annexure 'a'...annexure 'a' sr. no. rfp chapter no. rfp clause no. rfp page...

14
Annexure 'A' Sr. No. RFP Chapter No. RFP Clause No. RFP Page No. Clause Details as per RFP Query/Clarification/ Suggestion Change in RFP Committee Recommendations 1 3 3.1.6.iv 13 The OEM must have supplied Min 50 units in India to Telecom operators/Govt Deptt/PSUs. We are New organization in NMS space and Rather we have supplied and we are working with several Telecom and Government organizations 50 will be too big a figure to qualify. We need your support for an Indian startup and Make in India Product. Kindly dilute this clause. The OEM must have supplied and installed Min 50 RTU units in India to Telecom operators/Govt Deptt/PSUs. Copies of Purchase order and satisfactory Performance Certificate/ Project completion / Phase completion reports with minimum required quantity 2 3 3.1.2 12 Average Annual Turnover of the bidder during financial years FY 2014-15, 2015-16 and 2016-17 should be at least Rs. 40 Crores. Kindly relax this clause with Average annual turnover of 20 Crores. This will increase the competition providing better revenues to RISL. no change 3 3 3.1.4 12 In this clause, it is mentioned that the projects which are under implementation can also be accepted. Also, whether the Factory Acceptance Certificate can be accepted as a valid document. Kindly confirm on the same. 4 3 3.1.4 12 Request you to kindly relax/amend this clause as below "The bidder/OEM must have successfully completed/under implementation the Supply of Test Equipment for Fibre Optic Cabling (like OTDR, Power Meter, Laser Source, Splicing Machine, RTUs, etc.) of value not less than the amount of Rs. 15 Crore in total in India for Govt Deptt/PSU/Telcom Operators during the period from 01/04/2014 onwards." 5 3 3.1.4 12, 13 a. Projects executed with in the agency‘s own company, group of companies, Joint Venture companies shall not be considered. b. Bidders involved in OFC laying projects with RISL/DoIT&C, with referenec to tenders mentioned in this RFP are not allowed to participate in this tender. c. Bidder selected in this tender will not be allowed to participate in any upcoming OFC laying tenders of RISL/DoIT&C for the duration of this tender/project. Please confirm whether relaxation will be provided on this clause i.e. a, b and c or not and also please confirm that no sister company/ partner company/subsidary firm of OFC laying projects with RISL/DoIT&C will be allowed to participate. no change Pre Bid Queries responses for NIB Ref. No. F4.6(242)/RISL/Tech/2017/6817 dated 6.11.17 The bidder must have successfully completed/under implementation the Supply of Test Equipment for Fibre Optic Cabling (like OTDR, Power Meter, Laser Source, Splicing Machine, RTUs, etc.) of value not less than the amount of Rs. 15 Crore in total in India for Govt Deptt/PSU/Telcom Operators during the period from 01/04/2014 onwards. The bidder must have successfully completed/under implementation the Supply of Test Equipment for Fibre Optic Cabling (like OTDR, Power Meter, Laser Source, Splicing Machine, RTUs, etc.) or Telecom product (like Router, switche, NMS) of value not less than the amount of Rs. 15 Crore in total in India for Govt Deptt/PSU/Telcom Operators during the period from 01/04/2014 onwards. 1.Project/phase complition of mentioed value 2. Factory test report of supplied active hardware. Page 1

Upload: others

Post on 17-Mar-2020

12 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Annexure 'A'...Annexure 'A' Sr. No. RFP Chapter No. RFP Clause No. RFP Page Clause Details as per RFP Query/Clarification/ Suggestion Change in RFP Committee Recommendations 1 3 3.1.6.iv

Annexure 'A'

Sr. No.

RFP

Chapter

No.

RFP Clause

No.

RFP Page

No.

Clause Details as per RFP Query/Clarification/ Suggestion

Change in RFP Committee Recommendations

1 3 3.1.6.iv 13

The OEM must have supplied Min 50

units in India to Telecom

operators/Govt Deptt/PSUs.

We are New organization in NMS space and Rather we have

supplied and we are working with several Telecom and

Government organizations 50 will be too big a figure to

qualify. We need your support for an Indian startup and

Make in India Product. Kindly dilute this clause.

The OEM must have supplied and installed Min 50 RTU units in

India to Telecom operators/Govt Deptt/PSUs.

Copies of Purchase order and satisfactory

Performance Certificate/ Project

completion / Phase completion reports

with minimum required quantity

2 3 3.1.2 12

Average Annual Turnover of the

bidder during financial years FY

2014-15, 2015-16 and 2016-17

should be at least Rs. 40 Crores.

Kindly relax this clause with Average annual turnover of

20 Crores. This will increase the competition providing

better revenues to RISL.

no change

3 3 3.1.4 12

In this clause, it is mentioned that the projects which are

under implementation can also be accepted. Also,

whether the Factory Acceptance Certificate can be

accepted as a valid document. Kindly confirm on the

same.

4 3 3.1.4 12

Request you to kindly relax/amend this clause as below

"The bidder/OEM must have successfully

completed/under implementation the Supply of Test

Equipment for Fibre Optic Cabling (like OTDR, Power

Meter, Laser Source, Splicing Machine, RTUs, etc.) of

value not less than the amount of Rs. 15 Crore in total in

India for Govt Deptt/PSU/Telcom Operators during the

period from 01/04/2014 onwards."

5 3 3.1.4 12, 13

a. Projects executed with in the

agency‘s own company, group of

companies, Joint Venture companies

shall not be considered.

b. Bidders involved in OFC laying

projects with RISL/DoIT&C, with

referenec to tenders mentioned in

this RFP are not allowed to

participate in this tender.

c. Bidder selected in this tender will

not be allowed to participate in any

upcoming OFC laying tenders of

RISL/DoIT&C for the duration of

this tender/project.

Please confirm whether relaxation will be provided on

this clause i.e. a, b and c or not and also please confirm

that no sister company/ partner company/subsidary firm

of OFC laying projects with RISL/DoIT&C will be

allowed to participate.

no change

Pre Bid Queries responses for NIB Ref. No. F4.6(242)/RISL/Tech/2017/6817 dated 6.11.17

The bidder must have successfully

completed/under implementation the

Supply of Test Equipment for Fibre

Optic Cabling (like OTDR, Power

Meter, Laser Source, Splicing

Machine, RTUs, etc.) of value not

less than the amount of Rs. 15 Crore

in total in India for Govt

Deptt/PSU/Telcom Operators during

the period from 01/04/2014

onwards.

The bidder must have successfully completed/under

implementation the Supply of Test Equipment for Fibre Optic

Cabling (like OTDR, Power Meter, Laser Source, Splicing Machine,

RTUs, etc.) or Telecom product (like Router, switche, NMS) of

value not less than the amount of Rs. 15 Crore in total in India for

Govt Deptt/PSU/Telcom Operators during the period from

01/04/2014 onwards.

1.Project/phase complition of mentioed

value

2. Factory test report of supplied active

hardware.

Page 1

Page 2: Annexure 'A'...Annexure 'A' Sr. No. RFP Chapter No. RFP Clause No. RFP Page Clause Details as per RFP Query/Clarification/ Suggestion Change in RFP Committee Recommendations 1 3 3.1.6.iv

Annexure 'A'

Sr. No.

RFP

Chapter

No.

RFP Clause

No.

RFP Page

No.

Clause Details as per RFP Query/Clarification/ Suggestion

Change in RFP Committee Recommendations

Pre Bid Queries responses for NIB Ref. No. F4.6(242)/RISL/Tech/2017/6817 dated 6.11.17

6 3 3.1.6.iii 13

Offered Optical Fibre NMS must

have successfully been implemented

in two projects, for Telecom

operators/Govt Deptt/PSUs

Please allow to submit the successfully implemented

orders in INDIA and abroad both if only OEM is

considered.

Offered Optical Fibre NMS must have successfully been

implemented in two projects, for Telecom operators/Govt

Deptt/PSUs in INDIA

7 3 3.1.6.iv 13

The OEM must have supplied Min

50 units in India to Telecom

operators/Govt Deptt/PSUs

Please allow to submit the min 50 units supplied details

in INDIA and abroad both by OEM. Else, kindly accept

the projects which are under implementation. Also,

whether the Factory Acceptance Certificate can be

accepted as a valid document. Kindly confirm on the

same.

Please refer modified clause

8 4 4.3.S.no2 21

T + 90 Days

90% of the CAPEX (Ref. Fin. Bid)

on successful UAT of deployed

OFNMS & supplied test equipment

for Optic Fibre cabling

T + 90 Days

95% of the CAPEX (Ref. Fin. Bid) on successful UAT

of deployed OFNMS & supplied test equipment for

Optic Fibre cabling against delivery.Please amend.

100% of the total OPEX (Ref. Fin. Bid) on monthly

basis. Please amend

9 4 4.3.S.no3 21

Remaining 10% of the total CAPEX

(Ref. Fin. Bid) payable half yearly in

10 equal installments (i.e. 1% of

CAPEX) after the date of Go-LIVE

of project.

Remaining 5 % of the total CAPEX (Ref. Fin. Bid

against BG for five years. Please amend

10 6 30 49 Warranty

The testing equipments asked in the tender are all optical

testing and measuring equipments which require a

proper Repair lab environment, Calibration systems and

cannot be repaired onsite. These equipments can only be

repaired at an Authorised Service Center for proper

accuracy.

no change

11Annexure

2Point A 61

The system shall also be capable of

sending alarm/fault/alert information

(email and SMS) to other solutions

using SNMP Protocol [get, set,

traps]/ Web Services API / HTTP on

the North Bound side.

In the clause mentioned, is the email and/or sms going

to be triggered with other solution.

our understanding is the email/SNMP option is to trigger

the SMSC for system sms messages.

the integration of the SNMP to the operator tool will be

to the opertor end, as the SNMP V1/V2c / V3 offered is

a standard set.

Is the Scope of Work as per above or different pls clarify,

if not we will need a clear scope of work to ascertain the

tool wtih which the integration to be done.

The system shall also be capable of sending alarm/fault/alert

information (email and SMS) to other solutions using SNMP

Protocol [get, set, traps]/ Web Services API / HTTP on the North

Bound side. SMS and Email gateway will be provided by RISL and

bidder is required to integrate proposed solution with existing

gateways.

1. 40% of the CAPEX (Ref. Fin. Bid) on delivery

2. 50% on successful UAT of deployed OFNMS & supplied test

equipment for Optic Fibre cabling & after Go-Live

3. 1)Remaining 10% of total CAPEX value shall be paid in

installment of 1% after each half year upto 5 years.

OR

Remaining 10% of total CAPEX value, shall be paid against bank

guaranty of equal value valid for 5 years from the date of Go-Live.

2) 100% of the total OPEX (Ref. Fin. Bid) payable half yearly in 10

equal installments after the date of Go-LIVE of project.

Page 2

Page 3: Annexure 'A'...Annexure 'A' Sr. No. RFP Chapter No. RFP Clause No. RFP Page Clause Details as per RFP Query/Clarification/ Suggestion Change in RFP Committee Recommendations 1 3 3.1.6.iv

Annexure 'A'

Sr. No.

RFP

Chapter

No.

RFP Clause

No.

RFP Page

No.

Clause Details as per RFP Query/Clarification/ Suggestion

Change in RFP Committee Recommendations

Pre Bid Queries responses for NIB Ref. No. F4.6(242)/RISL/Tech/2017/6817 dated 6.11.17

12Annexure

2Point B 63

The Fault Mapping GIS Server

shall have the option to use

commercially available maps, such

as Here Maps, Open Street Maps

(OSM) or Bing Maps in the

background with the ability to

change them on-the-fly.

Need clarification as any one of these is feasible/ fine , in

addition bidder could provide other maps too.

As such Here maps is used more in Automobiles and

would suggest/ recommend to go for the latest available

maps with the best updations available

The Fault Mapping GIS Server shall have the option to use

commercially available maps, such as Here Maps, Open Street

Maps (OSM), Bing Maps or other latest updated available maps

in the background with the ability to change them, wituout

restarting the system.

13Annexur

e-2 Point C 65

The required patch-cords, pigtails,

connectors etc to put through the

RTUs need to be supplied with the

unit.

Please clarify ,What would be the min. length required

between rack where the RTU units are placed and the

ODF/cable termination panel and the connector type at

ODF.

The required patch-cords, pigtails, connectors etc to put

through the RTUs, equal to the number of ports of RTU, need

to be supplied with the unit, of appropriate size/length.

14Annexure

2Item No.2 69

The bidder shall provide High

availability solution

Every OEM has their own server configuration for the

ONMS Solution and according complete solution is

implemented. So would be better to make it optional or

OEM to specifiy the kind/type of HA or Database

backups or disaster recovery solution to be offered rather

than a specific type.

The bidder shall provide two ONMS servers, to be placed at

physically two different locations. Both system should be in

high availabiliy and have automatically synced database.

15Annexure

2Item no.3 69, 70

The units shall be supplied with

OEM Power Adapter along with

all required accessories at

designated locations.

Pls clarify is an adapter required external or to be

integrated into the system/ hardware. Having a integrated

power supply is best efficient and manageable, different

bidders would have capabilities of integrated/

hotswappable/ hard wired which is best in the racks as

seen in rack server.

The system should either work on 230 VAC or the units shall be

supplied with OEM Power Adapter (if required) along with all

required accessories at designated locations.

16Annexure

2

Item No.8.1075

Display: 3.5 inch color LCD touch

Screen

For Laser source : It should be optionsl Black/white

screen or touch screen so that all oems can comply so

you are kindly requested to please amend the same and

not make it OEM specific..

17Annexure

2Item No.9.16 76

Display: 3.5 inch color LCD touch

Screen

For power meter : It should be optional Black/white

screen or touch screen so that all OEM's can comply, so

you are kindly requested to please amend the same and

not make it OEM specific.

18Annexure

2

Item No.9.976

Measurement Range -75 to + 26

dBm

Measurement range option should be removed, as for

power meter the power range mentioned is correct i.e.

+10 to -60 dBm (Item9.9, point no. 3, page 76)

clause deleted

19Annexure

13Sl. No. 5   90, 91 Financial Bid

we see only capex & opex , there is no line stating or

requiring services such as I&C, training, integration etc

as mentioned in the RFP, Pls clarify would these be

required or not is not clear. Pls clarify.

no change

20 3 3.1.2 12

Average Annual Turnover of the bidder

during financial years FY 2014-15, 2015-

16 and 2016-17 should be at least Rs.

40 Crores.

This means no start up company initiated by Govt of India

cant be participated in this tender. DO you have any criteria,

how any start up company can participate in this tender.

no change

Display: 3.5 inch color LCD touch Screen/buttons.

Page 3

Page 4: Annexure 'A'...Annexure 'A' Sr. No. RFP Chapter No. RFP Clause No. RFP Page Clause Details as per RFP Query/Clarification/ Suggestion Change in RFP Committee Recommendations 1 3 3.1.6.iv

Annexure 'A'

Sr. No.

RFP

Chapter

No.

RFP Clause

No.

RFP Page

No.

Clause Details as per RFP Query/Clarification/ Suggestion

Change in RFP Committee Recommendations

Pre Bid Queries responses for NIB Ref. No. F4.6(242)/RISL/Tech/2017/6817 dated 6.11.17

21 33.1.4

12

The bidder must have successfully

completed/under implementation the

Supply of Test Equipment for Fibre

Optic Cabling (like OTDR, Power Meter,

Laser Source, Splicing Machine, RTUs,

etc.) of value not less than the amount

of Rs. 15 Crore in total in India for Govt

Deptt/PSU/Telcom Operators during

the period from 01/04/2014 onwards.

a. Projects executed with in the

agency‘s own company, group of

companies, Joint Venture companies

shall not be considered.

Same here, no start up company can have turn over of 15Cr

against test equipments in OFC. Also restricting for bidding

by consortium also putting barrier for start up company to

participate.

Since it’s a govt of India initiative for making digital India and

it needs participation on many vendors and bidders for the

progress of country. Making such qualification criteria, it may

possible of non-particpation of max bidders and hence

restrricting of infusing better technology for OFC monitoring

solution.

Please refer modified clause

Page 4

Page 5: Annexure 'A'...Annexure 'A' Sr. No. RFP Chapter No. RFP Clause No. RFP Page Clause Details as per RFP Query/Clarification/ Suggestion Change in RFP Committee Recommendations 1 3 3.1.6.iv

Annexure 'A'

Sr. No.

RFP

Chapter

No.

RFP Clause

No.

RFP Page

No.

Clause Details as per RFP Query/Clarification/ Suggestion

Change in RFP Committee Recommendations

Pre Bid Queries responses for NIB Ref. No. F4.6(242)/RISL/Tech/2017/6817 dated 6.11.17

22 3 3.1.1 12

The bidder should be a Proprietorship

firm duly registered either under the

Rajasthan Shops & Commercial

Establishments Act, 1958 or any other

Act of State/ Union, as applicable for

dealing in the subject matter of

procurement

(Note: A self-certified declaration

regarding the non-applicability of

registration to any Act should be

submitted by the bidder)

OR

A company registered under Indian

Companies Act, 1956

OR

A partnership firm registered under

Indian Partnership Act, 1932.

OR

Firms registered under Limited Liability

Partnership Act

Consortium shall not be allowed.

Please clarify as why the consortium bid is not allowed ? no change

23 3 3.1.6 13

i. The OEM must be a registered

company /office in India for last Five

financial years.

ii. The OEM must have service centre in

India

iii. Offered Optical Fibre NMS must

have successfully been implemented in

two projects, for Telecom

operators/Govt Deptt/PSUs.

iv. The OEM must have supplied Min 50

units in India to Telecom

operators/Govt Deptt/PSUs.

Copy of valid Registration Certificates

under Indian Companies Act, 1956

AND

Copy of list of operational authorized

service centre in India duly signed and

sealed by authorized signatory of OEM.

AND

Copies of Work Order/ Project

completion / Phase completion

Only one or two OEM who are based outside has qualify this

criteria. This the policy they try to put in many tenders for

restricting others to participate. There is no Indian OEM for

this solution. The solution itself is imported. When as a state,

you want to have better and most suitable technology for

OFC monitoring, our suggestion is to remove this OEM

criteria of placing 50 RTUs in India. You may put 50 RTUs or

more from OEM to be operational globally . Fiber monitoring

technology is new in India, so giving criteria of selling 50RTUs

in India, just restricting other OEM to participate.

Please clarify the need for OEMas why the consortium bid is

not allowed ?

Please refer modified clause

Page 5

Page 6: Annexure 'A'...Annexure 'A' Sr. No. RFP Chapter No. RFP Clause No. RFP Page Clause Details as per RFP Query/Clarification/ Suggestion Change in RFP Committee Recommendations 1 3 3.1.6.iv

Annexure 'A'

Sr. No.

RFP

Chapter

No.

RFP Clause

No.

RFP Page

No.

Clause Details as per RFP Query/Clarification/ Suggestion

Change in RFP Committee Recommendations

Pre Bid Queries responses for NIB Ref. No. F4.6(242)/RISL/Tech/2017/6817 dated 6.11.17

24Annexure

2Point C 64

Attenuation Dead Zone < = 4m

Event Dead Zone < = 0.8m

Number of data points: up to 256,000

This is vendor /OEM specific requirements :

As we understand this RTU will be placed on DHQ to monitor

back bone OFCs for district to district connectivity. We have

to understand the reason for OFC cuts happens. Since OFC is

buried under soil and normally there will be no digging

everyday. Once in a while, may be JCB works or any other

reason, OFC may get cut. System should able to detect the

cut instantly.

Since RTU will be doing polling method to detect the cut, for

example for 48ports RTU, if its possible cable one by one

with pre-scheduled timinings, it will not be able to detect cut

instanstly. One next cycle of possible, it will only detect the

cut.

1. Its important to detect the cut instantly, which is not

possible by present RTU solution

2. Once cut or fault is detected, it gives tentetive optical

distance, now GIS solution to be there to locate the cut to

provide localization of the cut / fault. Once FRV team goes

for rectifciation, it may observer JCB works or any other

works and identify the exact location of fault. If he finds fault

location within 1 or 2 m accuracy, it should be okay.

But giving dead zone parameter less than .8m and number of

sampling point more than 256000, you will be just increasing

the price of solution. This kind of OTDR is not absolutely

required for OFC monitoring.

no change

25Annexure

2Point C 64

The RTU shall be equipped with media

storage using SSD – solid state disk and

not the moving parts such as magnetic

hard disk.

The disk space shall be large enough to

store up to 20GB of test results or all

data generated by a preventive

maintenance test campaign on four (4)

fibres, on a one per hour (1/h)

acquisition rate for 30 consecutive days

as a minimum

This is totally single OEM / vendor specfic features. No need

to have SSD of 20GB at RTU end, since it is connected to

server to monitoring. Any deviation from reference will be

sent to server through MIB.

The RTU shall be equipped with media storage large enough to

store at least one month data or all data generated by a

preventive maintenance test campaign on four (4) fibres, on a one

per hour (1/h) acquisition rate for 30 consecutive days as a

minimum

26 3 3.1.4.b 12

Bidders involved in OFC laying projects

with RISL/DoIT&C, with reference to

tenders mentioned in this RFP

are not Allowed to participate in this

tender.

It is requested to allow parent/Sister Firms of the

Organization doing OFC laying projects with RISL/DoIT&C,

with reference to tenders mentioned in this RFP for

healthy competition

no change

Page 6

Page 7: Annexure 'A'...Annexure 'A' Sr. No. RFP Chapter No. RFP Clause No. RFP Page Clause Details as per RFP Query/Clarification/ Suggestion Change in RFP Committee Recommendations 1 3 3.1.6.iv

Annexure 'A'

Sr. No.

RFP

Chapter

No.

RFP Clause

No.

RFP Page

No.

Clause Details as per RFP Query/Clarification/ Suggestion

Change in RFP Committee Recommendations

Pre Bid Queries responses for NIB Ref. No. F4.6(242)/RISL/Tech/2017/6817 dated 6.11.17

27 3 3.1.4.c 12

Bidder selected in this tender

will not be allowed to participate in any

upcoming

OFC laying tenders of RISL/DoIT&C for

the duration of this tender/project.

It is requested to allow Selected

bidders in upcoming OFC laying tenders of RISL/DoIT&C for

the duration of this tender/project as the nature of works are

different.

no change

28 3 3.1.6.i 13

The OEM must be a registered

company /office in India for last Five

financial years.

It is requested to change

The OEM must be a registered

company /office in India for last Ten financial years. For

OEM stability and Presence in India.

no change

Page 7

Page 8: Annexure 'A'...Annexure 'A' Sr. No. RFP Chapter No. RFP Clause No. RFP Page Clause Details as per RFP Query/Clarification/ Suggestion Change in RFP Committee Recommendations 1 3 3.1.6.iv

Annexure 'A'

Sr. No.

RFP

Chapter

No.

RFP Clause

No.

RFP Page

No.

Clause Details as per RFP Query/Clarification/ Suggestion

Change in RFP Committee Recommendations

Pre Bid Queries responses for NIB Ref. No. F4.6(242)/RISL/Tech/2017/6817 dated 6.11.17

29 3 3.1.6.ii 13The OEM must have service

centre in India

It is requested to change the

clause with The OEM must have TL 9000 and ISO9000

certified service center in India for assured Quality of Service

center.

Valid Certificate to be provided.

The OEM must have TL 9000 or ISO9000 certified service

centre in India to assure Quality of Service.

Valid Certificate to be provided.

Valid TL9000 or ISO9000 Certificate to be

provided.

30 3 3.1.6.iii 13

Offered Optical Fibre NMS

must have successfully been

implemented in two projects, for

Telecom operators/Govt Deptt/PSUs.

It is requested to change the

clause with Offered Optical Fibre NMS must have

successfully been implemented in two projects,

for Telecom operators/Govt Deptt./PSUs in India for

minimum qty of 100 nos. RTUs in each project and be in

continuous successful operation since last 3 years or

more (for Product reliability and stability in working

condition)

Documents required: Copies of Purchase order and

Performance Certificate for minimum three years of

successfull operation

Offered Optical Fibre NMS

must have successfully been implemented in two projects, for

Telecom operators/Govt Deptt/PSUs.

Copies of Purchase order and satisfactory

Performance Certificate need to be

submitted.

31 3 3.1.6.iv 13

The OEM must have supplied

Min 50 units in India to Telecom

operators/Govt Deptt/PSUs.

It is requested to change the

clause The OEM must have supplied Min 200 RTUs in India to

Telecom operators/Govt Deptt/PSUs.

Documents Required: Copies of Purchase order and

performance certificate.

Please refer modified clause.

32 4 4.3 Sr. No. 2 21

Supply and Installation of

Mentioned equipment as per the BoM

(Annexure-1) Timeline

It is requested to change the

Payment Terms as below

i)Payment of 70% of the total Supply Value at the

time of Delivery

ii)Payment of 25% of the total supply value After Installation

and Commissioning

iii) Remaining 5% of the

Total CAPEX (Ref. Fin.

Bid) payable half yearly in 10 equal installments after the

date of Go- LIVE of system

Please refer modified clause

33Annexure

2

Note Point no.

361

An OEM shall authorized

maximum two bidders to

participate.

It is requested to allow an OEM

to Authorize maximum three bidders to participate to have a

healthy competition

clause deleted

34Annexure

2Point B 63

SNMP or web service shall

have direct connection to the

RTU so that real time fault notices can

be retrieved.

It is requested to change RTU

with Server.

SNMP or web service shall have direct connection to the RTU so

that real time fault notices can be retrieved by the supplied

ONMS..

35Annexure

2Point C 64 Attenuation Dead Zone <= 4m

It is requested to change

Attenuation dead zone <= 2m for more precise and accurate

fault finding.

no change

Page 8

Page 9: Annexure 'A'...Annexure 'A' Sr. No. RFP Chapter No. RFP Clause No. RFP Page Clause Details as per RFP Query/Clarification/ Suggestion Change in RFP Committee Recommendations 1 3 3.1.6.iv

Annexure 'A'

Sr. No.

RFP

Chapter

No.

RFP Clause

No.

RFP Page

No.

Clause Details as per RFP Query/Clarification/ Suggestion

Change in RFP Committee Recommendations

Pre Bid Queries responses for NIB Ref. No. F4.6(242)/RISL/Tech/2017/6817 dated 6.11.17

36Annexure

2Point C 64

Number of data points: up to

256,000.

It is requested to change the

Data points to 512000 for getting more accurate resultsno change

37Annexure

2Point C 64

The Optical switch must have

lifetime of One billion of switching

cycle

It is requested to change lifetime to 100 million Switching

cycle which enough for more than 15 years of life span.

The Optical switch must have

lifetime of minimum 100 million of switching cycle.

38Annexure

2Point C 64

The disk space shall be large

enough to store up to 20GB of test

results or all data generated by a

preventive maintenance test campaign

on four (4) fibres, on a one per hour

(1/h) acquisition rate for 30

consecutive days as a minimum.

It is requested to change it to adequate memory for last

one month results which is more than enough on RTU part as

all the results/Memory is already at Server. Please refer modified clause.

39Annexure

2Point C 65

Environment Storage -5°C to

70°C

It is requested to change Storage temperature to -5°C to 60°C

which is more than enough.

Environment Storage -5°C to

55°C

40Annexure

2Item No. 1 66

The NMS shall be able to

trigger an on-demand

test trough SNMP protocol to the RTU

that is monitoring the fibre attached to

the network equipment

It is requested to change RTU

with Server.

The supplied NMS shall be able to

trigger an on-demand

test trough SNMP protocol to the RTU that is monitoring the fibre

attached to the network equipment

41Annexure

2Item No. 6.1 71

Display :

The display shall be Minimum

6-inch touchscreen

It is requested to allow Display

size will be Minimum 5 inch touch screen as OTDR is a

field equipment and it should be hand held which is also the

requirement of RFP

Display :

The display shall be Minimum

4.5-inch touchscreen

42Annexure

2Item No. 6.4 71

The Instrument shall include

the following

I/O interfaces: Two USB 2.0 ports and

one RJ-45 LAN 10/100 Mbit/s

It is requested to change it to USB ports only as OTDR is a

field equipment and there is no any significance of RJ-45 port

in Field.

The Instrument shall have two I/O interfaces: USB 2.0 ports or RJ-

45 LAN ports.

43Annexure

2Item No. 6.5 71

The OTDR must have internal

inbuiltstorage capacity of 2GB

memory and shall

store at least 20,000 test results.

It is requested to change storage capacity to 10000 test

results as it is more than enough and results can be taken by

using pen drive with USB port and keep it in PC.

The OTDR must have internal

inbuiltstorage capacity to store at least 10,000 test results

44Annexure

2Item No. 6.10.ii 72

a. on wavelength 1310nm

Minimum 42dB or better

b. on wavelength 1550nm

Minimum 41dB or better

It is requested to change

Dynamic Range which is more

than enough for 100Km Link.

a. wavelength 1310nm

Minimum 40dB or better

b. on wavelength 1550nm

Minimum 40dB or better

a. on wavelength 1310nm

Minimum 40dB or better

b. on wavelength 1550nm

Minimum 40dB or better

45Annexure

2

Item No.

6.10.iii72 Event Dead Zone: 0.6m

It is requested to change it to 1 meter as the value

mentioned is limiting the comptetion with single

manufacturer.

Event Dead Zone: 1m or better

Page 9

Page 10: Annexure 'A'...Annexure 'A' Sr. No. RFP Chapter No. RFP Clause No. RFP Page Clause Details as per RFP Query/Clarification/ Suggestion Change in RFP Committee Recommendations 1 3 3.1.6.iv

Annexure 'A'

Sr. No.

RFP

Chapter

No.

RFP Clause

No.

RFP Page

No.

Clause Details as per RFP Query/Clarification/ Suggestion

Change in RFP Committee Recommendations

Pre Bid Queries responses for NIB Ref. No. F4.6(242)/RISL/Tech/2017/6817 dated 6.11.17

46Annexure

2Item No. 6.12 72 Output power: -2.5 dBm.

It is requested to not fix the value as it varies with

manufacturers and there is no difference in testing with

this value.

clause deleted

47Annexure

2Item No. 6.13 72 Display Range: 0.1 to 300Km.

It is requested to change the

Distance range from 0.1 to

200km or maximum 250km as it is more than enough.

Display Range: 0.1 to 250Km.

48Annexure

2Item No. 6.15 72

Distance Accuracy:

(±0.75+0.0025% x

distance +resolution or better

It is requested to change it with

(±1 m) ± (sampling resolution)

±(1.10–5 x distance), excluding group index uncertainties .

As given value is limiting the competiton .

Distance Accuracy:

(±1m) ± sampling resolution ± (1.10–5 x distance) or better

49Annexure

2Item No. 7.14 73

At least 20,000 Results including Date,

Splice Mode, Error message, Estimate

Splice Loss, Cleave Angle, Axial Offset,

Cleave Angle Threshold, Estimate Splice

Loss Threshold, Arc Power and Arc

Time

It is requested to change the

clause to 10000 splice results as it is more than enough for

splicing machine as there is not much significance of Splicing

Machine results because it is to be verified with OTDR only.

At least 10,000 Results including Date,

Splice Mode, Error Message, Estimate Splice Loss, Cleave Angle,

Axial Offset, Cleave Angle Threshold, Estimate Splice Loss

Threshold, Arc Power and

Arc Time

50Annexure

2Item No. 8.4 75

Output Power Range

≥1/≥1 for 1310 and 1550nm

It is requested to change Output Power Range to 0 to -3 dBm

for adjustable output settable in 0.01dB steps so that field

team can change the output power for better understanding

of Fiber Loss.

no change

51Annexure

2

Item No. 8.11,

8.1375

Optical Connector: FC-PC

Optical Connector: SC-PC

Both The points are same so it is requested to clarify

the connector type

Optical Connector: FC-PC or SC-PC (as per requirement)

52Annexure

2Item No. 8.15 75

Operating time for battery:

>100 hours

It is requested to change Battery Life >10 hrs as the batteries

are rechargeable and can be charges any time as per the

requirement

Operating time for battery:

>100 hours for non-chargeable batteries

or

>10hrs for rechargable battery

53Annexure

2Item No. 9.2 75

Wavelength Range:

850,980,1300,1310,1450,1

490,1550,1625n

It is requested to change the

range from 800 to 1700nm in the steps of 1nm or Calibrated

wavelengths 850,980,1300,1310,1490,1550,

1625nm as it covers all the

wavelength which is required for testing

no change

54Annexure

2Item No. 9.3 76

Power Range: +10 to -60 dBm

Measurement Range -75 to +

26 dBm

Both the points are same with

Different value so it is requested to change higher

Measurement range -75 to 26dBm for all type of Power

Measurement testing

Measurement Range -60 to +

26 dBm

55Annexure

2Item No. 9.15 76 Batter Life >300 Hrs (Typical)

It is requested to change Battery

Life >10 hrs as the batteries are rechargeable and can be

charges any time as per the requirement

Operating time for battery:

>100 hours for non-chargeable batteries

or

>10hrs for rechargable battery

56 3 3.1.6.i 13The OEM must be a registered

company /office in India for last Five

financial years.

The OEM must be a registered company in India for

minimum last Ten financial years.

Document required: Copy of Valid Registration

Certificate.

no change

Page 10

Page 11: Annexure 'A'...Annexure 'A' Sr. No. RFP Chapter No. RFP Clause No. RFP Page Clause Details as per RFP Query/Clarification/ Suggestion Change in RFP Committee Recommendations 1 3 3.1.6.iv

Annexure 'A'

Sr. No.

RFP

Chapter

No.

RFP Clause

No.

RFP Page

No.

Clause Details as per RFP Query/Clarification/ Suggestion

Change in RFP Committee Recommendations

Pre Bid Queries responses for NIB Ref. No. F4.6(242)/RISL/Tech/2017/6817 dated 6.11.17

57 3 3.1.6.ii 13The OEM must have service center

in India

The OEM must have TL 9000 and ISO9000 certified

service center in India.

Documents Required: Valid TL9000/ISO certificate

Please refer modified clause

58 3 3.1.6.iii 13

Offered Optical Fiber NMS must

have successfully been

implemented in two projects, for

Telecom operators/Govt Deptt

/PSUs.

Our understanding for qualification criteria is as under:

“Offered Optical Fibre NMS must have successfully

been implemented in two projects, for Telecom

operators/Govt Deptt./PSUs in India for minimum qty of

50 nos. RTUs in each project. Also these systems are

in continuous successful operation since past 3 years

or more.”

And to get above verified bidders need to submit

“ Copy of PO/I&C Certificate and performance letter

from user.”

Pl. clarify if above understanding is correct.

Please refer modified clause

59 3.1.6.iv 13The OEM must have supplied Min

50 units in India to Telecom

operators/Govt Deptt /PSUs.

We understand that this clause is for Optical Fiber

Network Management System and our understanding

for this clause is as under:

“The OEM must have supplied Optical Fiber Network

Management System having min 50 nos. RTUs in India

to Telecom operators/Govt Deptt /PSUs.”

And as per 6(iii) this must be in successful operation

since past three years.

Pl. clarify if above understanding is correct.

Please refer modified clause

60Annexure

1Sr. No. 1 60 100 user licenses

The system should allow creation of 100 number of

users but the number of simultaneous users should be

restricted to 10.

The system should allow creation of 100 number of users

but the number of simultaneous users shall be 25.

61Annexure

1Sr. No.12 60 Stop Pass filter. Should be Short Pass filter. Stop/Short Pass filter.

62Annexure

2Point A 61

The system should offer the

periodic surveillance 24 hours a day

seven days a week.

The system should have capability that scans the fiber

network 24/7 and automatically detects & locates faults

without having to dispatch technicians in the field.

The system should have capability that scans the fiber

network 24/7 and automatically detect & locate faults.

63Annexure

2Point A 62

It shall also be possible to record

GPS co-ordinates for all the points

featured on the schematic

documentation.

It should be possible for the user to get the GPS co-

ordinates of the fault in addition to a link with mapping

software such as google earth to see directly the fault

position on a map.

The user should get the GPS co-ordinates of the fault in

addition to the link with mapping software to enable the user

to locate fault position on a map.

64Annexure

2Point A 62

The system shall have a tool to

display all the stored OTDR trace

with filters such as date, monitored

fibre and to have this link of the

OTDR trace viewing in the email

alert sent, so the user can view the

OTDR trace.

This clause should be split in two different clauses as

below:

i) The system shall have a tool to display all the stored

OTDR trace with filters such as date, monitored fiber.

ii) It should be possible for the user to create different

profiles to receive alarms by e-mail and/or SMS. The

user should be able to configure email format so that

trace files, Geographical file and PDF file can be

attached to the email.

no change

Page 11

Page 12: Annexure 'A'...Annexure 'A' Sr. No. RFP Chapter No. RFP Clause No. RFP Page Clause Details as per RFP Query/Clarification/ Suggestion Change in RFP Committee Recommendations 1 3 3.1.6.iv

Annexure 'A'

Sr. No.

RFP

Chapter

No.

RFP Clause

No.

RFP Page

No.

Clause Details as per RFP Query/Clarification/ Suggestion

Change in RFP Committee Recommendations

Pre Bid Queries responses for NIB Ref. No. F4.6(242)/RISL/Tech/2017/6817 dated 6.11.17

65Annexure

2Point B 63

SNMP or web service shall have

direct connection to the RTU so that

real time fault notices can be

retrieved.

In order to facilitate the integration with a large variety

of back office systems (OSS; GIS; etc) the server

interface should offer a large variety of functions

available through SNMP and Web services (SOAP).

SNMP or web service shall have direct connection to the

RTU/ONMS so that real time fault notices can be retrieved.

66Annexure

2Point B 63

Each RTU on the map will be

represented by an icon. This icon

shall change colors based on

whether or not a fault is being

reported by that RTU.

Tree view must give access to object (Domain, RTU,

Link and Section) from a structured way. The different

objects should be represented by different icons. In

case of alarm or default on any object, an icon displays

next to the object with a red or yellow color concerned

by the alarm.

no change

67Annexure

2Point B 63

The Fault Mapping GIS Server shall

have the option to use

commercially available maps, such

as Here Maps, Open Street Maps

(OSM) or Bing Maps in the

background with the ability to

change them on-the-fly.

The Fault Mapping GIS Server shall have the option to

use commercially available maps, such as Open Street

Maps (OSM) or Bing Maps in the background.

Please refer modified clause

68Annexure

2Point B 63

Options for the maps should

include geocoding, reverse

geocoding, and automatic route

drawing.

Pls.remove it. clause deleted

69Annexure

2Point C 64

The Optical switch must have

lifetime of One billion of switching

cycle.

Suggested Clause: The Optical switch must have

lifetime of > 100 million of switching cycle. Our

Justification: The average time for an OTDR

measurement is 30s. It takes 4mn to scan 8 ports. With

100million cycles of lifetime, it gives a lifetime superior

to 70 years. We have RTU installed for more than 15

years and working successfully.

Please refer modified clause

70Annexure

2Point C 64 Dynamic Range >= 42dB Dynamic Range >= 44dB no change

71Annexure

2Point C 64 Attenuation Dead Zone <= 4m Attenuation Dead Zone <= 2m no change

72Annexure

2Point C 64 Event dead zone <= 0.8m Event dead zone <= 0.6 m no change

73Annexure

2Point C 64

Number of data points: up to

256,000Number of data points: up to 512,000 no change

74Annexure

2Point C 64

The Optical switch must be a plug-

in module modular.

Suggested Clause: The Optical switch and OTDR

must be a plug-in modules (modular).no change

75Annexure

2Point C 64-65

The disk space shall be large

enough to store up to 20GB of test

results or all data generated by a

preventive maintenance test

campaign on four (4) fibres, on a

one per hour (1/h) acquisition rate

for 30 consecutive days as a

minimum.

Suggested Clause: The disk space on RTU should be

at least 8 Gb to store reference traces.Please refer modified clause

Page 12

Page 13: Annexure 'A'...Annexure 'A' Sr. No. RFP Chapter No. RFP Clause No. RFP Page Clause Details as per RFP Query/Clarification/ Suggestion Change in RFP Committee Recommendations 1 3 3.1.6.iv

Annexure 'A'

Sr. No.

RFP

Chapter

No.

RFP Clause

No.

RFP Page

No.

Clause Details as per RFP Query/Clarification/ Suggestion

Change in RFP Committee Recommendations

Pre Bid Queries responses for NIB Ref. No. F4.6(242)/RISL/Tech/2017/6817 dated 6.11.17

76Annexure

2Point C 65 b. Storage -5°C to 70°C Suggested: Storage -10°C to 60°C Please refer modified clause

77Annexure

2Item No. 1 66

There should be provision of SNMP

server in the solution offered to

receive and parse traps from RTU.

Suggested Clause: The system must offer Open

interface based on SNMP and Web Services to

facilitate the integration with a large variety of back

office systems open-source software (OSS) and

geographical information systems (GIS)

no change

78Annexure

2Item No. 1 66

The NMS shall be able to trigger an

on-demand test trough SNMP

protocol to the RTU that is

monitoring the fibre attached to the

network equipment. The test should

have pre-defined parameters so

that it can be executed at any time

to obtain fibre conditions (fault, no

fault) and, in case of a fault, obtain

its full details including type,

position, etc.

Suggested Clause: It should be possible to integrate

fiber monitoring system with customer’s OSS system

and use SNMP protocol to trigger Test on Demand on

fiber (Link) from OSS on receipt of Transport alarm (RS-

LOS).

Please refer modified clause

79Annexure

2Item No. 1 67

f) To show bi-directional analysis,

where all fibre traces are available.Remove it. clause deleted

80Annexure

2Item No. 2 69

The bidder shall provide High

availability solution.

Suggested Clause: The bidder shall provide High

availability solution with two servers. The failover must

be automatic when the other server does not show any

activity

Please refer modified clause

81Annexure

2Point C 65 Additional Suggested clause:

All the connectors electrical and optical shall be

available on the front panel.no change

82Annexure

2Item No. 1 64-69 Additional Suggested clause:

Each table of the OFNMS must be exportable in pdf or

Excelclause added

83Annexure

2Item No. 1 64-69 Additional Suggested clause:

The system must have easy to use graphical user

interface. It must have a search box that allows to

quickly select any object like RTU or link

no change

84Annexure

2Item No. 1 64-69 Additional Suggested clause:

The system must offer the possibility to split the

monitored fibers in different zones to differentiate the

users to have the visibility to different zones. Group1 of

users will have the visibility to Zone 1, Group2 of users

will have the visibility to Zone 2.

The system administrator must be able to see all the

connected user with their IP address in a single

window. The system administrator must have the

possibility to disconnect any connected user.

clause added

85Annexure

2Item No. 1 64-69 Additional Suggested clause:

A landmark table including slack loop and scale factor

can be associated to the OTDR reference trace. This

allows to display in the alarm ticket the real field

distance from landmark in addition to the optical

distance

no change

Page 13

Page 14: Annexure 'A'...Annexure 'A' Sr. No. RFP Chapter No. RFP Clause No. RFP Page Clause Details as per RFP Query/Clarification/ Suggestion Change in RFP Committee Recommendations 1 3 3.1.6.iv

Annexure 'A'

Sr. No.

RFP

Chapter

No.

RFP Clause

No.

RFP Page

No.

Clause Details as per RFP Query/Clarification/ Suggestion

Change in RFP Committee Recommendations

Pre Bid Queries responses for NIB Ref. No. F4.6(242)/RISL/Tech/2017/6817 dated 6.11.17

86Annexure

2Item No. 1 64-69 Additional Suggested clause:

The system must display the graph of the evolution of

monitored fiber budget versus time: hour, day, week,

month or year.

no change

Page 14