLANs: Minimum 1024 or more to meet the current and future functionalities
and operations of BSWAN 2.0
IPv6
Dual stack IPv4/IPv6 firewall and VPN
Syn-cookie and Syn-proxy DoS attack detection or equivalent
SIP, RTSP, Sun-RPC, and MS-RPC ALGs
IPv4 to/from IPv6 translations and encapsulations , Should support NAT64
technology for IPv4/IPv6 migration
High Availability
Active/active L2 & L3 mode
Configuration synchronization
Device failure detection
Link failure detection
System Management
Web-UI (HTTP and HTTPS)
Command line interface
Certification
Common Criteria EAL3+/NDPP, IPv6 Certification, ICSA, NIST

BSEDC Tender Notice No: BELTRON/5292/2016

Page 178 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

21.6 DHQ ROUTER


Minimum Specification

Compliance
(Y/N)

Modular Chassis
Supporting up to 4 I/O slots ( where multiple Interface Type Modules can be
populated) and should be universal in nature
Redundant Routing Processors/Engines / Redundant Switching and
Forwarding Fabric
Redundant Power Supplies
Performance
Aggregate Throughput minimum 65 Gbps or more
Packet forwarding capacity of minimum 50 Mpps or more
RAM: Minimum 4 GB or more , Flash memory: Minimum 1 GB Flash or
more
Minimum Logical Interfaces: 8000
IPv4/IPv6 Routing Table: Minimum 3 Million or more
Max BGP peers: Minimum 1000 or more
Max MPLS LDP /RSVP-TE LSPs: Minimum 2000 or more
Minimum Interfaces to be populated are
16 x 1000Base-X populated with 8 x 1000 Base-T , 4 x SX and 4 x LX
populated across two cards/slots
4 x 10G populated with 2 x10G SR and 2 x10G LR optics
Routing
Support for GbE, ATM, MLPPP, 802.3ad (including LACP) for aggregated
links
Support Stateful NAT64
RIPv2, OSPF, BGP, BGP Route Reflector, IS-IS, MPLS, VPLS and latest
standard RFC protocols /Features required to support current and future
functionalities and Operations of BSWAN 2.0 from the Day 1 if needed.
Multicast
BFD for PIM - IPv6, Bidirectional PIM (RFC 5015), Controlling PIM
resources for multicast VPNs, Full support for IGMPv3 and MLDv2, PIM join
BSEDC Tender Notice No: BELTRON/5292/2016

Page 179 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

load balancing, Load-balancing multicast tunnel interfaces among interfaces,


LDP signaling for point-to-multipoint LSPs in next-generation MBGP
multicast VPNs
Quality of Service
Classification of control-plane traffic, Egress GRE classification based on
DSCP, Guaranteed bandwidth for DLCIs , Hierarchical schedulers,
Independent values for DSCP and EXP bits, Set IPv6 DSCP and MPLS EXP
independently, Setting the 802.1p field for host-generated traffic
IPv6
IPv6/IPv4 dual stack functionality, BFD for IPv6 static routes, BGP for IPv6,
BFD for OSPFv3, VRRP for IPv6
Security

Separate routing plane and control plane enables stateful firewall


protection of the control plane
Highly scalable filtering, unicast RPF, and rate limiting protects
against IP spoofing and DOS attacks
High-performance IPsec for an additional layer of security
Ubiquitous security features such as port mirroring, encrypted
management session traffic, secure tunneling capabilities, secure
remote logins, and configurable privilege levels and user accounts
Performance based routing or Real Time Performance Based Routing
to ensure critical traffic is taking best path.
latest encryption methodology to support current and future
functionalities and Operations of BSWAN 2.0 if needed
High Availability

Switchover for Controller with non-stop forwarding


In-service software upgrades for disruption-free upgrades
Partition of single router into multiple logical devices that perform
independent routing tasks
IETF Graceful Protocol Restart mechanism for hitless restarts of IS-IS, BGP,
OSPF, OSPFv3, LDP, RSVP, Layer 2 VPN, and Layer 3 VPN
Certification
The router should be NDPP Certified

BSEDC Tender Notice No: BELTRON/5292/2016

Page 180 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

21.7 DHQ SWITCH

Minimum Specification

Compliance
(Y/N)

Interface
48 x 10/100/1000BaseT (PoE+) + 4 x SFP+ ports populated with 2 x 10G SR
optics
Switching performance minimum 170 Gbps or more
Forwarding performance minimum 130 Mpps or more
19 rack mountable DRAM: Minimum 2 GB or more, Flash: Minimum 2 GB or more
Internal Redundant Power Supply from Day 1
In addition to the ports mentioned above, switch should be provided with
stacking ports of minimum 80 Gbps or more stacking bandwidth
Layer 2 features
MAC Address: Minimum 15000 or more
VLANs: Minimum 1000 or more
ARP table- Minimum 1700 or more
Voice VLAN
Link Layer Discovery Protocol
Spanning Tree Protocol
VLAN tagging
MSTP, RSTP
Link Aggregation Control Protocol
802.3ad (LACP)
Layer 3 features
IPv4 /IPv6 unicast routes: minimum 1000 or more
Routing protocols: Static, RIPv2, OSPF, OSPFv3, BGP, BGPv6 and latest
standard RFC protocols /Features required to support current and future
functionalities and Operations of BSWAN 2.0. from Day 1 if needed

BSEDC Tender Notice No: BELTRON/5292/2016

Page 181 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Security
Dynamic ARP inspection, IP Source Guard
DHCP snooping
Port/VLAN/ Router based ACL (PACL)
ACL entries: 1500
Layer 2 L4 ACL
802.1X
Control Plane DoS protection
Quality of service
Hardware queues per port: Minimum 8
802.1p, DSCP/IP Precedence trust and marking
Layer 2-4 classification criteria: Interface, MAC address,
Multicast
IGMP: v1, v2, v3, IGMP Snooping, Multicast Entries: Minimum 256
Management
Full featured CLI, Web Interface
RADIUS and TACACS authentication
NDPP Certification
Switch should also support UL/TUV/IEC

21.8 DHQ UTM


Minimum Specification

Compliance
(Y/N)

The proposed solution should match following criteria:Total 6 number fixed 10/100/1000 interface
Should have 2 USB and 1 serial console port
Firewall Throughput should be 3 Gbps or more
VPN Throughput should be 500 Mbps or more

BSEDC Tender Notice No: BELTRON/5292/2016

Page 182 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

IPS Throughput should be 750 Mbps or more


Concurrent Connections should be 20,000,00 or more
New Connections /Sec should be 20,000 or more
Maximum Licensed Users should be unrestricted
Appliance must have storage of 300 GB minimum for local logging.
General Management
Customizable Dashboard
Role Based Administration
Software Based UTM Manager to manage multiple UTM devices or
equivalent solution
Snmp Support
Manually Or fully automated backup & restore options
Self service user portal for one click vpn setup
Reusable System Object Definations for networks, services, hosts, users &
groups.
Firewall
The proposed solution should be standalone appliance with hardened OS.
The proposed solution should be NSS labs recommended firewall.
The Firewall solution should be in Gartners Leader Quarant for last 3
consecutive years
Should Support NAT static, masquerade (dynamic).
Should Support Full configuration of DNS, DHCP and NTP
Should Support Routing: static, multicast (PIM-SM) and dynamic (BGP,
OSPF)
Should Support WAN link balancing: Internet connections, auto-link health
check, automatic failover, automatic and weighted balancing and granular
multipath rules
Should Support QoS Stochastic Fairness Queuing and Random Early
Detection on inbound traffic
Should Have IPv6 support

BSEDC Tender Notice No: BELTRON/5292/2016

Page 183 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Should Support VoIP handling for SIP and H.323 connections


IPS
Intrusion protection: Deep packet inspection engine, 12,000+ patterns
Should Have Selective IPS patterns for maximum performance and
protection
Should Support IPS signature preferance system based on criticality for
optimal performance
Should Have Flood protection: DoS, DDoS and portscan blocking
Should Support Country blocking by region or individual countrywith
separate inbound/outbound settings and exceptions
Advanced Threat Protection
Should Detect and block network traffic attempting to contact command and
control servers
Should Identify infected hosts on the network and contain their network
activity
The solution should be able to remove the active contents which can be
exploitable & embedded objects from Microsoft office files like MS Word,
Excel etc. & PDF files, to eliminate the potential threat. This feature should
be part of Advanced Threat protection not part of Antivirus
The ATP should be able do employ anti-evasion techniques such as CPU
emulation or similar such technique so that anti-evasion malware can't
bypass ATP solution.
Web Protection
URL Filter database with 30 million+ sites in 95 categories
Application Control: Accurate signatures and Layer 7 patterns for thousands
of applications
Dynamic application control based on productivity or risk threshold
View traffic in real-time, choose to block or shape
Malware scanning: HTTP/S, FTP and web-based email via dual independent
antivirus engines block all forms of viruses, web malware, trojans and
spyware
Fully transparent HTTPS filtering of URLs

BSEDC Tender Notice No: BELTRON/5292/2016

Page 184 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Advanced web malware protection


Live Protection real-time in-the-cloud lookups for the latest threat
intelligence
Potentially malware application download blocking
Malicious URL reputation filtering backed by Global Labs
Active content filter: File extension, MIME type, JavaScript, ActiveX, Java
and Flash
Sould Have SafeSearch enforcement
Should Support Authentication: Active Directory, eDirectory, LDAP,
RADIUS, TACACS+ and local database
Custom categorization to override categories or create custom categories
Policy auditing
Customizable block pages
VPN
PPTP, L2TP, SSL, IPsec, and remote user VPNs, as well as IPsec, SSL, siteto-site tunnels
Authentication: Pre-Shared Key (PSK), PKI (X.509), Smartcards, Token and
XAUTH
Encryption: AES (128/192/256), DES, 3DES (112/168), RSA (up to 2048
Bit), DH groups 1/2/5/14, MD5 and SHA-256/384/512
Intelligent split-tunneling for optimum traffic routing
NAT-traversal support
Client-monitor for graphical overview of connection status
IPsec Tunnel Binding
Should Support Proven SSL-(TLS)-based security
Ssl VPN Should have support for iOS and Android
WAF
Should Have SQL injection protection ,Cross-site scripting protection
HTTPS (SSL) encryption offloading

BSEDC Tender Notice No: BELTRON/5292/2016

Page 185 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Logging & Reporting


Logging: Central Logging appliances must be given with storage of over 8TB
and must support logging rate of 25000 logs/sec
On-box or equivalent reporting: Packet filter, intrusion protection,
bandwidth and day/week/month/year scales
Hundreds of on-box or equivalent reports
Per-user tracking and auditing
Web log searching parameters per user, URL or action
Full transaction log of all activity in human-readable format
PDF /CSV exporting of reports
Executive report scheduling and archiving
High Availability
Zero-config active/passive high- availability
Active/active clustering for up to 2 appliances (in case HA is needed)

21.9 BHQ ROUTER

Minimum Specification

Compliance
(Y/N)

Modular platform with integrated Ethernet interfaces and slot to provide


connectivity and services for varied branch-office network requirements
Should offer a choice of LAN, Serial, E1/T1, 2G/3G/4G LTE to accommodate
field upgrades to future technologies
Memory
DRAM: Minimum 2 GB or more, Flash: Minimum 2 GB or more
Performance
Routing performance (Large packets): minimum 600Mbps or more
Routing throughput: minimum 200 Kpps or more
Minimum Interfaces Required
4 x 10/100/1000 Gigabit Ethernet WAN-routed ports and 2 x SFP ports
populated with 1 x SX and 1 x LX optics

BSEDC Tender Notice No: BELTRON/5292/2016

Page 186 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

1 x USB
2 empty slots for future expansion
Virtual Private Network (Day 1)
GRE, IP-IP, IPsec, DES (56-bit), 3DES (168-bit), AES (128-bit+) encryption,
Message Digest 5 (MD5), SHA-1, SHA-128, SHA-256 authentication,
Performance based routing or Real time performance Routing to ensure
critical traffic is taking best path
Protocols (Day 1)
IPv4, static routes, OSPF or EIGRP, BGP, IS-IS, IGMPv1/v2/v3, PIM SM,
PIM DM, PIM SSM, MSDP, IPsec, GRE, MPLS, 802.3ad, 802.1ad, STP,
Layer 2 and Layer 3 VPN
IPv6 (Day 1)
OSPFv3, , BGP, IS-IS, MLD
Network Address Translation/Tunneling IPv6 to IPv4 and latest standard
RFC protocols /Features required to support current and future
functionalities and Operations of BSWAN 2.0 from the Day 1 if needed.
Multiprotocol Label Switching (Day 1)
Multicast VPN, OSPF and IS-IS traffic engineering extensions,RSVP, ,
Standards-based fast reroute, Secondary and standby label-switched paths
(LSPs), LDP, Layer 2 VPNs for Ethernet connections.
Encapsulations
Ethernet, 802.1q VLAN, PPP, MLPPP, , HDLC, Serial, PPPoE
Integrated threat control
Stateful firewall, ACL filters, DoS and DDoS protection
Traffic management
QoS, Class-based queuing with prioritization, Weighted Random Early
Detection (WRED), Policy-Based Routing (PBR), Guaranteed bandwidth,
Diffserv marking, Ingress traffic marking
Identity management
RSA Secure ID, LDAP, RADIUS accounting, Web-based, 802.X
authentication, PKI certificate

BSEDC Tender Notice No: BELTRON/5292/2016

Page 187 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Custom application signatures and signature groups for application


identification
High availability
VRRP, Active/active and Active/standby, Stateful failover
Route and Interface failover monitoring
Node redundancy by grouping a pair of devices into a cluster.
IEEE 802.3ad (LACP)
Management
Web User Interface, CLI
The router should have active probes to track and monitor real time traffic
across the network and to investigate network problems.
Should have monitoring technology like net flow/j-flow/s-flow to randomly
sample network packets and send the samples to a monitoring station
Should have the capability to revert to the last known good state if the router
image, configuration and the backup configuration files become damaged
beyond repair
Certification
The router should be NDPP/RoHS Certified

21.10

Sr.
No.

BHQ SWITCH
Minimum Specification

Compliance
(Y/N)

1. Switch Architecture and Performance


Switch should be standard 19 width rack mountable switch.
The Switch shall be designed for continuous operations. The bidder
shall furnish the MTBF (Mean Time Between Failure)
Switch shall have built in power-on diagnostics system to detect
hardware failures.
Switch shall have suitable Visual Indicators for diagnostics and
healthy / unhealthy status of Ports & modules.
Switch should have 24 Nos. 10Base-T/100Base-Tx/1000Base-T autosensing ports complying to IEEE 802.3, IEEE 802.3at, IEEE802.3u
BSEDC Tender Notice No: BELTRON/5292/2016

Page 188 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

and 802.3ab standard, supporting half duplex mode, full duplex mode
and auto negotiation on each port.
Switch shall have additional 2 SFP+ uplinks ports and should be
populated with 2 x SX optics from Day 1
All ports should be POE+ enabled simultaneously.
In addition to the ports mentioned above, switch should be provided
with stacking ports of minimum 40 Gbps or more stacking bandwidth
Switch should support both IPv4 and IPv6
Switch should have non-blocking switching fabric of minimum 88
Gbps or more.
Switch should have Forwarding rate of minimum 65 Mbps or more
Switch should support different power saving feature on port level
2. Layer 2 Features
IEEE 802.1Q VLAN tagging.
802. 1Q VLAN on all ports with support for minimum 1000 VLANs.
Support for minimum 16k MAC addresses.
Spanning Tree Protocol as per IEEE 802.1d
Multiple Spanning-Tree Protocol as per IEEE 802.1s
Rapid Spanning-Tree Protocol as per IEEE 802.1w
Self-learning of unicast & multicast MAC addresses per switch port.
Jumbo frames up to minimum 9000 bytes or more
Link Aggregation Control Protocol (LACP) as per IEEE 802.3ad.
Port Mirroring" functionality for measurements using a network
analyzer.
3. Layer 3 Features
Inter-VLAN IP routing for full layer 3 routing between two or more
VLANs.
IP unicast routing protocols static, RIPv1/v2 upgradable to OSPF and
latest standard RFC protocols /Features required to support current
and future functionalities and Operations of BSWAN 2.0 if needed.
Virtual Router Redundancy Protocol (VRRP) as per RFC 3768 or
BSEDC Tender Notice No: BELTRON/5292/2016

Page 189 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

equivalent.
Switch should support IGMP v1/v2/v3 as well as IGMP v1/v2/v3
snooping & Proxy. Switch should support upto 512 multicast groups
4. Quality of Service (QoS) Features
Switch should support classification and scheduling as per IEEE
802.1P on all ports.
Switch should support DiffServ as per RFC 2474/RFC 2475
Switch should support minimum four hardware queues per port.
Switch should support QoS configuration on per switch port basis.
Switch should support classification and marking based on IP Type of
Service (TOS) and DSCP
Switch should support bandwidth control or rate limiting features

DSCP value to the end device rather than the default value defined by
the network policy.
5. Security Features:
Switch should support MAC Address based Filters / Access Control
Lists (ACLs) on all switch ports.
Switch should support Port based Filters / ACLs.
Switch should support RADIUS and TACACS+ for access restriction
and authentication.
Secure Shell (SSH) Protocol, HTTP and DoS protection
, ARP spoofing, DHCP snooping etc.
Switch should support static ARP, Proxy ARP, UDP forwarding and IP
source guard
Switch should support RFC 2464 Transmission of IPv6 Packets over
Ethernet Networks, RFC 4862 IPv6 Stateless Address Auto
configuration, RFC 4213 Basic Transition Mechanisms for IPv6 Hosts
and Routers, RFC 1981 Path MTU discovery for IPv6,RFC 2460 IPv6
Specification, RFC 3484 Default address selection for IPv6, RFC 4861
Neighbour discovery for IPv6
6. Management Features

BSEDC Tender Notice No: BELTRON/5292/2016

Page 190 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

The switch should support Web-based Management


Switch should be SNMP manageable with support for SNMP Version
1, 2 and 3.
Switch should support all the standard MIBs (MIB-I & II).
Switch should support TELNET and SSH Version-2 for Command
Line Management.
Switch should support 4 groups of embedded RMON (history,
statistics, alarm and events).
Switch should support System & Event logging functions as well as
forwarding of these logs to multiple syslog servers.
Switch should support on-line software reconfiguration to implement
changes without rebooting. Any changes in the configuration of
switches related to Layer-2 & 3 functions, VLAN, STP, Security, and
QoS should not require rebooting of the switch.
Switch should have comprehensive debugging features required for
software & hardware fault diagnosis.
Switch should support Multiple privilege levels to provide different
levels of access.
Switch should support SNTP (Network Time Protocol)
Switch should support FTP/TFTP for software upgrade
Switch support multiple configuration file & backup config file
Switch should support internal hot swappable field replaceable
redundant power supply
NDPP/JITC Certification
Switch should also support UL/TUV/IEC

21.11

S No.
1.

IP TELEPHONY SYSTEM
Minimum Specifications

Compliance
(Y/N)

The IP telephony system should be a converged communication


System with ability to run TDM and IP on the same platform using
same software load based on server and Gateway architecture.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 191 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

2.

3.

4.

5.
6.

7.
8.
9.

10.

11.
12.
13.
14.
15.

The system should be capable of supporting analog and IP


Telephones. System should support up to 1000 IP users on the same
hardware that is supplied as part of this RFP. Necessary licenses for
1000 users should be enabled from day-1. However the IP EPABX
system should have the capability to scale up to 2000 users to achieve
the future capacity.
All the users to be managed in a single database, which is managed
centrally, no multiple databases. CLI/web based facility for all users
should be provisioned from day 1.
The system should be based on server gateway architecture with
external/internal server running on Linux OS.
The voice network architecture and call control functionality should
support both SIP & H.323.
The call control system should be fully redundant solution with no
single point of failure and should provide 1:1 redundancy. The solution
must provide geographical redundancy by separating the servers over
LAN/WAN. I.e. if the server in the main data center fails, the other
server, which is installed at geographically different location over
LAN/WAN should take over the entire communication network load.
The system to have distributed architecture and the centralized
control for all the IP PBX entities in the network.
It should be possible for the IP phone to be connected on the same
line which is connected to the computer i.e. Single wire to desk.
Call control server / appliance should be Intel based hardware with
necessary configuration to support the desired expandability. No
proprietary hardware is acceptable. It is desired to have support for
virtualization.
System should have in-built capability to automatically as well as
manually record and store calls into any voicemail box or a central
database, for later retrieval, sorting, searching through a web-based
browser interface. If in-built capability is not available, external
hardware & software needs to be quoted to achieve the same.
Call processing and call control functionality
Should support signaling standards / Protocols SIP, H.323
Voice CODEC support G.711, G.729
Video codecs: H.264
Video telephony support (H.323/ SIP)
Support for configuration database (contains system and device
configuration information, including dial plan)

16.

Should support minimum 6 party adhoc conferencing.

17.

Should have simultaneously at least 15 meet-me audio conferences


with 10 party in each conference.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 192 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

It should also have 64 party web collaboration.


18.
19.

20.
21.
22.
23.
24.
25.
26.

27.

28.
29.
30.
31.
32.
33.
34.
35.

System Management and monitoring


The System should have GUI support web based management console
Security
The protection of signaling connections over IP by means of
authentication, Integrity and encryption should be carried out
The password and Access Control must Include the following:
System Features
Hunt groups
Dialplan partitioning
The system should support at least 9 digit numbering scheme.
Distributed call processing
User Features
User should be able to log in from any IP Phone using username and
password and all the privilege should extend to that physical IP phone
IP PBX should support for mobility features providing Simultaneous
ringing on both Desk phone and GSM Mobile phone.
Should have voice mail for all users.
Soft Client with Presence Services
Soft client application should be able to make and receive phone calls,
point to point video calls and instant messages, host and attend audio
conferences.
Solution should provide a "presence" application for users, so that
they can see the availability status of their contacts in their contact list
and use Geo-tracking to determine their location.
The common supported status for this application should be available,
busy, DND, Ringing etc.
Should support the users to see other users IP phones on/off hook
states
The instant messaging application should support manual setting of
user status to: Available, Away, Do Not Disturb (DND) etc.
Presence based IM client should be available for Desktops (Windows
& Mac), as well as for Mobile phones (Android / iPhone)
Should support management of contact list and personal settings from
Presence based desktop application
The Softphone application should be downloadable from Google Play
store or Apple iTunes without any additional cost for any number of
device.
Video Telephony Features and Support

BSEDC Tender Notice No: BELTRON/5292/2016

Page 193 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

36.

The call control system should support integrated video telephony


features to the users so that user with IP Phone and video telephony
end point should be able to place video calls with the same user model
as audio calls.
Software Upgradation:

37.

Bidders should consider software upgrade licenses for 5 years.


PSTN Connectivity

38.

The system should be having minimum PSTN Gateway installed. Each


PSTN Gateway should be loaded with 2 x PRI trunk ports.
a. IP Phone:

S No.
1.
2.
3.
4.
5.
6.
7.
8.
9.

Minimum Specifications
The phone should meet the following specifications
The phone should be SIP/H.323 based.
Should have 2.5 or higher diagonal Display.
Should have full duplex speaker phone and support G.722
Wideband audio along with G.711, G.729/G.729 AB audio
compression codecs.
Should provide the directory services to the user by displaying
the missed, received and dialed call details including the caller
ID and calling time.
Should support POE Class 1 and external AC power adapter
option.
The phone should have two 10/100 BASE-T Ethernet ports, one
for the LAN connection and the other for connecting to
PC/laptop.
The phone should support QoS mechanism
IP Phone & IP PBX should be form the same OEM.

b. Video Phone:
S No.
Minimum Specifications
1.
Should have minimum 7" or more touchscreen display.
2.
3.
4.
5.
6.
7.

Compliance (Y/N)

Compliance (Y/N)

Should have high definition 1080p built in camera and support


Full HD 1080p video
Full-duplex speakerphone with wideband audio
Should have 2 x 10/100/1000 Ethernet LAN ports for
connecting LAN and PC
Should support POE
Codec Support:
Video: H.264 High Profile, H.264 AVC

BSEDC Tender Notice No: BELTRON/5292/2016

Page 194 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Audio: G.711, G.722, G.726, G.729a, G.729ab


8. Should have HDMI-out for connecting external monitor for
display
9. Should support HDMI in for PC input
10. Should be IEEE 802.11 a/b/g/n WiFI and Bluetooth 4.0
enabled
11. IP Video Phone & IP PBX should be form the same OEM.

21.12

NETWORK MANAGEMENT SYSTEM (NMS)

S No.
1.

Minimum Specification

Compliance
(Y/N)

Vendor should provide required hardware Operating System and


Database along with the latest version of NMS software that should be
seamlessly integrate at event and Database level with the existing setup
of NMS/EMS software running in Bihar Government.
The Monitoring Solution should provide Network Monitoring of
Complete IT Infrastructure. The product should be able to
monitor all of the below requirement.
Network Fault & Performance Monitoring
Traffic Flow Monitoring
The Monitoring Solution should provide Unified Architectural
design offering seamless common functions including but not
limited to:
i. Event and Alarm management,
ii. Auto-discovery of the IT environment,
iii. Performance and availability management
SLA Management, notifications
Reporting and performance matrics
Configuration Management
Proposed NMS software should be integrate with existing NMS/EMS
Helpdesk solution running in Bihar Government.
Device configuration

2.

The solution must automatically populate a list of interfaces


exporting Flow traffic to any of its collection devices without
user intervention or individual configuration of the reporting
interfaces on the system.
The proposed system should be able to administer configuration
changes to network elements by providing toolkits to automate
the following administrative tasks of effecting configuration
changes to network elements:

BSEDC Tender Notice No: BELTRON/5292/2016

Page 195 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

o
o
o
o
o

Capture running configuration


Capture startup configuration
Upload configuration
Write startup configuration
Upload firmware

The proposed system should be able to monitor compliance &


enforce change control policies within the diverse infrastructure
by providing data & tools to run compliance reports, track &
remediate violations, and view history of changes

Traffic monitoring
3.

The bidder must provide a solution for collecting Flow data from
multiple devices simultaneously across the network. The
proposed system must spot potential bottlenecks with colorcoded indicators for interfaces that breach defined thresholds
and durations
The proposed traffic monitoring system must help solving
performance problems faster using real-time reports and alarms
for every interface on the network .
The proposed traffic monitoring system must be able to track
100% of all flow traffic on the network and identify malicious
behavior with all IP conversations

Fault monitoring
4.

View status, performance, threshold


Apply de-duplication and correlation with monitoring
View thresholds, outages, and trends
Receive SNMP traps directly from devices
Generate and display events and alarms
Acknowledge, escalate, and clear alarms
Detect device faults based on data collected from devices

The Fault Management consoles must provide the topology map


view from a single central console.
The proposed Fault Management system should integrate with
existing setup of NMS/EMS software running at Bihar
Government and provide topology of complete infrastructure in
a single console.
The proposed Fault Management console must also provide
asset inventory reports and SLA reporting for the managed
network infrastructure.
The system must provide visualization tools to display network

BSEDC Tender Notice No: BELTRON/5292/2016

Page 196 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

topology and device to device connectivity. The system must


also be able to document connectivity changes that were
discovered since the last update
The system should provide discovery & inventory of
heterogeneous physical network devices like Layer-2 & Layer-3
switches, Routers and other IP devices and do mapping of LAN
& WAN connectivity with granular visibility up to individual
ports level.
The proposed solution should provide out of the box root cause
analysis with multiple root cause algorithms inbuilt for root
cause analysis.
The system must use advanced root-cause analysis techniques
for comprehensive analysis of infrastructure faults
The system should be able to support SNMP UPS devices for
fault monitoring of power failure issues.

Network view
5.

View your devices organized by their logical relationships, by their


locations, or by their device type
Select logical, location, or device-type groupings to perform tasks on
multiple devices at a time
Search for devices in your network
Define filters to selectively view specific logical, location, or device-type
groupings

6.

Help Desk

7.

Bihar Govt. is using Help Desk solution, Bidders should provide license
of Help Desk software which should be integrate with implemented
Help Desk solution under Bihar Govt. project at Database level or
propose equivalent solution for helpdesk management.
Reporting

o System shall identify over-and under-utilized links and assist in


maximizing the utilization of current resources.
o System shall provide Performance of Network devices like CPU,
memory & buffers etc, LAN and WAN interfaces and network
segments.
o It shall provide Real time network monitoring and Measurement
off end-to-end Network/ system performance & availability to
define service levels and further improve upon them.
o Detailed analysis of performance metrics and response time for the

BSEDC Tender Notice No: BELTRON/5292/2016

Page 197 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

o
o
o
o
o

8.

network shall be made available.


System shall identify how device resources are affecting network
performance, document current network performance for internal
use and service level agreements (SLA).
Service Level report that shows the elements with the worst
availability and worst response time-the two leading metrics used
to monitor SLAs.
It shall provide full-fledged Service Level monitoring and reporting
capability. Administrator shall be able to define metrics to be
measured, measure on such metrics and do comprehensive
monitoring
and
web-based
reporting
based
on
availability/downtime/response etc.
The system shall have a Web-based user interface and provide
service level reporting using a console. It shall support data
collectors distributed across locations on collection systems, which
shall be able to gather and measure statistics from the IT
infrastructure.
It shall be able to monitor and report on availability, delay of target
IP nodes i.e. router interfaces and also monitor and provide
reports on historical utilization of CPU, memory of critical
monitored servers running SNMP and system agents.
The type of engineering reports available for troubleshooting,
diagnosis, analysis and resolution purposes must conform the
following:
Trend Reports
Status at-a-glance Reports/Headline Report
Top N Utilization reports
E-mail notification when pre-defined thresholds are violated.
Historical graphs on the network performance and past trends, and
automated process restarts when required.

Managing Network Service Levels

The system should provide an outage summary that gives a high


level health indication for each service as well as the details and
root cause of any outage.
Root cause analysis of infrastructure alarms must be applied to
the managed Business Services in determining service outages.
SLA violation alarms must be generated to notify whenever an
agreement is violated or is in danger of being violated.
The system must provide the capability to designate planned
maintenance periods for services and take into consideration
maintenance periods defined at the IT resources level. In
addition the capability to exempt any service outage from

BSEDC Tender Notice No: BELTRON/5292/2016

Page 198 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

21.13

S No.

impacting an SLA must be available.


The system must provide the capability of Advanced Correlation
for determining Service health, performing root cause analysis,
and fault isolation.
The system must provide a historical reporting facility that will
allow for the generation of on-demand and scheduled reports of
Business Service related metrics/Performance Matrics with
capabilities for customization of the report presentation

AAA SOFTWARE

Specifications

Compliance
(Y/N)

1.

The AAA solution should be software based and should install on a


standard server.
2. This proposed solution should be able to enhance the security and
manageability using centralize user authentication, configuring the
appropriate access level, and ensuring compliance with enterprise
security policies.
3. It should support Authentication by validating any users login
credentials against a central security database to ensure that only
individuals with valid credentials will be granted network access
4. The proposed solution should be able to integrate with industry leading
Directory server like but not limited to LDAP server, Microsoft Active
Directory, RSA SecurID server, or TACACS+ server etc.
5. It should support Authorization by Providing information to the
network access device for each new connection (e.g., what IP address to
use, session time-limit information, or which type of tunnel to set up)
6. It should support Accounting and should Log all connections,
including user names and connection duration, for tracking and billing
7. The proposed solution should:
Centrally enforce network access and security policies.
Control who is authorized to access the network.
Configure restrictions or special characteristics of user access, such
as connection time limits or a requirement to meet a certain wireless
security level.
8. The proposed solution should provide reporting and statistics on
network activity, for readily available diagnostics.
9. The proposed solution should be compatible with SNMP-based
management systems.
10. The proposed solution should support features such as GUI and
replication to DR Site for simple configuration and maintenance.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 199 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

11. Should support the various Authentication methods like but not
limited to:
Native User Authentication
Authentication through integrating with an existing Directory
server
Pass-Through Authentication
External Authentication
Proxy RADIUS Authentication
Directed Authentication
12. Enable configuration either programmatically or at the command line
prompt.
13. It should support the replication of AAA configuration data from a
primary server to multiple replica servers within a replication realm.

21.14

VC ENDPOINTS

The proposed system must support PAL with a PTZ camera. The codec must be based on
ITU standards The VC End Point should be a codec based hardware. No software based
solution is accepted here. All components of the VC system like Codec, Camera and
Microphone should be from the same OEM.
Sr.
No.

Description

Compliance
(Y/N)

Minimum Specification Parameter

Package

Full HD 1080p camera, codec, Microphone Array, cables,


and remote control

Video
Standards and
Resolutions

It should support
communications.

H.323,

SIP

standards

for

It should support, H.263, H.264 AVC/SVC,H.264 High


Profile or better
It should support 1080p 60fps, 1080p 30 fps, 720p 60 fps
and 720p 30fps , 480p30 or better
3

Content
Standards and
Resolutions

It should support content sharing using standard based


H.239 and BFCP over SIP
It should support content resolution at HD 1080p @ 30fps
and 1080p60 fps
It should transmit both people and content simultaneously
to the far end location at 1080p @30 fps and 1080p60 FPS

BSEDC Tender Notice No: BELTRON/5292/2016

Page 200 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Audio
Standards and
Features

It should support G.711, , G.722, G.722.1, AAC LC /AAC-LD


or better
It should support 20kHz bandwidth with crystal clear audio
Automatic Gain Control and Automatic Noise Suppression
Instant adaptation of echo cancellation

Video and
Audio Inputs

1 x HD input for connecting main HD camera


1 x HDMI/DVI input for connecting PC/Laptop to share
HD content
1 x Microphone Input(Support for minimum 2 mics)
1 x 3.5mm stereo line-in

Video and
Audio Outputs

1 x HDMI output for connecting main monitor


1 x HDMI output for connecting second monitor on day one
1 x 3.5 mm stereo line-out

Other
Interfaces

1 x 10/100/1000 and 1 x 10/100 LAN port


2 x USB 2.0 for software upgrade or connecting external
devices

Camera

It should support 1080p60fps with 10x optical zoom and


65 field of view.
It should support PAN Range of +/90 and above and Tilt
of 10 +/- or +/- 25

Network
Features

H.323 and SIP bandwidth up to 3 Mbps point to point call


IPv4 and IPv6 support from day one
Auto Gatekeeper Discovery
IP Precedence
H.323 based Packet Lost Recovery

10

Security

Media Encryption (H.323, SIP): AES-128,


Authenticated access to admin menus, web interface and
telnet API
Endpoint password policy configuration should be offered

BSEDC Tender Notice No: BELTRON/5292/2016

Page 201 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

11

Other
Standards

H224/H.281, H.323 Annex Q, H.225, H.245, H.241, H.239,


H.243, H.460

12

Multipoint
upgrade

The Endpoint should have the capability to be upgraded


into multipoint ( 1+3 ) 1080p30 and should support a
bandwidth up to 8 mb/s on 1080p30 without changing
the hardware
Auto sensing power supply. 230V @ 50Hz

21.15
Sr. No.
1

VC MCU
Description

Specification Parameter

System

The proposed MCU should be able to integrate with


the existing NIC Video Conference Solution

Compliance
(Y/N)

The MCU shall be at least 1U provided with all the


necessary accessories to integrate into a 19 inches or
23 inches rack. The MCU should support redundant
power supply from day 1
The MCU shall operate on a non-Windows based
operating system, hardware based and redundant
power supply
The MCU shall have 2x10/100/1000 Mbps Ethernet
interface for IP communication and dedicated
serial/USB connection for maintenance/upgrade.

System Capacity

The MCU should support 180 ports at HD1080p


(transmit and receive) up to 4Mbps on IP in
continuous presence mode with 30fps and H.264
resolution and AES encryption on the MCU.
The MCU when working at a 480p 30 FPS and 16:9
resolution (transmit and receive). The MCU should
support a minimum of 720 ports.
The MCU should be able to maintain the dynamic
resource allocation capacity for 1080p, 720p and
480p30 participants simultaneously without / with
having to reboot or change any configuration. The
MCU should have provision to support a mix
conference with 682 ports @ 480p30 and 38 ports
@HD 720P from day one.
The MCU should also support H.320 with at least 2
PRIs on the same box (internal or external) without
loss of capacity or functionality.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 202 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider


The MCU should be flexible enough to support 50
PSTN Audio Ports without any change in hardware.
Same MCU must be flexible enough to support min
50 VOIP audio ports
3

Video Standards
and Resolutions

The MCU should support H.323, SIP standards for


communications.
The MCU should support H.261, H.263, H.264
AVC/ SVC, H.264 High Profile
The MCU should support, 1080p 30 fps, 720p 60
fps and 720p 30fps and 480p30

Content Standards
and Resolutions

The MCU should support content sharing using


standard based H.239 and BFCP over SIP with HD
1080p30 p resolution
The MCU should support H.239 and encryption in
ISDN,SIP & H.323 modes

Audio Standards
and Features

It should support G.711, , G.722, G.722.1, AAC LC


/AAC-LD or better
It should support 20kHz bandwidth with crystal
clear audio and stereo sound.
Automatic Gain Control and Automatic Noise
Suppression
Instant adaptation echo cancellation

MCU Features

The MCU shall support aspect ratio of 16:9 and 4:3.


The MCU shall support a mix of resolutions in both
Voice Activated mode and Continuous Presence.
Each endpoint shall receive at the maximum of its
capacity without reducing the capacity of another.
The MCU shall support user management by
implementing strong password policy implementing
maximum no. of concurrent user sessions and user
session timeout etc.
Dynamic CP layout adjustment (MCU will choose
the best video layout according to the number of
participants in the conference).Must support
embedded site naming, Active speaker with border
highlight video participant. The MCU must also
support the ability to view at least 16 sites minimum
simultaneously on the screen. These sites can be any
sites as selected by the administrator and not
restricted to the last 16 sites that were active.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 203 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider


The MCU should support distributed architecture
with intelligent and automatic call routing.
The MCU should be able to register and
authenticate with H.323 gatekeeper / any other like
Microsoft Lync.
7

Conference Feature

The MCU shall support conferences that


permanently exist but use no resources if no
participants are in the conference.
The MCU shall support a reservation plug-in for
scheduling calls.
Lecture and presentation mode
The MCU shall allow users to create conferences on
the fly from their endpoints without the need of an
operator and PC.
The MCU should support User and managed mute
control, DTMF support.
The MCU shall allow participants to change the
layout they see using their endpoints remote
control. This shall not affect the layout that anyone
else sees.
The MCU must support minimum 10 conference
layouts
The MCU must support scheduled, on demand calls
and hybrid calls in any combination across Port
capacity and it should be possible to
schedule/support multiple multiparty conferences
on the MCU from day one.

Network and
Security Features

The MCU shall support AES encryption using H.235


V3 for every participant without affecting any other
feature, functionality or port count.
The MCU must support separation of management
and media networks.
The MCU must support TLS for SIP
QoS ---Diffserv, IP Precedence. The MCU must
provide
standards
based
on
method
of
compensating and correcting for packet loss of
media streams.
The MCU shall interoperate with multiple vendors
endpoints. The supported mediums should be IP v4
and IP v6.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 204 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider


End to end solution should be from same OEM to
avoid any interoperability issues. The MCU should
be interoperable with endpoints of different make
especially the legacy systems.

21.16

VC GATEKEEPER

Sr. No.
1

Description
System

Compliance
(Y/N)

The System should be 19 rack mountable


appliance with minimum 1U size or more.
The System should be supplied with necessary
power cards, cables, connectors, CDs, manuals,
bracket accessories, wire managers and other
appropriate accessories.

Specification Parameter

System Capacity

The system should support registration of


atleast 720 and above H.323 and SIP devices.
The system should support minimum 720
concurrent calls and should support 1000
concurrent calls in future through software
license.

Gatekeeper Features

H.323 administrative zone establishment


Call establishment within a zone and between
zones with admission control
Bandwidth and session management within a
zone and between zones
Address lookup and resolution, and translation
between E.164 and IP addresses
Support H.323 gatekeeper Interoperability and
Interworking between SIP
The gatekeeper should support Active Directory
integration and enable each user with a
personal meeting room created with the AD
fields.

SIP Features

The Server should have ability to create


multiple SIP trunks to over SIP based call
control platforms. Supported configurations
include Microsoft Lync or other standards
based UC platforms from the same OEM or
third party

BSEDC Tender Notice No: BELTRON/5292/2016

Page 205 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider


The server should support SIP trunking to
connect Gatekeeper to other SIP Platforms for
Unified Communications (UC) integration
5

Bridge (MCU) Virtualization

The gatekeeper should be able to register


multiple MCUs
The Gatekeeper can actively monitor the MCUs
and know their usage level, availability and
status
If any of the MCU goes down then the
Gatekeeper should be able to route the call to
the next available MCU
It should uses advanced routing policies to
distribute voice and video calls among
Multipoint Control Units, or MCUS), creating a
single resource pool.
The system acts much like a virtual MCU,
greatly simplifying video conferencing resource
management and improving efficiency.
The Gatekeeper should have redundant power
supply from Day 1

21.17
Sr. No.

VC MANAGEMENT
Description

Specification Parameter

System

The central management should be an appliance based


server and should be able to schedule meeting quickly and
easily manage video conference infrastructure device
configuration and provision end-point.

System
Capacity

The Central management server must support a combination


of End Points devices capacity and Soft Clients adding up to
720 users from day one and must be scalable to register
minimum 1000 users in future through software license.

Provisioning

The system should be capable of automatic and scheduled


calls in which an administrator can configure one or more
endpoints with the set of information using the pull method
from the end point or push method at the endpoint level or
centrally service.

Compliance
(Y/N)

It should be possible for the endpoint to automatically pull


information configured at the endpoint using the pull
technique or push method

BSEDC Tender Notice No: BELTRON/5292/2016

Page 206 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Software
Update

It should be capable of automatic and scheduled mechanism


to upgrade the software on one or more endpoints with a
standard software package thereby eliminating the need to
upgrade each endpoint individually.
It should be possible for the endpoint to automatically to
configure the soft update profile and package from the device
or from the web

Management

The system should Automate and simplify the management


of video conference meetings and video conference
infrastructure

Scheduling

The system support schedule video conference meetings with


simple scheduler tools using the scheduler
Fast and simple scheduling through a Web-based interface or
Microsoft Outlook or IBM Lotus Notes; no new applications
to learn.

Directory
Services

Active Directory integration simplifies making and


scheduling calls by providing users access to global corporate
directories.
The system should store video dialing information in H.350
format

Other
Features

Provision to set default configuration profiles for all


terminals/end points of different brands for easy deployment
of solution either through push or pull technology as per the
technology offered
Call details records on screen or number of incoming and
outgoing calls and bandwidth usage. The necessary usage
details like no. of calls, bandwidth used etc. should be
available in a graphical form /PPT for the ease of the
administrator.
It must support the registration to LDAP /multiple address
books
It should provide open H.323 standard support of IP
endpoints, gateways, MCUs, and gatekeepers.

Soft clients

Full set of security and privacy should be maintained by the


application during log on. The application must support user
ID/password during log on.
The soft client should be compatible with Laptop/Desktop,
Tablets and Smartphones( on IOS and android OS )
The VC management should support at least 720 desktop
clients from the day one so that video, voice, content and
chatting features can be availed by the users in the network.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 207 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider


The solution should have a provision to connect 720 clients
or 180 Full HD client on Internet with a built in firewall and
NAT traversal client or using an external solution. Maximum
Clients on Internet will be to the capacity of the MCU of 720
ports @480p30
It must be possible to see to other participants or contacts
availability and status whether on video or audio and
seamless enterprise directory integration
The users must be able to use any standard based web
camera and head set for the use of the desktop client feature.
The desktop client must also be able to share content at any
time during a call either with another client or with hardware
based endpoint
The desktop clients should be able to control the far end
camera in case when connected to hardware based endpoint.
Provision of watching the self-view should also be there to
facilitate the user to feel his presence during a call.
It should support touch tone or DTMF codes while
connecting to a bridge
The desktop users should support making calls and share
content to endpoints within user network even when on
public network.
The point to point call between room endpoints should not
require MCU ports.
The Management server should have redundant power
supply from Day 1

21.18
Sr. No.
1

VC RECORDING
Description

Specification Parameter

Application
Features

Records single point and multipoint conferences with full


H.239 and BFCP content capture

Compliance
(Y/N)

High definition (HD) support with 720p and 1080p H.264


video
Playback of video content from endpoints/ web browsers
XML API support for third party integrations

BSEDC Tender Notice No: BELTRON/5292/2016

Page 208 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider


H.323 standards-based for use with third party conferencing
systems
2

Audio/Video
Support

Live Video Resolutions: C(S)IF, 4CIF, SD, HD 480p30


720p30 and HD1080p
Audio support: G.711 a and u, G.722, G.722.1, or better
Records in Window Media (WMV) / H.264/ MP4 video
formats

Recording

Should support 5 concurrent video conferencing recording


sessions with full video, audio and content. Upgradable to
support up to 10 concurrent video conferencing recording
session with full video, audio and content without change in
main hardware.
Records audio/video at varying bit rates 128kb/s or higher
Up to1080p HD record / playback, record calls in single
point and multipoint calls
Configurable recording templates to specify multiple bit
rates for streaming/ recording, video file formats and
content options
IVR support to provide users visual / verbal indicators of
status (recording,) or on the display /PC during desktop
conference
Multiple methods for recording direct from a video
endpoint, MCU / bridge or from the admin user interface

Playback

Archived playback to H.323 endpoint /PC using web


browser /mobile IOS and Android )
Search and sorting options for archives from endpoint
interface/laptop /PC using web browser / Mobile ( IOS and
Android)
Offload converted video content for playback on other
multimedia devices
Windows media download option for video editing or
distribution using editing option through third party
software

Streaming

High Definition one 1080p live stream, otherwise flexible


enough to stream 5 or more recorded conferences max up
to 1080p 30 resolution .
Multicast / Unicast up to 720 concurrent web viewers

BSEDC Tender Notice No: BELTRON/5292/2016

Page 209 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Capacity

Up to 600 hours of storage at 1080p resolution of H.323


video, audio and content

Security

User and endpoint viewing and recording rights


authorization
AES media encryption
TLS/SSL and HTTPS Support

Other
Features

System should be appliance based solution and should not


be a software based solution. The appliance should be from
the same OEM(quoting MCU and endpoints)
The Recording should have redundant power supply from
Day 1

21.19

SERVER

Complian
ce (Y/N)

Sr.
No.

Description

Specification Parameter

1.

Processor

Minimum 2x 8-core latest generation 64bit Intel


server processors of at least 2.40 GHz/higher with
at least 20 MB/higher L3 Cache and 7.2 GT/s Bus
Speed capable of holding 2 physical processors

2.

Chipset

Latest OEM chipset supporting an optimized for


the above processor

3.

Memory

RAM (min/max): 32 GB/512 GB DDR-3 ECC


RDIMM RAM

4.

Hard Disk
Drives

Minimum 6 x 600GB SAS Hard Disk Drives upgradeable upto at least 16 drives

5.

Optical Drive

Internal DVD-ROM drive

6.

I/O slots

At least 6 PCIe Gen2 slots

7.

RAID support

Support for RAID 0,1, 5

8.

Network
Interface

Minimum 2 x Internal Dual Gigabit adapter,


optional 10G adapter without consuming any extra
slot

9.

Graphics

Integrated Graphics with at least 16MB Video


Memory

10.

Server
Management

OEM embedded controller with IPMI 2.0


compliance and Server Management Tool from

BSEDC Tender Notice No: BELTRON/5292/2016

Page 210 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

same OEM
11.

Ports

Minimum 5 USB 2.0 ports(2 each on rear and


front, 1 internal), 1 Serial, keyboard, mouse,
graphics (DB-15)

12.

Power supplies

Redundant Platinum rated efficient Power Supply


(at least 750 Watts each) to sustain above
configuration.

13.

Cooling

Hot plug and redundant fans

14.

Additional
Management
with industry
standard
compliance

ACPI 3.0 Compliant, PCI 2.3 compliant, PXE and


WOL Support, IPv4 and IPv6 support

15.

industry
standard
certifications

The quoted server models should have the


following Certifications Microsoft Windows ,
Linux,

16.

Form Factor

Max. 2U Rackable form factor with sliding rails

17.

OEM
certification

The server OEM must be ISO-14001

18.

Warranty
support

5 years onsite warranty by OEM

19.

Operating
System

OEM should provide enterprises Network OS

20.

Cloud Support

The supported Model should support the cloud


Technology

21.20
Sr. No.

1.
2.
3.
4.

DESKTOP

Description

Specification Parameter

CPU

Latest Generation 64 bit X86 i7 processor 3.5 GHz 6MB cache or higher

Slots

Minimum 2 or higher PCI / PCIe slots

Chipset

Latest series 64 bit chipset

Memory

Minimum 8 GB- DDR4with minimum 2


DIMM slots and 16 GB expandability

BSEDC Tender Notice No: BELTRON/5292/2016

Compliance
(Y/N)

Page 211 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

5.
6.

Hard Disk Drive

1TB - 6 Gb/s controller and 7200 rpm

Monitor

22" - TFT or better

7.

104 keys minimum OEM keyboard


Keyboard and mouse

8.
9.

legacy ports

PS2, Serial and Parallel

Bays

Minimum 3 bays or higher

10.
Ports
11.

Graphics

12.
13.
14.

9 litres or higher

Optical drive

DVD Rom drive

Operating System

16.

Security

17.

Certifications

18.

Warranty

21.21

6 USB Ports (with at least 2 USB 3.0 ) at least


2 in front, support for dual display, audio
ports for microphone and headphone in front
, internal speaker.
System should support 2 GB or higher
graphics card

Chassis

Network

15.

Including Multimedia Components to


Support High Quality Video Conferencing

Gigabit Ethernet card with support for remote


wake up.
Windows 8.1 Professional or higher -64 bit
with recovery disk
Power on password , Administrator password
(via BIOS)
Linux , Windows 8.1 , Energy star 6.0/ BEE
Star, ROHS
5 Year Warranty

ANTI-VIRUS SOLUTION

Sr. No Specification

Compliance Y/N)

All the Solutions should be virtualization aware providing


flexibility of deploying the solution both in Virtualization and
1 physical environment.
The antivirus solution should have enhanced protection from
Network virus/Worms, Trojans, Key loggers, Intrusions,
Conceivably harmful websites/Phishing sites, Malicious
2
behavior, data loss, web based threats, root kits, mixed threats,
BSEDC Tender Notice No: BELTRON/5292/2016

Page 212 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

real-time compressed executable files, spyware/gray ware etc.

Should have Compressed File Detection and Repair and should


also be able to reduce the risk of virus/malware entering the
network by blocking files with real-time compressed executable
3 files.
Should have Unknown Virus Detection & Repair. Should have
behavioral & Heuristic scanning to protect from unknown
4 viruses.
Must be capable of cleaning viruses/malware even without the
availability of virus cleanup components. Using a detected file as
basis, it should be able to determine if the detected file has a
corresponding process/service in memory and a registry entry,
5 and then remove them altogether
Must have the capability to detect and clean Virus and also
perform different Scan Actions based on the virus type (Trojan/
6 Worm, Joke, Hoax, Virus, other)
Should have buffer overflow protection integrated with AV scan
engine for protection from threats/exploits that uses buffer
overflow vulnerability regardless of presence of signature / OS
7 patches
Should have cloud-client infrastructure with Reputation services
like File Reputation, Web Reputation & Email Reputation
8 working in correlation.
Should have centralized management console to give
administrators transparent access to all clients and servers on
the network and also provide automatic deployment of security
policies, AV signatures, and software updates on every client
9 and server. ""
Should support Active Directory integration and also have
security compliance to leverage Microsoft Active Directory
services to determine the security status of the computers in the
network and also have logical group based on IP addresses
10 (Subnets).
Establish separate configuration for internally versus externally
11 located machines (Policy action based on location awareness)
12 Should have Configurable Scanning.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 213 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Must have behavior monitoring to restrict system behavior and


malicious changes in applications, keeping security-related
13 processes always up and running.
Should have device control to regulate the access to external
storage devices and network resources, and also provide the
granular level access like No Access, Read Only, Read & write,
14 Full Access etc.""
Must provide the flexibility to create firewall rules to filter
connections by IP address, port number, or protocol, and then
15 apply the rules to different groups of users
Must reduce network traffic generated when downloading the
latest signature by downloading only incremental updates of
16 signatures and scan engine.
Reduces network bandwidth consumed during pattern updates.
The bulk of pattern definition updates only need to be delivered
to the cloud or some kind of repository and not to many
17 endpoints
Should be able to update definitions & scan engine on the fly,
18 without a need for reboot or stopping of services on servers.
Must have the flexibility to roll back the Virus Pattern and Virus
19 Scan Engine if required
Should have the capability to assign a client the privilege to act
as a update agent for the update other clients virus definitions
20 also..
Should enable administrators to easily move clients (who have
changed departments, for example) from one physical parent
server to another simply by dragging and dropping through the
21 central management console.
Should have role based administration with active directory
integration to add the custom role type and also use the
22 predefined roles as per requirement.
Should have multiple client deployment options like Web install
page, Remote installation, MSI/EXE package installation, Login
23 Script, Vulnerability Scanner etc.
Should have enhanced tamper protection that guards against
unauthorized access and attacks, protecting users from viruses
24 that attempt to disable security measures.
25 Should support 32bit and 64bit operating systems

BSEDC Tender Notice No: BELTRON/5292/2016

Page 214 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Should have Cache files for scans which can help up to 40%
26 improvement to speed performance.
Should have a feature of scan cache based on digital signatures
27 or on-demand scan cache.
It should recognize a missed event on a machine, which was
28 switched off, and restart the same when machine is turned on.
Should have feedback option so that if any threat (new/earlier)
is found, then relevant data can be automatically collected and
transferred to the research team for further analysis to be
conducted, and consequently, advanced solutions can evolve
29 and be provided.
Should have enhanced tamper protection that guards against
unauthorized access and attacks, protecting users from viruses
30 that attempt to disable security measures.
Should support plug-in modules designed to add new security
features without having to redeploy the entire solution, thereby
reducing effort and time needed to deploy new security
31 capabilities to clients and servers across the network
Must have Plug-in solutions - State full Inspection Firewall/IPS,
VDI, Data Protection, Mac Protection, and Mobile Protection
without any additional installation and should provide single
32 console
Must provide Data Loss Protection as an plug-in solution with
the capability of data protection with multichannel monitoring,
33 robust rules, and predefined policy templates.
Data Protection must have File Attribute, Key words and Pattern
34 based technology in single solution.
The solution must support IPv6 and must be capable of blocking
35 and detecting of IPv6 attacks.
Data Protection should work in both environment - Workgroup
36 and AD with User/ Group/Domain based policy creation option.

21.22

Sr. No

CENTRAL MANAGEMENT SYSTEM (CMS)

Specification

Compliance
(Y/N)

1 Solution should have single console to Manage dekstop AV , Servers

BSEDC Tender Notice No: BELTRON/5292/2016

Page 215 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Should be a Software Solution Integrated, centrally-managed security


2 frameworkfor a unified defense
Simplifies administration with automated update deployment and
3 license renewal
4 Provides single sign-on, eliminating the need to logon to each product
Consolidates data for a master view of Central Manager servers
5 throughout the network
6 Simplifies administration with a centralize management
7 should have capability for consolidating updates and global alerts
Should have Intelligence with customizable, flexible reports for easy
8 interpretation
9 Expands visibility into individual clients, reducing desk-side visits
Software should Ensures only authorized personnel make critical
10 changes to the security environment
11 Assigns specific privileges based on predefined administrative roles
12 Allows user-defined customizable administrative roles
Supports visibility into clients so central IT can remotely monitor and
13 manage client security
14
15 Solution should support Role based administration
Should have capability to control the Outbreak scenario such as
16 applying/ removing policy related to outbreak as when required.
Should have capability to provide critical alerts during virus outbreak,
17 action taken on infections, suspicious vulnerability detection
Should be able to produce the reports on scheduled and one-time
basis and shall also be able to automatically deliver reprots via email
18 to designated users
Reports shall support the following formats: PDF, RTF, ActiveX,
19 Crystal Reports
20 Consolidated Report

BSEDC Tender Notice No: BELTRON/5292/2016

Page 216 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

21.23

NETWORK PASSIVE COMPONENTS

a. UTP/STP Cable
Description

Compliance (Y/N)

Category 6A Unshielded Twisted / Unshielded Foiled Twisted 4 pair


cable shall be compliant with TIA/EIA-568-C.2 Category 6A, ISO
11801-2co2 Class E. Cat6A cable should be tested up to 800MHz. The
cable should meet all the requirements of IEEE 802.3an. 4 Connector
ETL Certificate need to be submitted for quoted part codes.
Category 6A UTP / U/FTP cables shall extend between the work area
location and its associated telecommunications closet and consist of 4
pair, 23 AWG, UTP/U/FTP.
The 4 pair Unshielded/ Foiled Twisted Pair cable shall be UL Listed
All Category 6A cables shall meet or exceed the following characteristics:
Construction: 4 twisted pairs separated by internal X shaped, 4 channel,
polymer spine / full separator. Half shall not be accepted.
Conductor Solid bare Copper
Conductor Diameter 0.560.005mm (23 AWG)
Insulation :High Density Polyethylene
Jacket Flame Retardant PVC
Outer Diameter 8mm nominal
Temperature Range -20 to +70C
b. 24 Port UTP/ STP Jack Panel
Description

Compliance (Y/N)

Should be made of powder coated steel, in 24 port Cat6A configurations.


Allow for a minimum of 200 re-terminations without signal degradation
below standards compliance limit.
Have port identification numbers on the front of the panel.
Should have self-adhesive, clear label holders (transparent plastic
window type) and white designation labels with the panel, with optional
color labels / icons.
IDC: Suitable for 22-26 AWG stranded and solid wire compatible with
both 110 & Krone punch down tools

BSEDC Tender Notice No: BELTRON/5292/2016

Page 217 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Each port / jack on the panel should be individually removable on field


from the panel.
Improved cable management with optional cable management bar
The Cat-6A transmission performance is in compliance with the
ANSI/TIA/EIA 568C.2 standard

c. Single Port UTP/STP information Outlet


Description

Compliance (Y/N)

Single Port
Write on labels in transparent plastic window supplied with plate
Screw hole covers to be supplied with plate
Face Plate with shutter
Should be able to support variety of jacks UTP, STP, Fiber, Coax etc.
Category 6A, TIA568 C.2 standard
All information outlets, 22-26 AWG copper cable shall:
Use insulation displacement connectors (IDC)
Allow for a minimum of 200 re-terminations without signal degradation
below standards compliance limits.
Be constructed of high impact, flame-retardant thermoplastic with color
and icon options for better visual identification.
Shutter is on face plate / Information Outlet
Insertion force: 20N max ( IEC 60603-7-4 )
IDC : Housing PC + glass fiber , UL 94 V-2, 568A/B configuration

d. UTP/STP Patch Cord -1Mtr


Description

Compliance
(Y/N)

Category 6A UTP/STP Patch Cord (Factory Crimped) --1Mtr


The Patch Cord shall, at a minimum comply with proposed TIA/EIA-568C.2 Commercial Building Cabling Standards Transmission Performance
Specifications for 4 pair Category 6A Cabling.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 218 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

RJ45 Jack: Housing: ABS+PC, UL94V-0, Black colour


Contact Bracket: PC, UL 94V-2, transparent colour
RJ45 Jack Contact: Material: Phosphor bronze with nickel plated, Finish:
50 micro-inch gold plated on plug contact area
IDC: Housing: PC + glass fiber., grey colour, UL 94V-2
Terminal: Phosphor Bronze with tin plated
Conductor: 24 AWG multi-strands
Conductor: Bare Copper
Insulation: HDPE/ LSZH
Material: PVC UL94V-0
Cycle: at least 750times.
Operating temperature: 10oC to 80oC / -20C to +60C

e. UTP/STP Patch Cord -2Mtr


Description

Compliance (Y/N)

Category 6A UTP/STP Patch Cord (Factory Crimped) --2Mtr


The Patch Cord shall, at a minimum comply with proposed TIA/EIA568-C.2 Commercial Building Cabling Standards Transmission
Performance Specifications for 4 pair Category 6A Cabling.
RJ45 Jack: Housing: ABS+PC, UL94V-0, Black colour
Contact Bracket: PC, UL 94V-2, transparent colour
RJ45 Jack Contact: Material: Phosphor bronze with nickel plated,
Finish: 50 micro-inch gold plated on plug contact area
IDC: Housing: PC + glass fiber., grey colour, UL 94V-2
Terminal: Phosphor Bronze with tin plated
Conductor: 24 AWG multi-strands
Conductor: Bare Copper
Insulation: HDPE/LSZH
Material: PVC UL94V-0
Cycle: at least 750times.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 219 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Operating temperature: 10oC to 80oC / -20C to +60C

f. Technical Specification for Racks


i.
Rack Specification 15 U:
Item
Description

Basic Structure

Cabinet should be as per DIN 41494/ CPRI


standards, Basic structure of CRCA Steel, bottom
and side frame at least 1.2 mm thickness., It
should be able to take load of 40 Kg,for easy
assembling at site.

Front Door

Front Glass toughened and tinted, with Easy


detachable hings. Glass Door with lock should
be easily removable type.

Side Panel

Fixed Side Panel with top & bottom vented


for easy air flow.

Space

Height It Should Provide 15U Usable Space

Compliance(Y/N)

Width It should be minimum 600mmW and


19 mounting should be there
Depth It should be minimum 500mm With
1U Cable Manager

Wall Mounting

Provision for easy wall mounting should be


there with appropriate anchor fasteners

Floor Standing

Provision for easy Floor Standing facilities

Heat Management

Rack must be provided with fan. Fan should be of


AC 230V with flow volume of at least 90CFM

BSEDC Tender Notice No: BELTRON/5292/2016

Page 220 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Powder Coating
Details

Thickness Powder Coating of minimum 80 to 100


Microns with scratch resistance properties.
To avoid corrosion & rusting : Rack to be powder
coated with Nano ceramic pretreatment process
using a zirconium coat

Shelving Options

Wall mount rack should be provided with 1


Fixed shelf (ventilated) for resting various
equipment.

Power

Rack should have PDU, 19, 6x5 Amp with


Indicator, 16 Amp switch and 1.5 meter
cable with 15 amp molded plug top.

Management

Rack should have SPD with Maximum


continuous voltage [L-N] Uc 320V.
Maximum continuous voltage [N-PE] Uc
255V.
Nominal
discharge
current
(8/20us)In. 20kA. Maximum discharge
current (8/20us)Imax 40kA. Lightning
Impulse current (10/350) [N-PE] Iimp <
12.5kA. Voltage Protection Level [L-N]Up
< 1.5kV. Voltage Protection Level [NPE]Up < 1.5kV. Short circuit withstand
current 25kA/50Hz. Degree of protection
IP 20.
Manufacturers
Details

ii.
Item

1. Manufacturer should have ISO


9001-2008,
CE,
OHSAS
18001
Certifications, Certificates needed to be
submitted.
2. Process of Manufacturing of rack
should have ROHS complied.

24-27 U Rack Specification:


Description

Basic Structure

Compliance(Yes/No)

Cabinet should be as per DIN 41494/ CPRI


standards, Basic structure of CRCA Steel,
bottom and side frame at least
1.2 mm thickness., It should be able to take
load of 40 Kg, With Complete Knock down
modelfor easy assembling at site.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 221 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Front Door

Front Glass toughened and tinted, with


Easy detachable hings. Glass Door with lock
should be easily removable type.

Side Panel

Fixed Side Panel with top & bottom vented


for easy air flow.

Space

Height It Should Provide 24 U / 27 Usable


Space
Width It should be minimum 600mmW
and 19 mounting should be there
Depth It should be minimum 500mm
Witch 1U Cable Manager

Wall Mounting

Provision for easy wall mounting should be


there with appropriate anchor fasteners

Floor Standing

Provision for easy Floor Standing facilities

Heat Management

Rack must be provided with fan. Fan


should be of AC 230V with flow volume of
at least 90CFM

Powder Coating

Thickness Powder Coating of minimum 80 to


100 Microns with scratch resistance properties.

Details

To avoid corrosion & rusting : Rack to be


powder coated with Nano ceramic
pretreatment process using a zirconium
coat
Shelving Options

Wall mount rack should be provided with 1


Fixed shelf (ventilated) for resting various
equipment.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 222 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Power

16 Amp 8 Outlet 1 U Metered PDU with


10/100Mbit Ethernet Interface with
support for TCP/IP, UDP, HTTP, HTTPS,
SSL, DHCP, SMTP, NTP, DNS, Auto
Sense, Ping, SNMP V1,V2&V3 with bank
level netering & monitoring. It should
Support
2-level
account/password
security, IP/MAC filter, 128 bit SSL,
RADIUS. It should Support Browser (IE,
Firefox, Chrome, Safari).

Management

It should also have 2 Environment


Monitoring Ports : support external
temperature/temperature & humidity
sensors for rack temperature and
humidity monitoring . It should have
Current,
voltage,
power,
power
dissipation, temperature, and humidity
metering and threshold level setting .
Power Cord Length 3 m. Temperature
(Operating / Storage) 0 50C / -20
60C & Humidity (Operating & Storage)
0 80% RH, Non-Condensing .
Manufacturers
Details

iii.
Item

1. Manufacturer should have ISO


9001-2008,
CE,
OHSAS
18001
Certifications, Certificates needed to be
submitted.
2. Process of Manufacturing of rack
should have ROHS complied.

36 U Network Rack
Description

Material

Compliance (Y/N)

The frame should be made of heavy duty, heavy grade


aluminium profiles designed to accept front and rear
doors and side panels, which close within the frame
itself. The Racks shall be of CKD (Complete Knock
Down) design for easy accessibility at site as and when
required
It should be Floor Standing Enclosure

Size (Width)

600mm / 800mm

BSEDC Tender Notice No: BELTRON/5292/2016

Page 223 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Height

Height overall: 2068 mm & Height Usable: 1868 i.e.42U

Depth

Depth overall: 1000mm & Depth Usable: 899 mm

Mounting
Angle

Two Pairs of 19" Mounting Angles with U marking

Doors

Front and Rear perforated door with hexagonal


perforation for better air movement across the Rack.

Top & Bottom Top cover and Bottom panels with cable entry facilities.
Cover
Cable entry cut out
Equipment
cooling

Each rack should be compatible with floor- throw as well


as top-throw Data centre cooling system.

Floor
Standing
accessories

All Floor Mounting accessories required to set up the


rack. Castors with foot brakes

Earthing

Enclosures shall be bonded to the protective earth


system or communications earth system (CES) using a
minimum 2.5 sq mm conductor.
16 Amp 8 Outlet 1 U Metered PDU with
10/100Mbit Ethernet Interface with support for
TCP/IP, UDP, HTTP, HTTPS, SSL, DHCP, SMTP,
NTP, DNS, Auto Sense, Ping, SNMP V1,V2&V3
with bank level netering & monitoring. It should
Support 2-level account/password security,
IP/MAC filter, 128 bit SSL, RADIUS. It should
Support Browser (IE, Firefox, Chrome, Safari).

Power
Distribution

Color
Powder
Coating

It should have 2 Environment Monitoring Ports :


support external temperature/temperature &
humidity sensors for rack temperature and
humidity monitoring . It should have Current,
voltage, power, power dissipation, temperature,
and humidity metering and threshold level
setting . Power Cord Length 3 m . Temperature
(Operating / Storage) 0 50C / -20 60C &
Humidity (Operating & Storage) 0 80% RH,
Non-Condensing .
& Color should be Black. Rack to be powder coated with
Nano ceramic pre-treatment process using a zirconium
coat. Powder coating thickness shall be 80 to 100

BSEDC Tender Notice No: BELTRON/5292/2016

Page 224 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

microns. The Powder coating process should be ROHS


compliant
Load Rating

Minimum 850 Kg

Standard

Rack should conform to DIN 41494 /CPRI Standard

ISO
Certification

Rack manufacturer should have ISO 9001-2015


certification and certificates needed to be submitted with
technical compliance

iv.
36U Server Rack
Description

Compliance (Y/N)

IT Enclosure for low to medium density server and applications that


has compact width to optimize data centre space.
42U 600mm Wide x 1200mm Deep Enclosure with Sides
Baying hardware , Key(s) , Keyed-alike doors and side panels ,
Leveling feet , Mounting Hardware , Pre-installed casters , Side
Panels
1200mm (48in) deep enclosures should include four channels.
Channels should be pre-installed at the factory in the rear of the
enclosure but can be moved to other locations of the enclosure along
the side brace to resituate cable management
Maximum Width : 600.0 mm
Maximum Depth : 1200.0 mm
Minimum Mounting Depth : 7
Maximum Mounting Depth : 41
Rack Height: 42 U
Approvals: ISO 9001-2015/CPRI
RoHS Compliant
Power Distribution Unit: 16 Amp 8 Outlet 1 U Metered PDU with
10/100Mbit Ethernet Interface with support for TCP/IP, UDP,
HTTP, HTTPS, SSL, DHCP, SMTP, NTP, DNS, Auto Sense, Ping,
SNMP V1,V2&V3 with bank level netering & monitoring. It should
Support 2-level account/password security, IP/MAC filter, 128 bit
SSL, RADIUS. It should Support Browser (IE, Firefox, Chrome,
Safari).

BSEDC Tender Notice No: BELTRON/5292/2016

Page 225 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

It should have 2 Environment Monitoring Ports : support external


temperature/temperature & humidity sensors for rack temperature
and humidity monitoring . It should have Current, voltage, power,
power dissipation, temperature, and humidity metering and
threshold level setting . Power Cord Length 3 m . Temperature
(Operating / Storage) 0 50C / -20 60C & Humidity
(Operating & Storage) 0 80% RH, Non-Condensing.

21.24

TECHNICAL SPECIFICATION FOR LINK LOAD BALANCER

Specification

Compliance (Y/N)

Architecture
Should be an appliance with minimum 8 GB RAM and minimum 256 GB
SSD drive to meet desired performance as well as to support multiple
load balancing features.
Should have minimum 4 x 1G UTP ports, 2 x 1G SFP ports, 2x 10G SFP+
ports
Should have minimum 10 Gbps throughput from day 1.
Should support minimum 4 million concurrent connections from day 1
Appliance should provide full ipv6 support and OEM should be IPv6
gold-certified. OEM should be listed vendor for ipv6 phase-2
certification
Load balancing and other features
Should support multiple links in active-active load balancing and activestandby failover modes.
Should support outbound and inbound load balancing algorithms like
round robin, weighted round robin, target proximity and dynamic
detection
Should support static NAT, port based NAT and advanced NAT for
transparent use of multiple links.
Should detect link failure in less than 30 seconds and divert traffic to
other available links. Should provide individual link health check based
on physical port, ICMP, user defined ports, and destination path health
check. Should support binding multiple health check, application specific
VIP health check, and next gateway health check

BSEDC Tender Notice No: BELTRON/5292/2016

Page 226 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

Appliance should have security features like reverse proxy firewall, Syncflood and dos attack protection features from the day of installation.
Should have application acceleration feature
Should support persistency including RTS and IP flow persistence
Should support application load balancing without additional license
cost
Clustering and failover
Should provide comprehensive support for HA based on per-VIP based
active-active & active-standby unit redundancy. Should support stateful
session failover with connection mirroring
Should have support for secondary communication link for backup.
Should support floating IP addresses and groups for stateful failover.
Should support minimum 256 floating IP addresses for a floating group.
Should support inbuilt failover decision conditions including unit
failover, group failover and reboot. Should support defining customized
rules for gateway health check. Should support configuration
synchronization at boot time and during run time to keep consistence
configuration on both units
Should support high availability
Should support software based site selection feature to provide global
load balancing features on same appliance
Should have Redundant Power Supply (RPS).
Management
Should support extensive reporting features like http squid or
customized http logging with inbuilt TCP dump and syslog.
Should have console, SSH, and GUI management interface
Should be dual bootable to fall back to last known good configuration
OEM Eligibility Criteria
Technical Assistance Canter must be available in India from last 3years
with toll free number.
OEM should have minimum 20 employees in India and business
commencement in India before 5 years

BSEDC Tender Notice No: BELTRON/5292/2016

Page 227 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

RMA canter should be available in India


Certificate from OEM to be submitted along with support documents for
eligibility criteria verification

21.25

MODEM FOR BHQ BSNL LINK

Sl.

Item

Modem for BHQ


BSNL Link

Description

Compliance(Y/N)

The modem should be SNMP based


2. The Modem should have G.703
E1+64K Co-Directional + Ethernet.
3. The Modem should have a Valid TEC
certificate
as per Latest GR.No.IR/DCA/18/04 OCT 2005
and all the interfaces must be
mentioned in
the TEC copy with same part code.
4. Range: 5 KMs and more than 1000
Ohms Line
resistance on 0.5 mm. Dia. Copper
cable @ 2
Mbps in 2-wire; the same should be
approved
by TEC and the distance should be
mentioned
in TEC certificate.
1.

Modelfor easy assembling at site.

BSEDC Tender Notice No: BELTRON/5292/2016

Page 228 of 228

BSWAN 2.0 RFP for Selection of Managed Service Provider

21.26
1

TECHNICAL SPECIFICATION FOR DHQ AIR CONDITIONER

Air Conditioner

2 tons, 5-star Split Air Conditioner with


Voltage Stabilizer

Compliance
(Y/N)

Nominal Capacity: 2 ton


Cooling capacity: 7 kW 2%
Electricity input: 230V/50Hz/Single Phase
Coefficient of performance: 3.5 (Minimum)
Max. Ambient temperature: 480 C 5%
Moisture removal rate: 2 10% litre/ hour
Air flow rate: 5.6 cmm (Min)
Noise level
Indoor unit: Less than 45 db
Outdoor unit: Less than 55 db
Function modes: Auto/Cool/Fan/Dry
shall have sleep and power saving modes
Other features: - Automated vertical swing
for horizontal louvers
- Antifreeze thermostat
Compress: Rotary type
Body surface finish: powder coated/high
quality paint finish
Air filtering unit: Activated carbon
cartridge, dust proof and antibacterial filter
Length of tubing: 15 m or as per the
installation requirement
Remote handset: LCD display with night
glow
Voltage Stabilizer: Stabilizer having ISI
quality certification and rating that matches
with the power rating of the A/C unit

BSEDC Tender Notice No: BELTRON/5292/2016

Page 229 of 229

You might also like