0% found this document useful (0 votes)
27 views82 pages

Presentation 5

RailTel Corporation of India Ltd is inviting Expressions of Interest (EoI) for the implementation, operations, and maintenance of a State-Wide Fiber Optic Cable (OFC) Network in Goa, with submissions due by October 6, 2022. The document outlines the prequalification criteria, technical requirements, and necessary documentation for bidders, emphasizing the need for a single firm to take responsibility for the project. Interested parties must adhere to the guidelines provided and submit their proposals accordingly.

Uploaded by

balwant860
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
27 views82 pages

Presentation 5

RailTel Corporation of India Ltd is inviting Expressions of Interest (EoI) for the implementation, operations, and maintenance of a State-Wide Fiber Optic Cable (OFC) Network in Goa, with submissions due by October 6, 2022. The document outlines the prequalification criteria, technical requirements, and necessary documentation for bidders, emphasizing the need for a single firm to take responsibility for the project. Interested parties must adhere to the guidelines provided and submit their proposals accordingly.

Uploaded by

balwant860
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 82

RAILTEL CORPORATION OF INDIA LTD

(A GOVT. OF INDIA ENTERPRISE)


UNDER MINSITRY OF RAILWAYS

Registered Office:
Plate-A, 6th Floor, Office Block Tower-2,
East Kidwai Nagar, New Delhi-110023

Regional Office (Western Region):


Western Railway Microwave Complex
Senapati Bapat Marg, Near Railway Sports Ground,
Mahalaxmi, Mumbai – 400013

Invitation for Expression of Interest Document for

“Implementation (Design, Laying,


Testing, Commissioning), Operations and
Maintenance of State-Wide Fiber Optic Cable
(OFC) Network in the State of Goa”
EoI Reference No: RCIL/WR/MUMBAI/Mktg/22-23/06
Date: 03.10.2022

1
Expression of Interest – Notice

RailTel Corporation of India Ltd


Western Railway Microwave Complex
Senapati Bapat Marg, Near Railway Sports Ground,
Mahalaxmi, Mumbai – 400013

EoI Reference No: RCIL/WR/MUMBAI/Mktg/22-23/06 Dt: 03.10.2022

RailTel Corporation of India Ltd invites EoIs from RailTel’s Empanelled Partners
(referred to as ‘Bidder’) for the selection of suitable partner as Exclusive pre-bid teaming arrangement
for work mentioned in the Scope of this EoI. The EoI copy is sent along with this EoI Notice.
The technical solution bid shall be submitted through E-Mail in password protected sealed
packet as a PDF documents up to the end date & time mentioned below.

Sr Description EoI Fees (Non End date & Time


No Refundable) for Bid Submission
1 Implementation (Design, Laying, Testing, INR 8,475/- + 18% 06.10.2022
Commissioning), Operations and GST at 12.00hrs
Maintenance of State-Wide Fiber Optic
Cable (OFC) Network in the State of Goa

The prospective Bidders should submit their suggestions/observations, if any, in


writing/ email. Any modification of the EoI documents, which may become necessary as a
result of suggestions/ observations, shall be made by RailTel exclusively through the issue of
an addendum/corrigendum.

Prospective applicants are required to direct all communications related to this EoI,
through the below mentioned Nominated Point of Contact persons:

1. Level 1
Contact Name : Sh. Viplovnath Mishra
Designation : Deputy General Manager/ Marketing
E-Mail Address : [email protected]
Mobile No : +91- 9004444124

2. Level 2
Contact Name : Sh. Ravikant Prasad
Designation : General Manager/ Mumbai Territory
E-Mail Address : [email protected]
Mobile No : +91- 9004444109

NOTE: Every page of the submitted documents should be duly signed by the Authorized
Signatory with Company seal.

2
Table of Contents Page No

1. RailTel Introduction 4

2. Invitation of Bids 6

3. Prequalification Criteria and Instructions to Bidders (ITB) 7

4. Scope of Work 18

5. Payment Terms, Timelines & SLA 19

6. Annexure I: Instructions & Pre-Qualification Bid Formats 20

7. Annexure II: Instructions & Technical Bid Document Formats 24

8. Annexure III: Instructions & Commercial Bid Formats 26

9. Annexure IV: Complete EoI Examination & Nil Deviation Certificate 29

10. Annexure V: Back to Back Compliance 30

11. Annexure VI: Draft Non-Disclosure Agreement 31

12. Annexure VII: Performance Bank Guarantee Format 35

13. Annexure VIII: Contract Agreement 37

14. Annexure IX: Consortium Draft Agreement 44

15. Annexure IX: Client RFP and Corrigendum’s 45

3
1. RailTel – Introduction

RailTel Corporation of India Limited, a Public Sector Undertaking under the Ministry
of Railways, Govt. of India, and is a national telecom service provider having NLD, IP2 and
ISP licenses and IP1 registration and have built nation-wide optical fiber network. RailTel’s
objective is to create a nation-wide broadband telecom and multimedia network.

RailTel Corporation of India Limited (RailTel) an ISO 20000-1:2018, ISO/IEC


27001:20013 and CMMI Level-4 certified organization for its quality management systems,
information security management systems, and service management systems, respectively. The
Corporation was formed in Sept 2000 with the objectives to create nationwide Broadband
Telecom and Multimedia Network in all parts of the country, to modernize Train Control
Operation and Safety System of Indian Railways and to significantly contribute to realization
of goals and objective of national telecom policy 2012. RailTel is a Public Sector
Undertaking under the administrative control of Ministry of Railways, Govt. of India.

RailTel is building state of the art multimedia telecom network using SDH/DWDM
based transmission systems and high end MPLS-IP routers. RailTel has extensive expertise
in building telecom networks. Moreover, RailTel draws its manpower from signal and
telecom branch of Indian Railway which has been in the business of construction, operation
and maintenance of telecom systems for more than 50 years.

RailTel has created countrywide state of the art SDH/DWDM backbone optical
transport network using latest technology. Presently, the optic fiber network of RailTel covers
over 61000+ route kilometers and covers 6102+ railway stations across India. Our citywide
access across the country is 21000+ kms.

RailTel’s backbone Transport Network has been configured in multiple ‘Self-


Healing’ Ring architectures which provide for redundancy by automatically redirecting and
switching traffic from failed/ degraded routes for an uninterrupted service ensuring maximum
up time and service reliability. The network supports multiple ring protection schemes. The
network has been designed in such a way that full redundancy is available for bandwidth
between any two points.

The whole network is managed by centralized network management system (NMS)


and backup facilities located across India. RailTel has got unique advantage to offer the best
quality service(QoS) from a single unified network with PAN India presence. This state of art
network enables point and click provisioning of the bandwidth and other services from
anywhere to anywhere in the country. It enables provisioning of traffic in any granularity
from 2 MBPS to multiple of Gbps (n x Gbps) from its country wide strong backbone
network.

RailTel has implemented and currently implementing projects of national importance. Few of
the Projects are as follows:

Railway Station Wi-Fi project: RailTel has implemented Free Wi-Fi services at 6,102 +
Railway stations.

4
Hospital Management Information System (HMIS):Indian Railways, with the objective of
bringing hospital management on a single architecture to prevent pilferage and making
operations seamless has entrusted RailTel with implementation of hospital management
information system (HMIS). RailTel has implemented this integrated clinical information
system across 699 health facilities of Indian Railways across India for improved hospital
administration and patient healthcare.

National Optical Fiber Network (NOFN): Democratizing Information through Broadband


to Panchayats. BBNL has allotted 11 states comprising of 36,000 panchayats to RailTel
which includes the states of Gujarat, Daman & Diu, Dadar & Nagar Haveli in West, Tamil
Nadu and Puducherry in South and Meghalaya, Mizoram, Tripura, Arunachal Pradesh,
Manipur, Nagaland in North-East.

NE-I and NE-II under USOF: The program envisages to lay OFC cable (at least 24 F
underground) and provide minimum 2.5 Gbps bandwidth capacity upgradeable up to 10
Gbps.

National Knowledge Network: National Knowledge Network (NKN) envisages connecting


all higher centres of learning and research by bringing together all stakeholders from science,
technology, higher education, healthcare, agriculture and governance to a common platform.
RailTel have been selected as one of the implementing partner of the network by providing
high capacity bandwidth pipes for the NKN project.

Enterprise Specific IT & ITES projects: RailTel has implemented numerous Telecom & IT
related projects in the country for various customers across the spectrum incl. Govt/PSU,
Enterprises Scope of Work.

5
2. Invitation of Bids
Project Objective
RailTel is planning to participate in a EoI Floated by Department of Information
Technology (DOIT) Government of Goa for Implementation (Design, Laying, Testing,
Commissioning), Operations and Maintenance of State-Wide Fiber Optic Cable (OFC)
Network in the State of Goa vide EoI Reference No: 11/5/DOIT/2022-23/GBBN2.0/845
Dated. 29.08.2022.

Through this EoI RailTel intends to select an Implementation Agency for


Implementation (Design, Laying, Testing, Commissioning), Operations and Maintenance of
State-Wide Fiber Optic Cable (OFC) Network in the State of Goa.

Further, the solution received in this EoI would hold good for deployment of various
components irrespective of the finalized locations. At this juncture, end customer of RailTel
ie DOIT Goa has floated EoI for technical proposal from interested parties. However RailTel
through its EoI (RCIL/WR/MUMBAI/Mktg/22-23/06 Dt: 03.10.2022) intends to shortlist and
engage a suitable consortium partner, from its empaneled BA partners, for the purpose of
participation in end customers EoI floated and RFP as well which will be floated
subsequently by DOIT Goa.

Bid Document Notice


• Bidder agencies are advised to study this EoI document and subsequent references of
RailTel’s client (DOIT Goa) carefully before submitting their bids in response to the
Bid Notice. Submission of a bid in response to this notice shall be deemed to have
been done after careful study and examination of this document with full
understanding of its terms, conditions and implications.
• This bid document is not transferable.
• Bidder (authorized signatory) shall submit their offer through packet encompassing
complete technical (including prequalification documents) solution.

The Bid Inviting Authority, of RailTel invites the bidders to submit their technical
proposals for the project of Implementation (Design, Laying, Testing, Commissioning),
Operations and Maintenance of State-Wide Fiber Optic Cable (OFC) Network in the State of
Goa in accordance with conditions and manner prescribed in this EoI and subsequent
references.

6
3. Prequalification, Technical Criteria and Instructions to Bidders (ITB)

Prequalification criteria
The qualification criteria laid within this document shall be met by the bidder, as a
Single Firm. A bidder who submits more than one EoI shall be summarily disqualified. The
‘Bidder’, shall be primarily accountable for the supply, implementation, testing and
maintenance of the entire scope of the project.

Sr Qualification Criteria Documentary Evidence


No
1. The bidder should be a company registered Copy of Certificate of Incorporation
under Indian Companies Act, 1956 and signed by Authorized Signatory of the
2013 or a Partnership Firm registered Bidder/ certified deed of partnership
under Indian Partnership Act, 1932 or a
Proprietorship firm or Limited Liability
Partnership Firm under Limited Liability
Partnership Firm Act 2008.
2. The Bidder or its parent firm should have Audited Profit & Loss Statements for
cumulative annual turnover of at least INR last five financial years (2017-18, 2018-
500 Crores over the last five financial 19, 2019-20, 2020-21, 2021-2022) from
years (i.e. 2017-18, 2018-19, 2019-20, the certified chartered accountant
2020-21, 2021-2022) clearly stating average turnover.
3. Bidder should have positive net worth as Certificate from the Chartered
on 31st March 2022. Accountant clearly stating the net
worth.
4. The Bidder should have executed or Copy of Work Order and/or Work
currently executing project/s of below Completion certificate of the project
mentioned value in OFC cable laying and from respective client clearly stating the
associated works in the last five financial scope, current status (percentage
years (i.e. 2017-18, 2018-19, 2019-20, completion) and the contact details of
2020-21, 2021-2022) in India the authority.
1. At least one project with a value of Rs.
500 Cr OR
2. At least two projects with a value of
Rs. 250 Cr OR
3. At least three projects with a value of
Rs. 175 Cr
(One project does not imply one PO. A
single project can have multiple POs)
5. The bidder must have experience in laying Copy of Work Order and/or Work
(underground/aerial) of Optical Fibre Completion certificate
Cable network of minimum 20000 Km

7
Sr Qualification Criteria Documentary Evidence
No
6. The sole bidder should not be insolvent, in Self-declaration to be submitted on
receivership or bankrupt as on the date of bidders letter head.
bid submission.
7. The Bidder should have valid documentary Copy of GST registration number and
proof of GST registration number and PAN PAN card
Card.
8. The Bidder should not have been Declaration by the Bidder as per format
blacklisted by any Central/State given in the bid document
Government Organization or Department
in India at the time of submission of the
bid.
9. The Bidder should have valid ISO Copy of Certificate
9001:2008/ ISO 9001:2015 certification for
Quality Management System which should
be valid as on bid submission date.
10. The Bidder should have minimum CMMI Copy of Certificate
Level 3 certification

Technical Criteria
Sr Qualification Criteria Documents required and Marking
No System
1. The Bidder or its parent firm should have Audited Profit & Loss Statements for
cumulative annual turnover of at least INR last five financial years (2017-18, 2018-
250 Crores over the last five financial 19, 2019-20, 2020-21, 2021-2022) from
years (i.e. 2017-18, 2018-19, 2019-20, the certified chartered accountant
2020-21, 2021-2022) clearly stating average turnover.
Cumulative Revenue:
250 Cr – 10 Marks
350 Cr – 15 Marks
500 Cr – 25 Marks
2. The Bidder should have executed or Copy of Work Order and/or Work
currently executing project/s of below Completion certificate of the project
mentioned value in OFC cable laying and from respective client clearly stating the
associated works in the last five financial scope, current status (percentage
years (i.e. 2017-18, 2018-19, 2019-20, completion) and the contact details of
2020-21, 2021-2022) in India the authority.
1. At least one project with a value of Rs. Number of Projects:
500 Cr OR 3 Projects of 175 Cr – 10 Marks
2. At least two projects with a value of 2 Projects of 250 Cr – 15 Marks
Rs. 250 Cr OR 1 Project of 500 Cr – 25 Marks
3. At least three projects with a value of
Rs. 175 Cr

8
(One project does not imply one PO. A
single project can have multiple POs)
3. The bidder must have experience in laying Copy of Work Order and/or Work
(underground/aerial) of Optical Fibre Completion certificate
Cable network of minimum 20000 Km Route Km of OFC laying:
20000 Km – 10 Marks
30000 Km – 15 Marks
40000 Km – 25 Marks
4. The Bidder should have valid ISO Copy of Certificate
9001:2008/ ISO 9001:2015 certification Certificate:
for Quality Management System which 9001:2008 – 5 Marks
should be valid as on bid submission date. 9001:2015 – 10 Marks
5. The Bidder should have minimum CMMI Copy of Certificate
Level 3 certification Certificate:
CMMI Level 3 – 5 Marks
CMMI Level 4 – 10 Marks
CMMI Level 5 – 15 Marks
Note: Minimum passing score will be 75 Marks.
Instructions to Bidders (ITB)

Sr Information Details
No
A. Introduction
1. Project Name Implementation (Design, Laying, Testing,
Commissioning), Operations and Maintenance of
State-Wide Fiber Optic Cable (OFC) Network in
the State of Goa
2. EoI Reference No RCIL/WR/MUMBAI/Mktg/22-23/06
3. Bid Type Limited EoI (for empaneled partners only)
4. EoI Fees (Non-Refundable) INR 8,475 + 18% GST to be Paid by
RTGS/NEFT/Net Banking
5. Earnest Money Deposit (EMD) Not Applicable for RailTel’s EoI however as this
arrangement is for finalization of consortium
partner for implementation of the work as
outlined in DOIT Goa’s EoI and subsequent
RFP. Therefore selected consortium
partner/partners will need to submit the EMD
back to back as per DOIT Goa’s RFP as and
when intimated by RailTel.
6. EoI Fees Submission Due Date & 06.10.2022 up to 12.00Hrs
Time
7. Bank Details of RailTel for the Account Name: RailTel WR Collection
EoI Fees & EMD to be submitted Account

9
Online Bank Name: Union Bank of India
Branch Name: Mahalaxmi Branch
Account Number: 317801010036605
IFSC Code: UBIN0531782
MICR Code: 400026031
8. Performance Bank Guarantee as In accordance and back-to-back with the RFP
Performance Security document that may/may not be floated of DOIT
Goa. To be issued within timeframes intimated
by RailTel.
B. Preparation of Bids
9. Language of Bid English
10. Bid Validity Period 120 Calendar Days from the Date of Opening of
Bid or back to back whichever is later.
11. Performance Security Validity Valid upto the entire contract period including
Period defect liability period or payment of final bill
whichever is later
C. Bid Presentation
12. Last date for submission of 04.10.2022 up to 15.00Hrs
written queries for clarifications
13. Query Submission To be submitted via e-mail only. Kindly refer
EoI notice for E-mail Address.
14. Contact Person for clarification of Deputy General Manager/Marketing
Queries RailTel Corporation of India Ltd
Western Railway Microwave Complex
Senapati Bapat Marg, Near Railway Sports
Ground, Mahalaxmi, Mumbai – 400013
15. Contact Information Contact No: +91-9004444124
E-mail: [email protected]
16. Last date (deadline) for receipt of 06.10.2022 up to 12.00 Hrs
proposals in response to EoI E-Mail Address for Bid Submission:
notice [email protected]
17. Place, Time and Date of opening 06.10.2022 at 12.30 Hrs
of Technical proposals received Address for Technical Opening:
in response to the EoI notice RailTel Corporation of India Ltd
Western Railway Microwave Complex
Senapati Bapat Marg, Near Railway Sports
Ground, Mahalaxmi, Mumbai – 400013
18. Signing of Consortium 06.10.2022 at 12.30 Hrs
Agreement by RailTel and
shortlisted partner
D. Evaluation of Bids and Awarding of Contract
20. LOI Placement Will be sent through E-Mail to winning party
only

10
21. Signing of Contract Agreement 30 days after placement of LOI

Bid Preparation Cost


The Bidder is responsible for all costs incurred in connection with participation in this
process, including, but not limited to, costs incurred in the conduct of informative and other
diligence activities, participation in meetings/discussions/presentations, preparation of bid, in
providing any additional information required by RailTel to facilitate the evaluation process,
and in negotiating a definitive Contract or all such activities related to the bid process.
RailTelwill in no case be responsible or liable for those costs, regardless of the conduct or
outcome of the bidding process.
This bid does not commit RailTel to award a contract. Further, no reimbursable cost
may be incurred in anticipation of award. All materials submitted by the Bidder shall become
the property of RailTel/ Stakeholders/ Partners/ Patrons and may be returned at its sole
discretion.

Amendment of Bid Document


At any time before the deadline for submission of bids, RailTel, may, for any reason,
whether at its own initiative or in response to a clarification requested by a prospective
Bidder, modify the bid document by an amendment. All the amendments made in the
document would be informed to all the participating bidders through email. RailTel also
reserves the rights to amend the dates mentioned in this bid for bid process. It will be
assumed that the amendments have been taken into account by the Bidder in its bid.In order
to afford prospective Bidders reasonable time in which to take the amendment into account in
preparing their bids, RailTel may, at its discretion, extend the last date for the receipt of Bids.

Rights to Terminate the Process


RailTel may terminate the bid process at any time and without assigning any reason.
RailTel makes no commitments, express or implied, that this process will result in a business
transaction with anyone.
This bid document does not constitute an offer by RailTel. The Bidder's participation
in this process may result in RailTel selecting the Bidder to engage in further discussions and
negotiations towards execution of a contract. The commencement of such negotiations does
not, however, signify a commitment by RailTel to execute a contract or to continue
negotiations. RailTel may terminate negotiations at any time without assigning any reason.

Earnest Money Deposit (EMD) and Refund


EMD is to be submitted as per ITB A Pt 5. EMD can be submitted through
RTGS/NEFT/Net Banking on or before the deadline mentioned. In case the selected BA fails
to submit EMD as mentioned above then RailTel reserves the right to reject the bid without
providing opportunity for any further correspondence to the Bidder concerned.
The EMD shall be denominated in Indian Rupees only. No interest shall be paid by
RailTel towards the deposited EMD.
The EMD may be forfeited in any of the following cases:
1. If a Bidder withdraws its bid or increases its quoted prices during the period of bid
validity or its extended period, if any

11
2. In the case of a successful Bidder, if the Bidder fails to sign the Contract or to furnish
Performance Bank Guarantee within specified time in accordance with the format
given in this bid document
3. During the bid process, if a Bidder indulges in any such deliberate act as would
jeopardize or unnecessarily delay the process of bid evaluation and finalization
4. During the bid process, if any information is found wrong / manipulated / hidden in
the bid.

The decision of RailTel regarding forfeiture of the EMD and rejection of bid shall be
final and shall not be called upon question under any circumstances. Unsuccessful bidder’s
EMD shall be returned to the unsuccessful bidder within 120 days from the date of opening
of the Commercial bid. EMD of Successful bidder will be returned after the award of contract
and submission of the performance Bank Guarantee and compliance & completion of all
contractual formalities within specified time.

Language of Bids
The Application and all related correspondence and documents in relation to the
Bidding Process shall be in English language. Supporting documents and printed literature
furnished by the Applicant with the Application may be in any other language provided that
they are accompanied by translations of all the pertinent passages in the English language,
duly authenticated and certified by the Applicant. Supporting materials, which are not
translated into English, may not be considered. For the purpose of interpretation and
evaluation of the Application, the English language translation shall prevail.

12
Documents comprising of Bids
Below table is provided as the guideline for submitting various important documents
along with the bid. E-Mail subject will have EoI Reference No and description of EoI as
subject line along with Company Name. It will contain two file attachments with headings
Packet A containing respective documents as mentioned in below table.

Sr No Type of Documents to be submitted


Envelope
01 Pre-Qualification • Cover Letter
& Technical Bid • Board Resolution authorizing the Bidder to sign/ execute
Folder (Packet A) the bid as a binding document and also execute all
relevant agreements forming part of bid or Power of
Attorney executed by the Bidder in favor of the Principal
Officer or the duly Authorized Representative, certifying
him/her as an authorized signatory for the purpose of this
bid(If not submitted would result in summary rejection of
the offer)
• Bidder’s Particulars as per specified format
• All the documentary evidence required as per pre-
qualification criteria mentioned in ‘Pre-Qualification
Criteria’ and ‘Technical Criteria’ section of this bid
• Declaration cum Indemnity Bond
• Valid proofs of EoI Fees Submission (Snapshots of Bank
Statement indicating Payment of the same)
• Technical Bid in the format specified
• Project Details
• Other Documents (as per requirements of the bid)
• Complete Technical Solution along with presentation

Bidders shall furnish the required information on their Pre-Qualification & technical
bid in enclosed formats only. Any deviations in format may make the bid liable for rejection.

Withdrawal of Bids
A Bidder wishing to withdraw its bid shall notify to RailTel by e-mail prior to the
deadline prescribed for bid submission. The notice of withdrawal shall be addressed to
RailTel at the address named in the Bid Data Sheet, and bear the Contract name, the <Title>
and < Bid No.>, and the words “Bid Withdrawal Notice.” Bid withdrawal notices received
after the bid submission deadline will be ignored, and the submitted bid will be deemed to be
a valid submitted bid.
No bid can be withdrawn in the interval between the bid submission deadline and the
expiration of the bid validity period specified in the Bid Data Sheet. Withdrawal of a bid
during this interval may result in the forfeiture of the Bidder’s EMD.

Evaluation Process
The evaluation process of the bid proposed to be adopted by RailTel is indicated in

13
this section. The purpose of this section is to provide the Bidder an idea of the evaluation
process that RailTel may adopt.
RailTel shall appoint a Bid Evaluation Committee (BEC) to scrutinize and evaluate
the technical bid received. The BEC will examine the Bids to determine whether they are
complete, responsive and whether the bid format conforms to the bid requirements. RailTel
may waive any informality or non-conformity in a bid which does not constitute a material
deviation according to RailTel.
Any attempt by a bidder to influence the bid evaluation process may result in the
rejection of Bid and forfeiture of EMD.

Evaluation of Bids
1. Consortium is not permitted.
2. Sub-contracting is not permitted. However, the Bidder shall seek prior approval from
RailTel for sub-contracting any work, if not already specified in the bid. Such sub-
contracting shall not relieve the Bidder from any liability or obligation under the
Contract. If approved, however the Bidder shall be solely responsible for the work carried
out by subcontracting under the contract.
3. The Pre-Qualification & Technical stage will be evaluated as per the evaluation criteria in
this clause by the Bid Evaluation Committee (BEC). The Financial Bids of only those
Bidders will be requested, who are finalized by scoring the highest score in the Technical
Criteria. Minimum passing score of Technical criteria is 75 marks.
4. The BEC may require verbal/written clarifications from the Bidders to clarify ambiguities
and uncertainties arising out of the evaluation of the Bid documents (to be stated precisely
as it should be in RailTel’s interest).
5. RailTel reserves the right to further negotiate with the shortlisted BA post the Price
Opening.

Opening of Technical Bid


1. RailTel shall open the Technical Bids in public, in the presence of Bidders’
designated representatives and anyone who chooses to attend, at the address, and at
the date and time specified.
2. Only bids that are opened and read out at the bid opening and whose EoI Fees &
EMD has been paid shall be considered further.
3. All the bids shall be opened one at a time, reading out the name of the Bidder,
submission of EoI Fees, and any other details as RailTel may consider appropriate.
4. RailTel shall prepare a record of the bid opening that shall include, at a minimum: the
name of the Bidder and the presence or absence of Fees. The Bidders’ representatives
who are present shall be requested to sign the attendance sheet.
5. Authorization letter in the name of the person attending bid opening meeting needs to
be submitted on the letterhead of the Bidder during bid opening.
6. Once the bids are opened each bid will be checked for pre-qualification and technical
criteria along with Technical solution.

Opening of Commercial Bid


1. RailTel shall prepare a record of the bid opening that shall include, at a minimum: the

14
name of the Bidder and the bid Price, and any other details as RailTel may consider
appropriate. The Bidders’ representatives who are present shall be requested to sign
the attendance sheet.
2. Authorization letter in the name of the person attending bid opening needs to be
submitted on the letterhead of the Bidder during bid opening.
3. The Commercial Bids will be evaluated by RailTel for completeness and accuracy.

Rights to Accept/Reject any or all Bids


1. Notwithstanding anything contained in this EoI, RailTel reserves the right to accept or
reject any Application and to annul the Bidding Process and reject all Applications/
Bids, at any time without any liability or any obligation for such acceptance, rejection
or annulment, and without assigning any reasons therefore. In the event that the
Authority rejects or annuls all the Bids, it may, in its discretion, invite all eligible
Bidders to submit fresh Bids hereunder.
2. RailTel reserves the right to reject any Application and/ or Bid if:
a. at any time, a misrepresentation is made or uncovered, or
b. the Applicant does not provide, within the time specified by the Authority, the
supplemental information sought by the Authority for evaluation of the
Application.
3. In case it is found during the evaluation or at any time before signing of the
Agreement or after its execution and during the period of subsistence thereof
including the concession thereby granted by RailTel, that one or more of the pre-
qualification conditions have not been met by the Bidder, or the Bidder has made any
misrepresentation or has given any incorrect or false information, the Bidder shall be
disqualified forthwith if not yet appointed as the Successful Bidder either by issue of
the LOA (Letter of Approval) or entering into of the Agreement, and if the Bidder has
already been issued the LOA or has entered into the Concession Agreement, as the
case may be, the same shall, notwithstanding anything to the contrary contained
therein or in this EoI, be liable to be terminated, by a communication in writing by
RailTel to the Bidder, without Bidder being liable in any manner whatsoever to the
Bidder and without prejudice to any other right or remedy which RailTel may have
under this EoI, the Bidding Documents, the Concession Agreement or under
applicable law. RailTel reserves the right to verify all statements, information and
documents submitted by the Bidder in response to the EoI. Any such verification or
lack of such verification by RailTel shall not relieve Bidder of its obligations or
liabilities hereunder nor will it affect any rights of RailTel there under.
4. The bid shall be rejected if the bidder-
a. Stipulates the validity period less than 120 days.
b. Stipulates own condition/conditions.

Amendment of Bid Document


At any time prior to the deadline for submission of Application, RailTel may, for any
reason, whether at its own initiative or in response to clarifications requested by any Bidder,
modify the EoI by the issuance of Addendum. Any Addendum thus issued will be sent in

15
writing/ Fax/ Email to all those to whom EoI is issued by RailTel. In order to afford the
Bidder a reasonable time for taking an Addendum into account, or for any other reason,
RailTel may, in its sole discretion, extend the Submission Due Date.

Notifications of awards and Signing of Contract


Prior to the expiration of the period of bid validity, the Bidder will be notified in
writing or by FAX/email that their bid has been accepted. At the time RailTel notifies the
successful Bidder that its bid has been accepted, RailTel will send the Bidders the proforma
for Contract, incorporating all clauses/agreements between the parties. The successful Bidder
shall sign and date the Contract and return it to RailTel. Draft Format of the contract has been
included in the bid document.

Performance Bank Guarantee


The Bidder shall at his own expense, deposit with RailTel, an unconditional and
irrevocable Performance Bank Guarantee (PBG)from nationalized banks as per the format
given in this bid, payable on demand, for the due performance and fulfillment of the contract
by the Bidder.
This Performance Bank Guarantee will be submitted within 30 days of the notification
of award of the contract/ Letter of Acceptance (LOA) issuance whichever is earlier. If PBG is
not submitted within this time frame a delayed PBG penalty will be attracted. Post 30 days
and upto 60 days from date of notification of award of the contract/ Letter of Acceptance
(LOA) issuance a penalty at 15% per annum interest of LOA amount will be levied as
delayed PBG penalty and this penalty will be deducted from the Invoices & EMD of the
Bidder. After these 60 days if PBG is not submitted then it will be assumed that the Bidder is
not interested in submitting PBG and the Amount of PBG along with the delayed PBG
penalty calculated will be retained from Invoices & EMD of the Bidder. Non submission of
PBG can also lead to cancellation of contract and the decision with respect to whether, to
retain the PBG Amount and penalty from Invoices & EMD or cancellation of contract, will
be at the sole discretion of RailTel. In the event of cancellation of contract EMD will be
forfeited. If PBG is retained from Invoices & EMD then the PBG Amount only and not the
penalty attracted will be paid to the Bidder in such a case post the contract period plus three
months(expected PBG validity date) are over after deducting any applicable deductions (eg:
Poor service, etc).
This Performance Bank Guarantee will be in accordance and back to back with the
document referred in scope of work (DOIT RFP that will be subsequently floated at a later
stage). All charges whatsoever such as premium, commission, etc. with respect to the
Performance Bank Guarantee shall be borne by the Bidder. The Performance Bank Guarantee
format can be found in this document.
The Performance Bank Guarantee may be discharged/ returned by RailTel upon being
satisfied that there has been due performance of the obligations of the Bidder under the
contract. However, no interest shall be payable on the Performance Bank Guarantee.
In the event of the Bidder being unable to service the contract for whatever reason,
RailTel would invoke the PBG. Notwithstanding and without prejudice to any rights
whatsoever of RailTel under the Contract in the matter, the proceeds of the PBG shall be

16
payable to RailTel as compensation for any loss resulting from the Bidder’s failure to
complete its obligations under the Contract. RailTel shall notify the Bidder in writing of the
exercise of its right to receive such compensation within 30 days, indicating the contractual
obligation(s) for which the Bidder is in default.
The 30days’ notice period shall be considered as the ‘Cure Period’ to facilitate the
Implementation Agency to cure the breach. The PBG shall be invoked only if the breach is
solely attributable to the bidder and the bidder fails to rectify the breach within the ‘Cure
Period’.
RailTel shall also be entitled to make recoveries from the Bidder’s bills, performance
bank guarantee, or from any other amount due to the Bidder, the equivalent value of any
payment made to the Bidder due to inadvertence, error, collusion, misconstruction or
misstatement.

Failure to agree with the Terms and Conditions of the Bid/Contract


Failure of the Bidder to agree with the Terms and Conditions of the bid/Contract shall
constitute sufficient grounds for the annulment of the award of contract, in which event the
contract may be awarded to the next most responsive Bidder. In such a case, RailTel shall
invoke the PBG of the most responsive Bidder and forfeit EMD.

Terms and Conditions of the Bid


Bidder is required to go through thoroughly the complete EoI document, for all the
terms and conditions to be adhered by the successful Bidder during Project Implementation
and Post implementation period.

17
4. Scope of Work:

Project Objective
RailTel wishes to engage an agency (referred to as “Service Provider”) for,
Implementation (Design, Laying, Testing, Commissioning), Operations and Maintenance of
State-Wide Fiber Optic Cable (OFC) Network in the State of Goa according to the
requirements, specifications and bill of quantities in the bid document.
RailTel is planning to participate in a Tender Floated by Department of Information
Technology (DOIT) Government of Goa for Implementation (Design, Laying, Testing,
Commissioning), Operations and Maintenance of State-Wide Fiber Optic Cable (OFC)
Network in the State of Goa vide EoI Reference No: 11/5/DOIT/2022-23/GBBN2.0/845
Dated. 29.08.2022.

Summary of Scope
Implementation (Design, Laying, Testing, Commissioning), Operations and Maintenance of
State-Wide Fiber Optic Cable (OFC) Network in the State of Goa

Proposed Scope of Work


RailTel wishes to utilize the services of an Implementation Agency (hereafter referred
to as “Implementation Agency”/“IA”/“Selected Agency”/“Vendor”/“Bidder”) for
Implementation (Design, Laying, Testing, Commissioning), Operations and Maintenance of
State-Wide Fiber Optic Cable (OFC) Network in the State of Goa. The project is envisaged to
be implemented in a period as specified in the referred tender and any of its
addendums/corrigendums/additional documents as encompassed in the tender. The Technical
details of Scope encompassed may be referred in the DOIT Goa EoI, its addendums/
corrigendum/ any other documents published by DOIT Goa issued vide Tender Reference
No: 11/5/DOIT/2022-23/GBBN2.0/845 Dated. 29.08.2022.

In case of any discrepancy or ambiguity in any clause / specification pertaining


to scope of work area, the RFP released by end customer organization shall supersede
and will be considered sacrosanct. (All associated clarifications, response to queries,
revisions, addendum and corrigendum, associated prime service agreement
(PSA/MSA/SLA also included.)
Special Note: RailTel may retain some portion of the work mentioned in the end
organization RFP, where RailTel has competence so that overall proposal becomes most
winnable proposal.

18
5. Payment Terms, Timelines & SLA

All the Payment Terms, Timelines and SLA will be back to back as per End Customer RFP
document referred in Scope of Work. However following clauses override this EoI, its
corrigendum and any other documents/its addendums/corrigendum referred in this EoI:
1) Payments will be processed post furnishing appropriate Invoices which are compliant
as per statutory norms
2) Once RailTel receives payment from its DOIT Goa the Payments appropriately as per
Invoices received will be processed and released after 45 days.
3) No payments will be made in Advance.

19
6. Annexure I: Instructions & Pre-Qualification Bid Formats

Pre-Qualification Cover Letter

Date: dd/mm/yyyy

To
Deputy General Manager/ Marketing
RailTel Corporation of India Ltd
Western Railway Microwave Complex
Senapati Bapat Marg, Near Railway Sports Ground
Mahalaxmi, Mumbai – 400013

Sub: Implementation (Design, Laying, Testing, Commissioning), Operations and


Maintenance of State-Wide Fiber Optic Cable (OFC) Network in the State of Goa

Ref: Bid No: <No> Dated <DD/MM/YYYY>

Dear Sir,

Having examined the EoI Document (and the referred documents/ clarification /
corrigendum issued thereafter, if any), the receipt of which is hereby duly acknowledged, we,
the undersigned, offer to provide the professional services as required and outlined in the Bid
Document for Implementation (Design, Laying, Testing, Commissioning), Operations and
Maintenance of State-Wide Fiber Optic Cable (OFC) Network in the State of Goa.

We attach hereto our responses to pre-qualification requirements and technical


proposals as required by the Bid Document. We confirm that the information contained in
these responses or any part thereof, including the exhibits, and other documents and
instruments delivered or to be delivered to RailTel and its end customers, is true, accurate,
verifiable and complete. This response includes all information necessary to ensure that the
statements therein do not in whole or in part mislead the department in its short-listing
process.

We fully understand and agree to comply that on verification, if any of the


information provided here is found to be misleading the selection process, we are liable to be
dismissed from the selection process or termination of the contract during the project, if
selected to do so.

We agree for unconditional acceptance of all the terms and conditions set out in the
Bid Document (& referred Documents, subsequent clarification / addendums / corrigendums,
if any) document and also agree to abide by this EoI response for a period of 120 days from
the date fixed for bid opening. We hereby declare that in case the contract is awarded to us,
we shall submit the contract performance guarantee bond in the form prescribed the Bid
Document.

We agree that you are not bound to accept any EoI response you may receive. We
also agree that you reserve the right in absolute sense to reject all or any of the products/

20
services specified in the EoI response.

It is hereby confirmed that I/We are entitled to act on behalf of our company/
corporation/ firm/ organization and empowered to sign this document as well as such other
documents, which may be required in this connection.

Signature of Authorized Signatory (with official seal)


Name :
Designation :
Address :
Telephone and Fax :
E-mail address :

21
Format to share Bidder’s Particulars
Sr. Description Details (to be filled by the responder to
No the Bid)
1. Name of the company
2. Official address
3. Phone No. And Fax No.
4. Corporate Headquarters Address
5. Phone No. And Fax No.
6. Web Site Address
7. Details of Company’s Registration
(Please enclose copy of the company
registration document)
8. Name of Registration Authority
9. Registration Number and Year of
Registration
11. GST registration No.
12. Permanent Account Number (PAN)
13. Companys Revenue for last 5 years
(Year wise)
14. Companys net worth for the last
year(Year wise)

Please submit the relevant proofs for all the details mentioned above along with your bid
response.

Contact Details of officials for future correspondence regarding the bid process:

Details Authorized Signatory Secondary Contact


Name
Title
Company Address
Phone
Mobile
Fax
E-mail

22
Format for Declaration by the Bidder for not being Blacklisted / Debarred
(On Stamp Paper of Rs 500/-)
DECLARATION CUM-INDEMNITY BOND
Date: dd/mm/yyyy

I, _________________________ of, _____________________ do hereby declared and


undertake as under.

1. I declared that I have submitted certificates as required to the Authority at the time of
registration of my firm / company _______________ and there is no change in the
contents of the certificates that are submitted at the time of registration.
2. I declared that I __________________ in capacity as Manager / Director / Partners /
Proprietors of __________________ has not been charged with any prohibitory and /or
penal action such as demotion, suspension, black listing / de- registration or any other
action under the law by any Government and / or Semi Government and/ or Government
Undertaking.
3. I declared that, I have perused and examined the EoI document including addendum,
condition of contract, specification, drawings, bill of quantity etc. forming part of EoI and
accordingly, I submit my offer to execute the work as per EoI documents at the rates
quoted by me in capacity as _________________________________ of
_____________________________.
4. I further declared that if, I am allotted the work and I failed to carry out the allotted work
in accordance with the terms and conditions and within the time prescribed and specified,
RailTel is entitled to carry out the work allotted to me by any other means at my risk and
cost, at any stage of the contract.
5. I also declared that I will not claim any charge / damages / compensation for non-
availability of site for the contract work at any time.
6. I Indemnify RailTel and its stakeholders/ partners/ patrons for any Damages, Loss, or
Injury, any legal suit, proceeding or legal action whatsoever that may be caused at any
time by me or any other staff of ________________________ company, for the work
undertaken and all such damage, damages, injury or loss, legal suit, legal action, I shall be
solely responsible in individual as well as official capacity and such loss, damages, injury
shall be made good and/ or as the case may be shall be paid immediately by me /
Company to the satisfaction of the RailTel and its stakeholders/ partners/ patrons.

Dated_____ dayof__________,20___

Identifiedbyme

Before me

<Advocate>

23
7. Annexure II: Instructions & Technical Bid Document Formats

General Instructions for the Technical Bid


Bidders have to submit a very structured and organized technical bid, which will be
analyzed by the Technical Evaluation Committee for different compliances with regards to
the requirements of the project.

Bidder is expected to divide its Bid in following sections / documents:


A. Bidder’s Competence to execute the project
This document should bring about the capability of the firm to execute this
project. Some of the required documents are as follows:
• Financial Capability of the Bidder and supporting documents
• Experience of Bidder of implementing similar/same applications or in supply of
similar/same hardware components
• Quality of similar domain experts available with the firm
B. Proposed Team for the Project
Bidder may propose different people for different skill-sets required and different
responsibilities (during Project Implementation and Post-Implementation). Following
documentation is expected in this section:
• Overall Project Team (for both Project Implementation and Support phases)
• Escalation Chart for the entire Project Duration
• Summary Table giving Qualification, Experiences, Certifications, Relevance
C. Technical Solution Proposed for the Project
Broad areas to be covered in the Technical Solution documentation are given below:
• Bill of Material: This document should give details of all the proposed components,
without specifying the costs. Please note that the bid shall get disqualified if Bidder
gives price details in the technical document.
• Describe the proposed Technical Solution in a structured manner. Following should
be captured in the same:
o Clear articulation and description of the design and technical solution and
various components
o Reasoning for selection of the proposed technology over other options.
o Extent of compliance to technical requirements specified in the scope of work
• Strength of the Bidder to provide services including examples or case-studies of
similar solutions deployed for other clients
• Clearly articulate the Strategy and Approach and Methodology for Installation,
Configuration and Implementation of the project.
• Approach and Methodology for Management of SLA Requirements specified in the
bid. Bidder is required to clearly articulate how the SLA requirements would be
adhered.
• Detailed Project Plan with timelines, milestones etc. for supply, installation and
commissioning of the various project components.

24
Format to share Project Details

Name of the Project:


General Information
Client for which the project was executed
Name of the client contact person(s)
Designation of client contact person(s)
Contact details of the client contact
person(s)
Project Details
Description of the project
Scope of work of the Bidder
Deliverables of the Bidder
Technologies used
Current Status of the project
Other Details
Total cost of the project
Total cost of the services provided by the
Bidder
Duration of the project (number of months,
start date, completion date, current status)
Other Relevant Information
Mandatory Supporting Documents:
Work order / Purchase order / Contract for the project/ Client Certificate giving present
status of the project and view of the quality of services by the Bidder

Note: The Bidder is required to use above format for all the projects referenced by the Bidder
for the pre- qualification criteria and technical bid evaluation.

25
8. Annexure III: Instructions & Commercial Bid Formats (To be submitted while
requesting Commercial Proposal)

Commercial Bid Cover Letter

Date: dd/mm/yyyy

To
Deputy General Manager/ Marketing
RailTel Corporation of India Ltd
Western Railway Microwave Complex
Senapati Bapat Marg, Near Railway Sports Ground
Mahalaxmi, Mumbai – 400013

Sub: Implementation (Design, Laying, Testing, Commissioning), Operations and


Maintenance of State-Wide Fiber Optic Cable (OFC) Network in the State of Goa

Ref: BidNo:<No> Dated <DD/MM/YYYY>

Dear Sir,
We, the undersigned Bidders, having read and examined in detail all the bidding
documents in respect of “Implementation (Design, Laying, Testing, Commissioning),
Operations and Maintenance of State-Wide Fiber Optic Cable (OFC) Network in the State of
Goa” do hereby propose to provide services as specified in the bid referred above.

1. PRICE AND VALIDITY


• All the prices mentioned in our bid are in accordance with the terms as specified in
the bid documents. All the prices and other terms and conditions of this bid are valid
for a period of 120 calendar days from the date of opening of the Bids and back to
back as per scope of work whichever is later.
• We hereby confirm that our bid prices include all taxes. Taxes are quoted separately
under relevant sections, as specified in the bid formats.
• We have studied the clause relating to Indian Income Tax and hereby declare that if
any income tax, surcharge on Income Tax, Professional and any other Corporate Tax
in altercated under the law, we shall pay the same.
2. UNIT RATES
We have indicated in the relevant schedules enclosed, the unit rates for the purpose of
payment as well as for price adjustment in case of any increase to / decrease from the
scope of work under the contract.
3. DEVIATIONS
We declare that all the services shall be performed strictly in accordance with the bid
documents and there are no deviations.
4. QUALIFYING DATA
We confirm having submitted the information as required by you in your Instruction
to Bidders. In case you require any other further information/documentary proof in this
regard before evaluation of our bid, we agree to furnish the same in time to your

26
satisfaction.
5. BID PRICE
We declare that our Bid Price is for the entire scope of the work as specified in the bid
document. These prices are indicated in the subsequent sub-sections of this Section.
6. CONTRACT PERFORMANCE GUARANTEE BOND
We hereby declare that in case the contract is awarded to us, we shall submit the
contract Performance Bank Guarantee in the form prescribed in the bid.

We hereby declare that our bid is made in good faith, without collusion or fraud and the
information contained in the bid is true and correct to the best of our knowledge and belief.
We understand that our bid is binding on us and that you are not bound to accept a bid
you receive. We confirm that no Technical deviations are attached here with this commercial
offer.

Thanking you,
Yours faithfully,

(Signature of the Authorized Signatory)


Name:
Designation:
Seal:

Date:
Place:
Business Address:

27
Commercial Bid Format and Instructions

The Bidder has to quote the rate in the BoQ table. The price shall be
inclusive of Goods & Services Tax as applicable under the relevant Laws of India.
BoQ Table will be as per formats specified in subsequent RFP floated by DOIT Goa
including all of its addendums / corrigendums / additional documents as mentioned in Scope
of Work.

Note:

1. Bidder is required to do POC of the hardware during the technical evaluation or post
Award of contract as per RailTel’s discretion.
2. The Bidder will quote both for Implementation cost and the Operations and Maintenance
cost.
3. RailTel to scale up and scale down resources based on requirements. Any line items may
be removed from the scope based on RailTel’s discretion.
4. All the prices are to be entered in Indian Rupees ONLY.
5. Prices indicated in the schedules shall be inclusive of all taxes, Levies, duties etc. It is
mandatory to provide breakup of all Taxes, Duties and Levies wherever asked for.
6. During the payment stage, RailTel reserves the right to ask the Bidder to submit proof of
payment against any of the taxes, duties, levies indicated.
7. The Bidder needs to account for all Out of Pocket expenses due to Boarding, Lodging and
other related items. No additional/separate payment shall be made regarding the same.
8. For the purpose of evaluation of Commercial Bids, RailTel shall make appropriate
assumptions to arrive at a common bid price for all the Bidders. This however shall have
no co-relation with the Contract value or actual payment to be made to the Bidder.
9. The Contract Price shall be firm and not subject to any alteration.
10. The Bidder should be deemed to have satisfied itself as to the correctness and sufficiency
of the contract price, which shall, except as otherwise provided for in the contract, cover
all its obligations under the contract.
11. Please note invitation of price discovery rate for future requirements does not imply
guarantee of any additional work or any increase in scope. The price discovery rates are
being invited to meet any exigency requirements if a need emerges during the period of
contract with respect to deployment of additional manpower resources.
12. Wherever present, the items mentioned as Lump Sum in above table will have quantity as
1. However, the bidder should consider the same as Lump Sum and submit the
commercials.
13. No advance payment shall be made towards any activity

28
9. Annexure IV: Complete EoI Examination & Nil Deviation Certificate

To
Deputy General Manager/ Marketing
RailTel Corporation of India Ltd
Western Railway Microwave Complex
Senapati Bapat Marg, Near Railway Sports Ground
Mahalaxmi, Mumbai – 400013

Sub: Complete EoI Examination & Nil Deviation Certificate

Ref: RailTel EoI Number: _______________________________ Dated: _____________

Dear Sir,

We <Bidder Name> having completely examined the referred EoI, its corrigendum
and any other documents/its addendums/corrigendum referred in this EoI, conclude that we
have understood the Terms & Conditions of the EoI and its subsequent addendums
&corrigendum (if any) and any other documents/its addendums/corrigendum referred in this
EoI. We declare that we have sought all clarifications for the same from RailTel or its end
customer for anything contained in this EoI& any other documents/its
addendums/corrigendum referred in this EoI and have been satisfied with the clarifications to
the fullest extent and there are no terms, clauses, conditions, etc which are ambiguous.
We also declare that there is no deviation from adhering to anything that is contained
in this EoI and any other documents/its addendums/corrigendum referred in this EoI and that
any deviation later raised by us shall lead to forfeiture of the Bid/Contract at complete
discretion of RailTel.

Signature of Authorized Signatory (with official seal)


Name :
Designation :
Address :
Telephone and Fax :
E-mail address :

29
10. Annexure V: Back to Back Compliance Certificate

To
Deputy General Manager/ Marketing
RailTel Corporation of India Ltd
Western Railway Microwave Complex
Senapati Bapat Marg, Near Railway Sports Ground
Mahalaxmi, Mumbai – 400013

Sub: Complete back to back Compliance Certificate

Ref: 1) RailTel EoI Number: _______________________________ Dated: _____________


2) DOIT Goa EoI Reference No: 11/5/DOIT/2022-23/GBBN2.0/845 Dated. 29.08.2022 and
all of its corrigendums/addendums and subsequent RFP and its corrigendums/adddendums

Dear Sir,

Considering reference 1 & 2 we would like to declare that we have read and
understood RailTel’s and DOIT Goa’s EoI, its corrigendum and any other documents/its
addendums/corrigendum published thoroughly. We would like to give you our back to back
compliance for all the terms and conditions, clauses, timelines, deliverables and anything
explicitly mentioned in RailTel’s and DOIT Goa’s EoI and subsequent RFP, any other
documents/its addendums/corrigendum that are or will be published at a later stage by DOIT
Goa.

Signature of Authorized Signatory (with official seal)


Name :
Designation :
Address :
Telephone and Fax :
E-mail address :

30
11. Annexure VI: Draft Non-Disclosure Agreement

(On Stamp Paper of Rs 500/-)

This Non-Disclosure Agreement (“Non-Disc”) is made and entered into _______ day of
____________ month __________ year (effective date) by and between
_________________ (“Department”) and _____________________ (“Company”). Whereas,
Department and Company have entered into an Agreement (“Agreement”)
_____________________________ effective ___________ for ________________ and

Whereas, each party desires to disclose to the other party certain information in oral or
written form which is proprietary and confidential to the disclosing party,
(“CONFIDENTIAL INFORMATION”).
NOW, THEREFORE, in consideration of the foregoing and the covenants and agreements
contained herein, the parties agree as follows:

1. Definitions. As used herein:


a. The term “Confidential Information” shall include, without limitation, all
information and materials, furnished by either Party to the other in connection
with citizen/users/persons/customers data, products and/or services, including
information transmitted in writing, orally, visually, (e.g. video terminal display) or
on magnetic or optical media, and including all proprietary information, customer
and prospect lists, trade secrets, trade names or proposed trade names, methods
and procedures of operation, commercial or marketing plans, licensed document
know-how, ideas, concepts, designs, drawings, flow charts, diagrams, quality
manuals, checklists, guidelines, processes, formulae, source code materials,
specifications, programs, software packages, codes and other intellectual property
relating to the disclosing party’s data, computer database, products and/or
services. Results of any tests, sample surveys, analytics, data mining exercises or
usages etc. carried out by the receiving party in connection with the Department’s
information including citizen/users/persons/customers personal or sensitive
personal information as defined under any law for the time being in force shall
also be considered Confidential Information.
b. The term, “Department” shall include the officers, employees, agents, consultants,
contractors and representatives of Department.
c. The term, “Company” shall include the directors, officers, employees, agents,
consultants, contractors and representatives of Company, including its applicable
affiliates and subsidiary companies.
2. Protection of Confidential Information: With respect to any Confidential Information
disclosed to it or to which it has access, Company affirms that it shall:
b. Use the Confidential Information as necessary only in connection with Project and
in accordance with the terms and conditions contained herein;
c. Maintain the Confidential Information in strict confidence and take all reasonable
steps to enforce the confidentiality obligations imposed hereunder, but in no event
take less care with the Confidential Information that the parties take to protect the

31
confidentiality of its own proprietary and confidential information and that of its
clients;
d. Not to make or retain copy of any commercial or marketing plans,
citizen/users/persons/customers database, Bids developed by or originating from
Department or any of the prospective clients of Department except as necessary,
under prior written intimation from Department, in connection with the Project,
and ensure that any such copy is immediately returned to Department even
without express demand from Department to do so;
e. Not disclose or in any way assist or permit the disclosure of any Confidential
Information to any other person or entity without the express written consent of
the other party; and
f. Return to the other party, or destroy, at Department’s discretion, any and all
Confidential Information disclosed in a printed form or other permanent record, or
in any other tangible form (including without limitation, all copies, notes, extracts,
analyses, studies, summaries, records and reproductions thereof) immediately
upon the earlier to occur of (i) expiration or termination of either party’s
engagement in the Project, or
(ii) the request of the other party therefore.
g. Not to discuss with any member of public, media, press, any or any other person
about the nature of arrangement entered between Department and Company or the
nature of services to be provided by the Company to the Department.
3. Onus. Company shall have the burden of proving that any disclosure or use inconsistent
with the terms and conditions hereof falls within any of the foregoing exceptions.
4. Exceptions. These restrictions as enumerated in section 1 of this Agreement shall not
apply to any Confidential Information:
a. Which is independently developed by Company or lawfully received from another
source free of restriction and without breach of this Agreement; or
b. After it has become generally available to the public without breach of this
Agreement by Company; or
c. Which at the time of disclosure to Company was known to such party free of
restriction and evidenced by documentation in such party’s possession; or
d. Which Department agrees in writing is free of such restrictions.
e. Which is received from a third party not subject to the obligation of confidentiality
with respect to such Information;
5. Remedies. Company acknowledges that
(a) any actual or threatened disclosure or use of the Confidential Information by
Company would be a breach of this agreement and may cause immediate and irreparable
harm to Department;
(b) Company affirms that damages from such disclosure or use by it may be impossible to
measure accurately; and
(c) injury sustained by Department may be impossible to calculate and remedy fully.
Therefore, Company acknowledges that in the event of such a breach, Department shall
be entitled to specific performance by Company of Company’s obligations contained in
this Agreement. In addition, Company shall indemnify Department of the actual and

32
liquidated damages which may be demanded by Department. Moreover, Department shall
be entitled to recover all costs (including reasonable attorneys’ fees) which it or they may
incur in connection with defending its interests and enforcement of legal rights arising
due to a breach of this agreement by Company.
6. Need to Know. Company shall restrict disclosure of such Confidential Information to its
employees and/or consultants with a need to know (and advise such employees of the
obligations assumed herein), shall use the Confidential Information only for the purposes
set forth in the Agreement, and shall not disclose such Confidential Information to any
affiliates, subsidiaries, associates and/or third party without prior written approval of the
disclosing party.
7. Intellectual Property Rights Protection. No license to a party, under any trademark,
patent, copyright, design right, mask work protection right, or any other intellectual
property right is either granted or implied by the conveying of Confidential Information
to such party.
8. No Conflict. The parties represent and warrant that the performance of its obligations
hereunder do not and shall not conflict with any other agreement or obligation of the
respective parties to which they are a party or by which the respective parties are bound.
9. Authority. The parties represent and warrant that they have all necessary authority and
power to enter into this Agreement and perform their obligations hereunder.
10. Dispute Resolution. If any difference or dispute arises between the Department and the
Company in connection with the validity, interpretation, implementation or alleged
breach of any provision of this Agreement, any such dispute shall be referred
appropriately to RailTel/ stakeholders/ partners/ patrons
a. The arbitration proceedings shall be conducted in accordance with the (Indian)
Arbitration and Conciliation Act, 1996 and amendments thereof.
b. The place of arbitration shall be Mumbai.
c. The arbitrator’s award shall be substantiated in writing and binding on the parties.
d. The proceedings of arbitration shall be conducted in English language.
e. The arbitration proceedings shall be completed within a period of 180 days from
the date of reference of the dispute to arbitration.
11. Governing Law. This Agreement shall be interpreted in accordance with and governed
by the substantive and procedural laws of India and the parties hereby consent to the
exclusive jurisdiction of Courts and/or Forums situated at Mumbai, India only.
12. Entire Agreement. This Agreement constitutes the entire understanding and agreement
of the parties, and supersedes all previous or contemporaneous agreement or
communications, both oral and written, representations and under standings among the
parties with respect to the subject matter hereof.
13. Amendments. No amendment, modification and/or discharge of this Agreement shall be
valid or binding on the parties unless made in writing and signed on behalf of each of the
parties by their respective duly authorized officers or representatives.
14. Binding Agreement. This Agreement shall be binding upon and inure to the benefit of
the parties hereto and their respective successors and permitted assigns.
15. Severability. It is the intent of the parties that in case any one or more of the provisions
contained in this Agreement shall be held to be invalid or unenforceable in any respect,

33
such provision shall be modified to the extent necessary to render it, as modified, valid
and enforceable under applicable laws, and such invalidity or unenforceability shall not
affect the other provisions of this Agreement.
16. Waiver. If either party should waive any breach of any provision of this Agreement, it
shall not thereby be deemed to have waived any preceding or succeeding breach of the
same or any other provision hereof.
17. Survival. Both parties agree that all of their obligations undertaken herein with respect to
Confidential Information received pursuant to this Agreement shall survive till perpetuity
even after any expiration or termination of this Agreement.
18. Non-solicitation. During the term of this Agreement and thereafter for a further period of
two (2) years Company shall not solicit or attempt to solicit Department’s employees
and/or consultants, for the purpose of hiring/contract or to proceed to conduct
operations/business similar to Department with any employee and/or consultant of the
Department who has knowledge of the Confidential Information, without the prior written
consent of Department. This section will survive irrespective of the fact whether there
exists a commercial relationship between Company and Department.
19. Term. Subject to aforesaid section 17, this Agreement shall remain valid up to _____
years from the “effective date”.

IN WITNESS HEREOF, and intending to be legally bound, the parties have executed this
Agreement to make it effective from the date and year first written above.

For Department
Name:
Title:
WITNESSES:
1. _______________________________
_______________________________
2. _______________________________
_______________________________

For Company
Name:
Title:
WITNESSES:
1. _______________________________
_______________________________
2. _______________________________
_______________________________

34
12. Annexure VII: Performance Bank Guarantee Format

(For a sum of in accordance and back to back with the document referred in scope of work)
(Stamp Duty to be confirmed by RailTel in co-ordination with RailTel’s Legal Department)

Ref. No. :
Date :
Bank Guarantee No. :

To
<Insert complete postal address>

THIS INDENTURE made this <current date> day of< current Month> 2022, BETWEEN
THE <Bank Name>, a Company incorporated and registered under the Indian companies act,
1913 and deemed to exist within the companies Act 1956, and governed by the Banking
Regulation Act, 1949 and having its registered office at <Address>, and its corporate office
at <Address>, India and having one of its Branch Office at <Mumbai Branch Office>
(hereinafter referred to as “the Bank” which expression shall be deemed to includes its
successors and assigns) of the first part and <Bidders Company Name> a company
incorporated under the Indian Companies Act 1956 having its Registered Office at
<Address>, Corporate Office at <Address> and its Regional Office at <Mumbai Office
Address> (hereinafter referred to as ‘the Contractor/s’) of the second part and RailTel
Corporation of India Ltd (hereinafter referred to as ‘RailTel’) of the third part WHEREAS the
Contractor/s have submitted to RailTel EoI/Quotation for the execution of Implementation
(Design, Laying, Testing, Commissioning), Operations and Maintenance of State-Wide Fiber
Optic Cable (OFC) Network in the State of Goa Dated <Date of EoI> and the terms of such
EoI/Tender/Quotation/contract require that the Contractor/s shall deposit with RailTel as the
security a sum of Rs. <Amount>/- (in figures and words<in words> only Including all Taxes
and contingencies and any other costs mentioned as per LOI and RailTel Terms)AND
WHEREAS if and when any such EoI/Tender/Quotation is accepted by RailTel the contract
to be entered into in furtherance thereof by the Contractor/s will provide that such deposit
shall remain with and be appropriated by RailTel towards the security deposit to be taken
under the contract and be redeemable by the Contractors/ if they shall duly and faithfully
carry out the terms and provision of such contract and shall duly satisfy all claims properly
chargeable against them there under AND WHEREAS the Contractor/s are constituents of
the Bank and in order to facilitate the keeping of the accounts of the Contractor/s, the Bank
with the consent and concurrence of the Contractor/s has requested RailTel to accept the
Guarantee of the Bank hereinafter contained, in place of the Contractor/s depositing with
RailTel the said sum as security as aforesaid AND WHERE AS accordingly <Bank
Name>has agreed to accept claim from RailTel upon demand in writing, whenever required
by him, from time to time upto <Date (contract period + 3 months)> so to do, a sum not
exceeding in the whole Rs. <Amount>/- (in figures and words <in words> only incl of Tax)
under the terms of the said EoI/Tender/Quotation and/ or the Contract. The Bank Guarantee
is valid up to<Date (contract period + 3 months)>.

35
Notwithstanding anything what has been stated above, <Bank Name> liability under
the above guarantee is restricted to Rs. <Amount>/- (in figures and words <in words>only
incl of Tax) and guarantee shall remain in force up to <Date (contract period + 3 months)>
unless the demand or claim under this guarantee is made on us and we receive in writing on
or before <Date (contract period + 3 months)> all your rights under the above guarantee shall
be forfeited and we shall be released from all liabilities under the guarantee thereafter
whether or not the original bank guarantee is returned to us.

In witness whereof the Bank, through its authorized Officer, has set its hand and stamp on
this ……… day of 2022 at ……………

For <Bank Name> For<Company Name>

Authorized Signatories Authorized Signatories


EMP No.______________ EMP No.________________

36
13. Annexure VIII: Contract Agreement

(To be executed on Rs. 500/- Stamp Paper post award of Contract within 30 days of
placement of LOI)

1. Overview:
The document below Dated …………………………. describes the Agreement
between the RailTel Corporation of India Limited a company having its registered office
at Plate-A, 6th Floor, Office Block Tower-2, East Kidwai Nagar, New Delhi-110023 and
Regional Office at Western Railway Microwave Complex, Senapati Bapat Marg,
Mahalaxmi, Mumbai – 400013called herein after “BUYER/ PURCHASER/ RailTel”
and<Company Name>having its office at <Address>as “SELLER/ SERVICE
PROVIDER”. It includes the critical success factors and performance indicators to help
evaluate Seller’s effort in providing the desired results.

2. Scope of Work:
The Scope of Work includes Implementation (Design, Laying, Testing,
Commissioning), Operations and Maintenance of State-Wide Fiber Optic Cable (OFC)
Network in the State of Goa as per Supply Order/ LOI issued vide Buyer’s letter
No.<LOI No> dt <Dated>.

3. Term of the Contract Agreement


The term of this Contract Agreement shall be a period of <specify period of contract>
years from the date of execution of this Agreement. This includes the time required for
Implementation and Operations and Maintenance Support.
In the event of implementation period getting extended beyond the stipulated time, for
reasons not attributable to the Service Provider, RailTel reserves the right to extend the
term of the Agreement by a suitable period without mutual consensus to allow validity of
contract from the date of operational acceptance.

4. Payment, Taxes &Claims


Under no circumstances whatever the Service Provider shall be entitled to any
compensation from RailTel on any account unless the Service Provider shall have
submitted a claim in writing to RailTel within 30 days of the case of such claim
occurring.

37
It is agreed that the RailTel or its representative or Officer shall not be liable to pay
any interest or damage with respect of any moneys or balance which may be in its or its
representative’s or officer’s hands owing to any dispute or difference or claim or
misunderstanding between the RailTel or its representative or Officer on the one hand and
the Buyer on the other, or with respect to any delay on the part of the RailTel or
representative or Officers in making periodical or final payments or in any other respect
whatever.
Variations
RailTel shall, having regard to the scope of the Works and the sanctioned
estimated cost, have power to order, in writing, Variations within the scope of the Works
RailTel considers necessary or advisable during the progress of the Contract. Such
Variations shall form part of the Contract and the Service Provider shall carry them out
and include them in updated Programmes produced by the Service Provider. Written
confirmations of such variation of orders will be given.
Payment for Variations
The rates for Variation items as specified in the Bill of Quantities will be
considered as base and the Service Provider shall carry out such work at the same rate.

5. Proprietary data
All documents and other information supplied by the Authority or submitted by a
Service Provider to RailTel Authority shall remain or become the property of RailTel/
Stakeholders/ Partners/ Patrons. Service Provider are to treat all information as strictly
confidential and shall not use it for any purpose other than for preparation and submission
of their Application. RailTel Authority will not return any Application or any information
provided along therewith.

6. Taxes
G.S.T. and other state levies/ cess which are not subsumed under GST will be
applicable. It is clearly understood that RailTel will not bear any additional liability
towards payment of any Taxes & Duties.
Rates accepted by RailTel shall hold good till completion of work and no additional
individual claim shall be admissible on account of fluctuations in market rates, increase in
taxes/ any other levies/ tolls etc. Except that payment/ recovery for overall market
situation shall be made as per price variation.

38
7. Publicity
Any publicity by the Service Provider in which the name of RailTel is to be used
should be done with the explicit written permission of Executive Director/ Western
Region of RailTel Corporation of India Ltd.

8. Force Majeure
The Service Provider shall not be liable for forfeiture of its Performance Guarantee,
imposition of liquidated damages or termination for default, if and to the extent that it’s
delay in performance or other failure to perform its obligations under the contract is the
result of an event of Force Majeure. For purposes of this Clause, “Force Majeure” means
an event beyond the “reasonable” control of the Service Provider, not involving the
Service Provider’s fault or negligence and not foreseeable. Unforeseen circumstances or
causes beyond the control of the Implementation Agency include but are not limited to
acts of God, war, riot, acts of civil or military authorities, fire, floods, accidents, terrorist
activity, strikes or shortages of transportation facilities, fuel, energy, labor or material.
For the Service Provider to take benefit of this clause it is a condition precedent that
the Implementation Agency must promptly notify RailTel, in writing of such conditions
and the cause thereof within five calendar days of the arising of the Force Majeure event.
RailTel, or the consultant / committee appointed by RailTel shall study the submission of
the Service Provider and inform whether the situation can be qualified one of Force
Majeure. Unless otherwise directed by RailTel in writing, the Service Provider shall
continue to perform its obligations under the resultant Agreement as far as it is reasonably
practical, and shall seek all reasonable alternative means for performance of services not
prevented by the existence of a Force Majeure event.
In the event of delay in performance attributable to the presence of a force majeure
event, the time for performance shall be extended by a period(s) equivalent to the
duration of such delay. If the duration of delay continues beyond a period of 30 days,
RailTel and the Service Provider shall hold consultations with each other in an endeavor
to find a solution to the problem.
Notwithstanding anything to the contrary mentioned above, the decision of RailTel
shall be final and binding on the Service Provider.

9. Arbitration & Governing Laws:

39
Any dispute between the parties shall be resolved mutually by the parties.
If the dispute cannot be resolved by mutual consultation between the parties, the same
shall resolved by an Arbitrator who shall be the Chief Managing Director of the Seller.
This agreement shall be covered and constructed in accordance with Laws of India
including without limitation, the relevant Central and State Acts and Rules, Regulations
and Notifications issued and amended there under from time to time.
All disputes shall have jurisdiction of courts at Delhi, unless otherwise provided under
the terms of agreement for arbitration or other recourse.

10. Termination of contract


RailTel may, without prejudice to any other remedy under this Contract and
applicable law, reserves the right to terminate for breach of contract by providing a
written notice of 30 days stating the reason for default to the Service Provider and
terminate the contract either in whole or in part:
i. If the Service Provider fails to deliver any or all of the project requirements /
operationalization / Operational Acceptance of project within the time frame
specified in the contract; or
ii. If the Service Provider fails to perform any other obligation(s) under the
contract.
Prior to providing a notice of termination to the Service Provider, RailTel shall
provide the Service Provider with a written notice of 30 days instructing the Service
Provider to cure any breach/ default of the Contract, if RailTel is of the view that the
breach may be rectified.
On failure of the Service Provider to rectify such breach within 30 days, RailTel may
terminate the contract by providing a written notice of 30 days to the Service Provider,
provided that such termination will not prejudice or affect any right of action or remedy
which has accrued or will accrue thereafter to RailTel. In such an event the Service
Provider shall be liable for penalty imposed by RailTel.
In the event of termination of this contract for any reason whatsoever, RailTel is
entitled to impose any such obligations and conditions and issue any clarifications as may
be necessary to ensure an efficient transition and effective continuity of the services
which the Service Provider shall be obliged to comply with and take all available steps to
minimize the loss resulting from that termination/ breach, and further allow and provide
all such assistance to RailTel and/ or succeeding vendor, as may be required, to take over

40
the obligations of the Service Provider in relation to the execution/ continued execution of
the requirements of this contract.

11. Termination for Convenience


RailTel, by notice sent to Service Provider, may terminate the Contract, in whole or in
part, at any time for its convenience. The notice of termination shall specify that
termination is for RailTel’s convenience, the extent to which performance of the Service
Provider under the Contract is terminated, and the date upon which such termination
becomes effective.
The deliverables/ Services that are complete and ready for delivery within twenty-
eight (28) days after the Service Provider’s receipt of notice of termination shall be
accepted by RailTel at the Contract terms and prices. For the remaining deliverables/
services, RailTel may elect:
i. to have any portion completed and delivered at the Contract terms and prices;
and/or
ii. to cancel the remainder and pay to the Service Provider an agreed amount for
partially completed deliverables and Related Services.

12. Miscellaneous Terms:


Sub Contracts
Sub-contracting is not permitted. The Service Provider shall seek prior approval from
RailTel for sub- contracting any work, if not already specified in the bid. However, such
sub-contracting shall not relieve the Service Provider from any liability or obligation
under the Contract. If approved, however the Service Provider shall be solely responsible
for the work carried out by subcontracting under the contract.
Waiver
A waiver of any provision or breach of this Agreement must be in writing and signed
by an authorized official of the Party executing the same. No such waiver shall be
construed to affect or imply a subsequent waiver of the same provision or subsequent
breach of this Agreement.
Confidentiality
“Confidential Information” means all information including Project Data (whether in
written, oral, electronic or other format) which relates to the technical, financial and
operational affairs, business rules, citizen information, design rights, know-how and

41
personnel of each Party and its affiliates which is disclosed to or otherwise learned by the
other Party or its subcontractors (whether a Party to the contract or to the SLA) in the
course of or in connection with the contract (including without limitation such
information received during negotiations, location visits and meetings in connection with
the contract or to the SLA) or pursuant to the contract to be signed subsequently.
Except with the prior written permission of RailTel, the Service Provider (including
all partners) and its Personnel shall not disclose such confidential information to any
person or entity not expected to know such information by default of being associated
with the project, nor shall the Service Provider and its Personnel make public the
recommendations formulated in the course of, or as a result of the project. In matters
pertaining to privacy of data, the Service Provider (including all partners) shall not use
any data for analytical/commercial reasons whatsoever.
The Service Provider recognizes that during the term of this Agreement, sensitive data
will be procured and made available to it, its Sub contractors and agents and others
working for or under the Service Provider. Disclosure or usage of the data by any such
recipient may constitute a breach of law applicable causing harm not only to the
Department whose data is used but also to its stakeholders. The function of RailTel/
Stakeholders/ Partners/ Patrons requires the Service Provider, its Subcontractors and
agents to demonstrate utmost care, sensitivity and strict confidentiality. Any breach of
this Article will result in RailTel and its nominees receiving a right to seek injunctive
relief and damages, from the Service Provider.
The restrictions of this Article shall not apply to confidential information that:
i. Is or becomes generally available to the public through no breach of this
Article by the Recipient; and
ii. Was in the recipient’s possession free of any obligation of confidence prior to
the time of receipt of it by the Recipient hereunder; and
iii. Is developed by the Recipient independently of any of discloser’s Confidential
Information; and
iv. Is rightfully obtained by the Recipient from third Parties authorized at that
time to make such disclosure without restriction; and
v. Is identified in writing by the Discloser as no longer proprietary or
confidential; or
vi. Is required to be disclosed by law, regulation or Court Order, provided that the
recipient gives prompt written notice to the Discloser of such legal and

42
regulatory requirement to disclose so as to allow the Discloser reasonable
opportunity to contest such disclosure.
To the extent that such disclosure is required for the purposes of this Agreement,
either Party may disclose Confidential Information to:
i. Its employees, agents and independent contractors and to any of its affiliates
and their respective independent contractors or employees; and
ii. Its professional advisors and auditors, who require access for the purposes of
this Agreement, whom the relevant Party has informed of its obligations under
this Article and in respect of whom the relevant Party has informed of its
obligations under this Article has used commercially reasonable efforts to
ensure that they are contractually obliged to keep such Confidential
Information confidential on terms substantially the same as set forth in this
Article. Either Party may also disclose confidential Information or any entity
with the other Party’s prior written consent.
The provisions of this Article shall survive the expiration or any earlier termination of
this Agreement.

This Agreement is being executed in two originals, one copy to be retained by each of the
parties of this Agreement.

In WITNESS THEREOF, the parties hereto have caused this Agreement to be duly
executed on the day, month and year endorsed below:

Authorized Signatory & Seal: Authorized Signatory & Seal:

RailTel Corporation Of India Limited <Bidder Company Name>


Western Railway Microwave Complex, <Bidder Company Address>
Senapati Bapat Marg, Near Railway
Sports Ground, Mahalaxmi
Mumbai – 400013

Date:
Place:

43
13. Annexure IX: Consortium Agreement

The consortium Agreement will be as per the format laid in the RFP floated by DOIT
Goa. The same shall be back to back. However RailTel reserves the right to modify the
agreement as per its policies.

44
DEPARTMENT OF INFORMATION TECHNOLOGY (DOIT)

GOVERNMENT OF GOA

Expression of Interest (EOI)

EOINo. No. 11/5/DOIT/2022-23/GBBN 2 .0 /845

Dated: 29.08.2022

for

IMPLEMENTATION (DESIGN, LAYING,


TESTING,COMMISSIONING), OPERATIONS AND
MAINTENANCE OF STATE-WIDE FIBER OPTIC CABLE (OFC)
NETWORK IN THE STATE OF GOA
IMPLEMENTATION (DESIGN, LAYING, TESTING, COMMISSIONING), OPERATIONS AND
MAINTENANCE OF STATE-WIDE FIBER OPTIC CABLE (OFC) NETWORK IN THE STATE
OF GOA

Contents

DISCLAIMER ........................................................................................................................... 2
GLOSSARY ...............................................................................................................................3
DESCRIPTION OF EOI PROCESS ..........................................................................................4
SCHEDULE OF EOI PROCESS ...............................................................................................5
1. PROJECT BACKGROUND ............................................................................................. 7
2. PROPOSED PROJECT .....................................................................................................8
3. TERM OF PROJECT ...................................................................................................... 19
4. MINIMUM ELIGIBILITY EXPERIENCE .................................................................... 20
5. FINANCIAL EVALUATION .........................................................................................23
6. OTHER GENERAL CONDITIONS ...............................................................................24
7. RIGHT TO CANCEL THE EOI PROCESS ...................................................................26
8. ANNEXURES ................................................................................................................. 27

Expression Of Interest 1
IMPLEMENTATION (DESIGN, LAYING, TESTING, COMMISSIONING), OPERATIONS AND
MAINTENANCE OF STATE-WIDE FIBER OPTIC CABLE (OFC) NETWORK IN THE STATE
OF GOA

DISCLAIMER
The information contained in this Expression of Interest (EOI) or subsequently provided to the
Applicant(s), whether verbally or in documentary or any other form by or on behalf of Department of
Information Technology (DOIT) or any of its employees or advisors, is provided to the Applicant(s) on
the terms and conditions set out in this EOI and such other terms and conditions subject to which such
information is provided.
This EOI contains brief information about the Project and will assist the Authority to formulate the
RFP for the process of selecting the Applicants during the RFP stage. This document is neither an
agreement nor an offer by the purchaser/authority to the Applicants or any other person. The purpose of
the document is to provide the Applicants with information to assist the formulation queries, feedback
and suggestions towards the project.
The Authority, its employees and advisors make no representation or warranty and shall have no
liability to any person, including any Applicant under any law, statute, 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 EOI or otherwise,
including the accuracy, adequacy, correctness, sufficiency, completeness or reliability of this EOIand
any assessment, assumption, statement or information contained therein or deemed to form part of this
EOI.
The Authority also accepts no liability of any nature whether resulting from negligence or otherwise
howsoever caused arising from reliance of any Applicant upon the statements contained in this EOI.
The Authority may in its absolute discretion, but without being under any obligation to do so, update,
amend or supplement the information, assessment or assumptions contained in this EOI.
The Applicant shall bear all costs associated with or relating to the preparation and submission of its
queries, feedback and suggestions including but not limited to preparation, copying, postage, delivery
fees, expenses associated with any demonstrations or presentations which may be required by the
Authority, or any other costs incurred in connection with or relating to its Application. All such costs
and expenses will remain with the Applicant and the Authority shall not be liable in any manner
whatsoever for the same or for any other costs or other expenses incurred by an Applicant in
preparation or submission of the Application.

Expression Of Interest 2
IMPLEMENTATION (DESIGN, LAYING, TESTING, COMMISSIONING), OPERATIONS AND
MAINTENANCE OF STATE-WIDE FIBER OPTIC CABLE (OFC) NETWORK IN THE STATE
OF GOA

GLOSSARY
Authority : Department of Information Technology (DOIT), Goa.

Systems Integrator (SI) The Successful Bidder entering into an Agreement with the
:
Authority for undertaking the Project.

Go-Live Date : The date as declared by the Authority on which the proposed
solution becomes operational after successful conclusion of all
acceptance tests to the satisfaction of the Authority.

NIT : Notice Inviting Tender

Project : Implementation (Design, Laying, Testing, Commissioning),


Operationsand Maintenance of State-Wide Fiber Optic Cable
(OFC) Network in the State of Goa

RFP : Request for Proposal

RoW : Right of Way

ISP : Internet Service Provider

OFC : Optical Fiber Cable

PoP : Point of Presence

GP : Gram Panchayat

Licensed Service Area : The territory of State of Goa

Expression Of Interest 3
IMPLEMENTATION (DESIGN, LAYING, TESTING, COMMISSIONING), OPERATIONS AND
MAINTENANCE OF STATE-WIDE FIBER OPTIC CABLE (OFC) NETWORK IN THE STATE
OF GOA

DESCRIPTION OF EOIPROCESS
1) The stage of Expression of Interest (EOI)is undertaken as an industry consultation to determine
credible Applicants having requisite capability for undertaking the Scope of Work, to provide their
inputs on the key parameters, through Pre-NIT conference, to be adopted by the Authority which
would help determining the terms and conditions of the RFP. Pre-qualification of Applicants will
not be done at this stage.
2) Subsequent to this EOI and the finalization of the Project details, the Authority proposes to issue a
Request for Proposal (RFP) for selection of interested “Bidders” for the Project.
3) The Authority does not, in any manner whatsoever, warrant or represent that it will subsequently
proceed to release the RFP and/or initiate the RFP Stage of the Bidding Process. Accordingly, the
information regarding the RFP made in this EOI are indicative in nature, purely informative, and
non-binding.
4) The Authority in its absolute discretion may cancel, change, alter or replace the RFP Stage of the
Bidding Process and/or the Project itself, without according any reason thereof or providing any
prior notice to any person including the Applicants or Bidders, as the case may be.
5) For further details contact:
Director, DIT
2nd Floor, IT Hub, Altinho,
Panaji - 403001, India
Ph: (0832)2221505 / 2221509
e-mail:[email protected]

6) The Applicants are required to send their written queries, feedback, or suggestions for Pre-NIT
conference to:

Expression Of Interest 4
IMPLEMENTATION (DESIGN, LAYING, TESTING, COMMISSIONING), OPERATIONS AND
MAINTENANCE OF STATE-WIDE FIBER OPTIC CABLE (OFC) NETWORK IN THE STATE
OF GOA

SCHEDULE OF EOIPROCESS
The Director, Department of Information Technology, Government of Goa, on behalf
of Governor of Goa invites EOI in online mode only from eligible bidders
for“IMPLEMENTATION (DESIGN, LAYING, TESTING, COMMISSIONING),
OPERATIONS AND MAINTENANCE OF STATE-WIDE FIBER OPTIC CABLE (OFC)
NETWORK IN THESTATE OF GOA”as detailed under:-
Sr Item Particulars
No
1 Description of the work IMPLEMENTATION (DESIGN, LAYING, TESTING,
COMMISSIONING), OPERATIONS AND
MAINTENANCE OF STATE-WIDE FIBER OPTIC
CABLE (OFC) NETWORK IN THE STATE OF GOA

2 Mode of Tendering E-Tendering


3 E-Tendering Website eprocure.goa.gov.in

4 EOI Document Fee Rs 5000/- Rupees five thousand only (Non-


Refundable)to be paid through online through
e-payment mode via NEFT/RTGS/net banking (Axis
Bank)with pre-printedchallan available on e-tendering
website and directly credit the amount to ITG account
as generated by challan and upload the scanned copy
of NEFT/RTGS/net banking (Axis Bank) challan along
with document.
5 EOI Processing Fee Rs 3000/- Rupees three thousandonly (Non-
Refundable) to be paid through online through
e-payment mode via NEFT/RTGS/net banking (Axis
Bank) with pre-printed challan available on e-
tendering website and directly credit the amount to
ITG account as generated by challan and upload the
scanned copy of NEFT/RTGS/netbanking (Axis Bank)
challan along with document.
6 Advertisement for 30/08/2022
Expression of Interest
(EOI) issued by DOIT
7 Last date for 12/09/2022 up to 5:00 PM
submission of pre-bid
queries on email for
clarification.
8 Date of Pre-bid meeting 19/09/2022 at 3:00 PM at the Department of
Information Technology, Government of Goa, 2nd
floor, IT Hub, Althino, Panjim-Goa.
9. Last date for 22/09/2022 at 3.00 P.M
submission of EoI
10. Opening of the EoI 23/09/2022 at 3.00 P.M

Expression Of Interest 5
IMPLEMENTATION (DESIGN, LAYING, TESTING, COMMISSIONING), OPERATIONS AND
MAINTENANCE OF STATE-WIDE FIBER OPTIC CABLE (OFC) NETWORK IN THE STATE
OF GOA

9 Date of Release of RFP To be communicated.


for the Project.
10 Contact details Department of Information Technology, Government
of Goa, 2nd Floor, IT Hub, Althino, Panjim-Goa,
403001
Phone Nos.: +91 (832) 2221505 / 2221509
Fax No.: +91(832) 2221490
Email Id’s: (1) [email protected]
(2) [email protected]
For e-Tendering assistance:
For e-Tendering assistance:0120-4001002

Email Id: [email protected]

*****Any addendum/amendments/corrigendum to the EOI shall also be published on


eprocure.goa.gov.in and goa.gov.in.

Expression Of Interest 6
IMPLEMENTATION (DESIGN, LAYING, TESTING, COMMISSIONING), OPERATIONS AND
MAINTENANCE OF STATE-WIDE FIBER OPTIC CABLE (OFC) NETWORK IN THE STATE
OF GOA

1. PROJECT BACKGROUND
1.1. Goa, located on the west coast of India, is its smallest state by area (3,702 Sq. Km.) and the fourth
smallest by population (1,457,723 - Source: Census 2011). Goa is one of the popular tourist
destinations in India.Goa is a small State with an area of 1,429 square miles (3,702 square km)
divided into two districts; North Goa, with its headquarters (HQ) in Panjim and South Goa with
its headquarter in Margao. Panjim also acts as the headquarter for the State of Goa.The two
districts are comprised of 12 Talukas (6 in North Goa &6 in South) and 13 Municipalities and a
total of 419 villages.
1.2. Government of Goa envisions to create a reliable, accessible, secure and a fully connected digital
services in the state that helps in offering Digital Infrastructure as a Utility to every Citizen,
provision of Governance and Services on Demand and digital empowerment of Citizens.
1.3. Goa was the first state in India to successfully connect 100% Village panchayats i.e. 191 Village
panchayats to its respective Taluka HQ @ 1 Gbps through network commissioned by
Government of Goa under PPP model in 2009. The network consists of clustered partial mesh
topology network (1 Gbps to 10 Gbps) of more than 1500 Kms of Optical Fiber was laid across
the state. The network is used for communicating between the G2G, G2B, G2C, and other
Government departments. Currently, all the equipment of the said existing network has either
reached end of their life or out of warranty.
1.4. Accordingly, to realize the vision of GoI for usage of “Digital Infrastructure as a Utility to Every
Citizen”, and to strengthen the reach of e-governance till grass root level, Govt. of Goa (GoG)
through Department of Information Technology (DOIT) desires to provide new State-Owned
OFC network in Goa with significantly higher bandwidthunder state-led model.
1.5. The entire bidding process shall be based on EPC model whereinthe Implementation of the
project is by DOIT through a System Integrator who shall be responsible for Survey, Design, Plan,
Supply, RoW applications, OFC laying, Installation, end to end integration, testing and
commissioning of OFC (Underground and Aerial), installation and commissioning of Electronics,
setting up and integration of NOC. SI would also be responsiblefor operations and maintenance
of the network post 100% Go-Live.
1.6. The purpose of this EOIis to provide interested parties with the relevant information/invite
regarding the project and understanding of the scope of the Project and invite feedback from
interested private sector “Applicants”. The Applicants are advised to study this EOIdocument
carefully before submitting their queries, feedback and suggestions in response to the EOI
document. The feedback and suggestions received as part of the response from the industry
participants to this EOI Document may or may not be used towards formalizing the RFP for the
Project which is proposed to be released in the near future. No pre-qualification of Applicants is
proposed to be done as part of this EOI.

Expression Of Interest 7
IMPLEMENTATION (DESIGN, LAYING, TESTING, COMMISSIONING), OPERATIONS AND
MAINTENANCE OF STATE-WIDE FIBER OPTIC CABLE (OFC) NETWORK IN THE STATE
OF GOA

2. PROPOSED PROJECT
2.1. DOIT envisages to connect the State in two stages, to unlock the true digital connectivity
potential in the state and to provide last mile internet connectivity:
 State Head Quarters in Panaji (“HQ”) to District HQ (North Goa and South Goa), 12 Talukas
and 191 Gram Panchayats, at least 225 Govt. office building locations / termination points;
and

 Extend the network from 191 Gram Panchayats to 228 villages in the state. Last mile
connectivity of FTTX for every user.
2.2. The scope of work for the System Integrator will broadly include:
A. Creation: Build network infrastructure across GP and Taluka locations and extend the
network to connect villages.
B. Operations and Maintenance: Maintain the newly deployed network infrastructure.
2.3. The estimated cost of the project in the Licensed area is INR 740 crore.The detailed scope of
work is given below

Expression Of Interest 8
IMPLEMENTATION (DESIGN, LAYING, TESTING, COMMISSIONING), OPERATIONS AND
MAINTENANCE OF STATE-WIDE FIBER OPTIC CABLE (OFC) NETWORK IN THE STATE
OF GOA

2.4. Scope of Workof Systems Integrator


The Systems Integratoris required to undertake the following scope of work.
A. Creation of the OFC Network
 The Systems Integrator shall be responsible for survey, planning,design, supply, installation, civil
construction, end-to-end integration, and commissioning of newly deployed network
infrastructure including Optical Fiber Cable (OFC) network (underground and aerial), radio
network or any alternate medium as per site requirement along with electronics infrastructure
including Network Operation Centre (NOC).
 The Systems Integrator shall prioritize to connect the villages and GPs. The Systems Integrator
shall deploy new network infrastructure and shall not be allowed to leverage any other network
infrastructure for providing connectivity from Taluka to GPs/villages.

1. Site Survey and Planning

1.1 The Systems Integrator shall conduct the survey and finalize Bill of Quantity (BoQ). The
Systems Integrator shall conduct an exhaustive site and route survey based on an
optimal/shortest path to connect villages, GP and Taluka as defined under the scope of work
and for preparing the Bill of Quantity (BoQ) for construction of the OFC network.
i. The Systems Integrator shall conduct an actual Geographic Information System (GIS)-
based survey for the area under scope of work.
ii. Systems Integrator shall carry out the site and route survey by capturing on-site
coordinates at every 20-30 meters through GIS/Mobile application and related tools.
iii. Data generated during site and route survey shall be shared with the Authority and shall
be integrated with the GIS application of the Authority.
iv. The data recorded by the Systems Integratorduring site and route survey for the network
to be created shall be developed into a suitable formatsuch as KMZ/KML.
v. During the survey, the Systems Integrator shall take into account connectivity till villages
based on the optimal path for fiber layout covering maximum populationend-route.
vi. A final exhaustive site survey report should be submitted including detailedBoQ for the
network to be constructed.

2. Network Design

2.1 The Systems Integrator shall deploy and connect the state through OFC connectivity, ensuring
the following bandwidth:
Location Minimum Bandwidth
State Headquarters 100 Gbps
District 100 Gbps
Taluka 100 Gbps
Gram Panchayats 10 Gbpsscalable up to 40 Gbps
Villages Up to 10 Gbps
2.2 The Systems Integrator shall design a redundant and robust OFC network infrastructure
connecting GPs and villages based on ring architecture/topology using Internet Protocol -
Multi Protocol Label Switching (IP-MPLS) technology. Depending on the feasibility of OFC
deployment, Systems Integrator may decide to deploy suitable network architecture other than
ring architecture after the duly approval from authority. Performance requirements should not
impact in any case.
2.3 Priority of network connectivity media should be fiber. The Systems Integrator may decide to
deploy suitable alternate technology for a maximum of 5% of village after the

Expression Of Interest 9
IMPLEMENTATION (DESIGN, LAYING, TESTING, COMMISSIONING), OPERATIONS AND
MAINTENANCE OF STATE-WIDE FIBER OPTIC CABLE (OFC) NETWORK IN THE STATE
OF GOA

approval from authority, however, ensuring the performance requirements should not
impacted.
i. For any case, the Systems Integrator shall take approval from the Authority on case-by-
case basis. In case the Systems Integrator selects to deploy alternate technology through
wireless medium (licensed or unlicensed band radio), a provision of minimum 10Gbps
bandwidth scalable up to 40 Gbps shall be made at each GP and villages.
ii. For deployment of alternate technology, license fee, spectrum charges or any other
charges, shall be borne by the Systems Integrator.
2.4 The System Integrator shall deploy the OFC Network & infrastructure in such a way to
support 5G during 5G Implementation.
2.5 The Systems Integrator shall design a robust, fault-tolerant and high-performance carrier-
grade network based on the survey report, potential usage & subscription, and uptime KPIs as
per Annexure C. The network architecture must also be deployed to meet the following:
i. Redundancy across nodes and links (ports) to maintain higher uptime
ii. Optimal link utilisation
iii. Flexibility to allow easy insertion of new node/cards
iv. The network shall be designed to have the capability for seamless integration including
but not limited to State-wide Area Network (SWAN), National Knowledge Network
(NKN) etc and should be scalable to meet end user requirements.

3. OFC Implementation

3.1 The project implementation shall follow underground topology across the state. This includes:
i. Minimum 96 Core underground fiber to be deployed to connect State SHQ to DHQ with
two cut not out facility.
ii. Minimum 96 Core underground fiber to be deployed to connect DHQ to THQ.all
respective Taluka with two cut not out facility.
iii. Minimum 96 Core underground fiber to be deployed to connect State Taluka to
respective GPs in ring topology. SI may plan multiple ring depend on the size of Taluka
and respective GPs.
iv. Minimum 48 Core underground fiber to be deployed to connect GPs to respective
Villages in ring topology. SI may plan multiple ring depend on the size of GPs and
respective villages after duly survey and understand the geographical condition and
population.
v. Permit to use Aerial All-Dielectric Self-Supporting (ADSS) 12 core fiberfor last mile
client connectivity from the feeder cable UG 48 Fiber to all client premises. Aerial cable
should be in structure OH cable by using all required accessories.
vi. The Systems Integrator will lay one spare duct in different color with each fiber
rings.
vii. The OFC connectivity should be given priority and the use of alternate technology
should be minimised (subject to approval of Authority). A report on non-feasibility
through OFC shall be shared with valid reason by the Systems Integrator post survey.
3.2 Based on the site survey report and network design, the Systems Integratoris required to
initiate OFC implementation and comply with Specifications and Standards as provided by the
Authority during RFP stage.The Systems Integrator shall be
i. Responsible for supply, delivery, storage, warehousing and handling of optical fiber
cable along with fittings and requisite items such as HDPE PLB duct, Pre cast RCC
Chambers, FDMS, Joint Enclosures, Route Markers, Electronic Route Marker etc.
ii. The Systems Integratorwill lay the duct more than 90 % of project requirement
through trenchless Technique (HDD) with the depth of entry and exit pit with
165 cm and intermediate depth should be less than 3 mtr.

Expression Of Interest 10
IMPLEMENTATION (DESIGN, LAYING, TESTING, COMMISSIONING), OPERATIONS AND
MAINTENANCE OF STATE-WIDE FIBER OPTIC CABLE (OFC) NETWORK IN THE STATE
OF GOA

iii. The Systems Integratormay lay the duct for hard strata through Open
TrenchTechnique (subject to approval of authority) with warning tape at the depth of
165 cm.
iv. The Systems Integrator will use excel cutting Technique during splicing except
straight joint to avoid unwanted loss of fiber.
v. Complete implementation of all the sites along with connectivity till villages, within the
stipulated time.
vi. Conduct end-to-end testing of the OFC laid till villages along with TPA appointed by
Authority. The Systems Integrator should submit all the detail and information
like ABD, HDD Graph, OTDR Traces, LSPM, Blowing detail, ROW permission
and NOC from concerned Authority to TPA/ Authority during PAT/FAT.

4. Network Operations Centre (NOC) Implementation

4.1 The Systems Integrator shall do civil construction (approximately 100 Sq mtr) for Equipment
room, Server Room, UPS Room, NOC Room, Training Room with Manager Cabin and other
required spaces at SHQ (Authority will provide the land). The Systems Integrator will provide
Modular Technical Furniture & Chairs, Rodent Repellent system, CCTV System, Smoke
Detector, Biometric access control systems, Electricity setup and operation, fire Alarm System,
Structure Cabling on CAT-6 for inter connectivity, Falls Flooring & False Ceiling etc.
4.2 The Systems Integrator shall provide 50 KVA Silent DG with AMF Panel, 20 KVA
OnlineUPS with battery bank, Required earth pits and electrical cables and accessories,
Required Air Conditioner (Industrial Grade), Required 42 U Server Racks & 42 U Network
racks with all accessories.
4.3 The Systems Integrator shall provide Network Operations Center (NOC) including Log server,
Edge switch for local connectivity, Application Hosting for DC and DR on Cloud & security,
OSS/BSS Server (for Billing etc.), Server for OFC monitoring, NMS Server, EMS Server,
GIS Server, NOC Switch, Customized integrated EMS with integrated NMS for respective
hardware to be monitored, Video Wall, Full HD (1920 x 1080) 50" matrix 3*2, Video wall
Controller, Workstation Desktop, i5 processor, 8 GB RAM, 500 GB HDD, Next Generation
Firewall - (Throughput 40 Gbps with 10 gig interface), Infrastructure and electronics of NOC -
DR etc. Including 10 year warranty of active component only. The Systems Integrator shall
setup a centralized NOC for managing the network and shall be responsible for the
deployment of all requisite hardware, software, and manpower for monitoring, helpdesk,
troubleshooting, etc.
4.4 SI should also take the responsibility to securing entire infrastructure security prospective.
4.5 The scope shall also include design, supply, installation, testing, commissioning,
documentation, operations and maintenance of NOC along with workforce deployment,
training, etc.
4.6 The passive infrastructure deployed should be certified by EN/UL/ISO/BIS/ISI, whichever is
applicable.
4.7 The Systems Integrator shall submit details such as APIs', protocols, version, attributes etc. to
the Authority.
4.8 The NOC shall also be required to comply with Specifications and Standards as per Annexure
A.

5. Electronics Installation

Expression Of Interest 11
IMPLEMENTATION (DESIGN, LAYING, TESTING, COMMISSIONING), OPERATIONS AND
MAINTENANCE OF STATE-WIDE FIBER OPTIC CABLE (OFC) NETWORK IN THE STATE
OF GOA

5.1 The Systems Integrator shall supply and install network solution or electronics infrastructure
for the successful creation of a robust, redundant and carrier-grade network to facilitate high-
speed internet, leased line and other similar network services.
5.2 The Systems Integrator shall provideNetwork and Infrastructure Elements at SHQ & DHQ,
Core Router at SHQ, Core Router AT DHQ, Online UPS (5 KVA Capacity) at DHQ, Switch
for connectivity to local end points, Aggregation Router (including SFP modules for
connecting, THQs to DHQ,s), connectivity to local end points including horizontal institutions,
Racks 42U floor mount with all accessories. Online UPS (5 KVA) per location, 16 Port OLT,
ONT for FTTX connectivity in urban area, Horizontal connectivity for more than 225 govt
offices, Access router including SFP modules for connectivity Taluka to GPs, Rack 15U wall
mount with all accessories including 10 year warranty from the date of FAT.
5.3 The Systems Integrator shall provide all supply and installation including OLT,
ONT/Terminal Equipment, Hardware for OF Cable and ONT/Terminal Equipment, PM
WANI Access Point Hardware and associated equipment’s, spares, other laying material,
associated equipment/Material for GPs to Village connectivity Including 10 year warranty.
5.4 Adequate power back-up infrastructure shall be provided by the Systems Integrator subject to
minimum 6 (six) hours of back-up, ensuring that the network up time is maintained as per
defined SLA under Annexure C.
5.5 The Systems Integrator shall conduct acceptance testing of the electronics infrastructure
created at villages. It shall also be required to comply with Specifications and Standards as
provided in Annexure A.

6. Radio or Alternate Technology Implementation

6.1 The Systems Integrator shall deploy radio or any alternate technology as a medium of
connectivity only in those area, where Wi-Fi is required. Based on the survey and detailed
report, wherever the radio media is to be set up, the Systems Integrator shall undertake the
following:
i. Submit a detailed feasibility report to the Authority and Third Party Auditor (the
Authority reserves the right to nominate a technically competent agency for conducting
final Acceptance testing and certification, the cost of Third Party Auditor shall be borne
by the Systems Integrator) for the GPs and villages where radio network or alternate
technology based network is planned.
ii. Based on the technical validation from the Third Party Auditor and approval from the
Authority, the Systems Integrator shall deploy and install the network infrastructure.
iii. Be responsible for supply, delivery, unloading, storing, warehousing and handling of
radio or any other equipment along with ancillary items as required as per the approved
feasibility report.
iv. Manage and perform end-to-end installation of poles/tower, radio network or any other
equipment along with the required civil work.
v. Be responsible for end-to-end testing of the network link from Taluka to GP or GP to
village.
vi. It shall also be required to comply with Specifications and Standards as per Annexure A.

B. Operations and Maintenance of the Statewide OFC Network

1. The Systems Integrator shall undertake the responsibility for Operations & Maintenance
(O&M) of the commissioned network and facilitate service provisioning through the same for
the tenure of the project.

Expression Of Interest 12
IMPLEMENTATION (DESIGN, LAYING, TESTING, COMMISSIONING), OPERATIONS AND
MAINTENANCE OF STATE-WIDE FIBER OPTIC CABLE (OFC) NETWORK IN THE STATE
OF GOA

2. The O&M of the network shall be carried out as per the Key Performance Indicators (KPIs)
provided as per Annexure C. The Systems Integrator shall be required to commence O&M for
newly connected individual GPs/ villages immediately after the date of commissioning.

3. The Systems Integrator shall be solely responsible for ensuring network uptime and
performance along with providing comprehensive support during the entire tenure of the
project for the network created till village level. This shall also include the establishment of
governance framework, and escalation procedures & matrix for network and customer support
service on 365 x 24 x 7 basis.

4. As part of the maintenance, the Systems Integratoris required to maintain the up-time of the
medium of connectivity, restoration of services, any other maintenance job required to meet
the redundancy and KPIs.

5. The Systems Integrator shall extend access of the network management system or other
equivalent systems along with network performance reports on a mutually agreed basis to the
DOIT.

6. The services provided shall adhere and conform to applicable security policies and guidelines
issued by DoT/TRAI/GoI.

7. The Systems Integrator shall prepare and maintain asset records listing the assets at site
locations required for the performing the O&M and the same shall be shared with the
Authority every quarter.

8. Systems Integrator shall undertake any replacement and upgrade of the OFC and equipment
during the contractperiod (10 year), at its own cost.

9. The KPIs shall be monitored and reported by the Systems Integrator to the Authority on daily
/ monthly / quarterly basis, as required. Based on the performance of the network in the prior
quarter, the penalty shall be computed as per the Annexure C and shall be payable by the
Systems Integrator.

10. Periodic Maintenance

10.1 Once the Final Acceptance Testing (FAT) is completed by the Third Party Auditor, the
Systems Integrator shall be solely responsible for the periodic maintenance of the network.
10.2 The corrective maintenance of the network shall also be done to ensure the network
availability/ uptimes as per the KPI in Annexure C.
10.3 The KPIs shall be reviewed and updated by the Authority every year. In case the Systems
Integrator needs to upgrade the network elements in order to meet a higher benchmark, then
the Authority shall bear the cost required in upgrading the network.Any change in KPIs shall
be done with the consent of both the Authority and the Systems Integrator.

11. Capacity Augmentation

11.1 Capacity augmentation shall happen at Systems Integrator's own assessment and risk and it
shall be required to bear the cost for the same.
11.2 The Systems Integrator shall provide the required spares and service support for the supplied
equipment in the Project. In case of any solution/ equipment reaching End of Life (EoL), the
Systems Integrator shall be responsible for its replacement with equivalent / higher

Expression Of Interest 13
IMPLEMENTATION (DESIGN, LAYING, TESTING, COMMISSIONING), OPERATIONS AND
MAINTENANCE OF STATE-WIDE FIBER OPTIC CABLE (OFC) NETWORK IN THE STATE
OF GOA

specifications till the end of the contract period. In case of installation of products / material
on account of capacity augmentation or replacement / repair the same shall be subject to
Preliminary Acceptance Testing conducted by the Systems Integrator.

12. Quality of Service (QoS) Monitoring

12.1 The Systems Integrator shall ensure provision of reliable services to the customers as per the
Quality of Service (QoS) standards issued by TRAI or any amendment thereafter. The
Systems Integrator shall adhere to such QoS standards and provide timely information as
required therein to the Authority.
12.2 The Authority, Third Party Auditor or any Authority appointed agency may carry out
performance tests and also evaluate the QoS parameters at any time during the concession
period. The Systems Integrator shall provide KPIs and other support including documents,
instruments, equipment etc. for carrying out such performance tests for evaluation of
Quality-of-Service parameters.
12.3 The Systems Integrator shall be responsive to the complaints lodged by the customers. The
deficiencies shall be rectifiedand record of each installation, statistics and analysis on the
overall maintenance status shall be maintained.
12.4 The proper arrangement should be made by the Systems Integrator for reporting/ booking
service-related complaints along with digital dashboards for monitoring, managing and
reporting performance of network and operational status across the same. This includes but
not limited to network faults, incident, performance and quality metrics, security, services
along with customer base, etc. The Systems Integrator shall maintain a contact center or
helpdesk to log customer complaints across both enterprise and retail services along with
providing the following:
i. shall provide flexibility of logging incident manually via windows GUI and web
interface.
ii. the web interface console of the incident tracking system would allow viewing, updating
and closing of incident tickets
iii. allow categorisation on the type of incident being logged
iv. provide classification to differentiate the criticality of the incident via the priority levels,
severity levels and impact levels
v. provide audit logs and reports to track the updating of each incident ticket
vi. shall be able to log and escalate user-based requests
vii. shall allow ticket logging by email, chat, SMS or telephone.

2.5. Applicable Permits


The Systems Integrator shall obtain, as required under Applicable Laws, relevant Applicable
Permits across access, data and carrier services as per DoT guidelines.
2.6. Terms of Reference
The indicative steps to be undertaken by the Successful Bidderon successful selection by the
Authority are as follows:
a) Project Management Office (PMO):A Project Management office will be set up on
selection of Successful Bidder.
b) Site (Route) and Right of Way:

Expression Of Interest 14
IMPLEMENTATION (DESIGN, LAYING, TESTING, COMMISSIONING), OPERATIONS AND
MAINTENANCE OF STATE-WIDE FIBER OPTIC CABLE (OFC) NETWORK IN THE STATE
OF GOA

 The Authority will facilitate the Right of Way to be granted to the Systems
Integrator, commencing from the Appointed Date from the State Governments(s)
or its agencies.

 The Site (Route) of the Project shall comprise the Right of Way which shall be
granted as per the existing agreement with the State Government and facilitated
by the Authority through introduction letters for creation of New Network
during the Development Period. This shall be done in coordination with
concerned State or central agency, as requested by the Systems Integrator.

 For the Operation and Maintenance Period (after Go-Live), the Systems
Integrator shall be facilitated Right of Way by the Authority as per existing
agreement with the State Government, only for replacement and repair of
existing fiber deployed to maintain the OFC Network. Such request for
facilitation would be assessed periodically and approved by the Authority or any
agency appointed by the Authority.

 The license granted with respect to the Site (Route) to the OFC Network shall
terminate automatically without the need for any action to be taken by the
Authority to terminate the license on completion of term of the Project or
termination of the Project.
c) Resource Requirement during Project Implementation Phase

 System Integrator has to ensure that the necessary manpower is deployedduring


the project implementation phase. System Integrator will plan the resource
deploymentas per the Scope of Work and project approach.

 The table below provides the minimum qualification of a Project team for entire
Project implementation phase. The below team should be placed onsite for
entire Project implementation phase.
Sr.No Designation Desired Qualification
1 Project Manager  BE /B. Tech/M.Tech/MCA
 Minimum 15 Years of Experience in large scale
ICT infrastructure projects.
 Relevant Exp.: Minimum 7 Years of experience
as a project manager of large scale ICT
infrastructure or WAN / MAN Projects.
 Preference would be given to experts having
PMP / Prince2 certification.
2 Network Design Expert  BE /B. Tech
/ Solution Architect  Minimum 10 Years of Experience in large scale
ICT infrastructure projects.
 Relevant Exp.: Minimum 7 Years of experience
in designing and implementing network solutions
for at least 2 WAN / MAN projects.
 Preference would be given to experts having
CCNP certification.

3 Site Manager  BE / B.Tech/ Diploma/ B. Sc. In computer


Science, B. Sc. In IT
 Minimum 5 Years of Experience in WAN /
MAN projects.

Expression Of Interest 15
IMPLEMENTATION (DESIGN, LAYING, TESTING, COMMISSIONING), OPERATIONS AND
MAINTENANCE OF STATE-WIDE FIBER OPTIC CABLE (OFC) NETWORK IN THE STATE
OF GOA

4 Site Engineers  BE / B.Tech/ Diploma/ B. Sc. In computer


Science, B. Sc. In IT
 Minimum 3 Years of Experience in WAN /
MAN projects.

5 NOC Experts  BE / B.Tech


 Minimum 7 Years of Experience in WAN /
MAN projects.
 Should have experience in implementing BNG
and CGNAT solutions.

o The Project Manager should be full time deployed at the PMO for regular co-ordination and
monitoring of the Project.
o Site Manager will report to the Project Manager, in order to ensure that the correct information
is communicated from the commencement of the project until the hand-over of the network to
the client. The appropriate number of Site Managers to be deployed by SI as per the project
requirements.
o SI will also deploy site engineers and supervisors to continuously monitor the work being
executed simultaneously in different areas of the state. The appropriate number of Site
Engineers and Supervisors to be deployed by SI as per the project requirements. SI will ensure
availability of manpower resources having experience in both domains – Construction of
passive network elements like fiber& shelter and installation, commissioning, configuration &
integration of all active elements like routers, switches, electrical utilities, core routers in NOC,
server in Data Centre etc. They will perform following activities but not limited to:
 Supervise ongoing work to ensure that all specifications, standards and quality norms
are followed.
 Preparation of ITP (Inspection and Test Plans) reports, splicing reports, LSPM and bi-
directional OTDR reports, Material Reconciliation.
 Provide progress reports to Site Manager along with critical field issues and support
required. Insure all safety measure should be follow like hording, barricading, caution
tape, first add Box etc.
 Coordinate timely active and passive material delivery at site.
 Coordinate availability of all resources like HDD machine (in fully working condition),
Compressor for DIT, OFC blowing machine, splicing machine, testing tools, labours
etc. as per requirement.
 Installation and commissioning of all active elements with required specifications.
 Supervise establishment of all major PoP inside existing facilities and any additional
set up required in existing NOC and Data Centre etc.
d) Operation & Maintenance (O&M) Team

 O&M would entail undertaking all activities to ensure uptime of the network as per
agreed SLAs defined. This shall also apply to the entire supporting infrastructure
such as NOC, NMS, etc.
Active Component: Active component shall be covered under 3 years of
warranty from direct OEM &10 years of Comprehensive AMC

Expression Of Interest 16
IMPLEMENTATION (DESIGN, LAYING, TESTING, COMMISSIONING), OPERATIONS AND
MAINTENANCE OF STATE-WIDE FIBER OPTIC CABLE (OFC) NETWORK IN THE STATE
OF GOA

e) Provision of the Operational Manpower at Network Operation Centre (NOC)

 The SI is required to provide suitable manpower to monitor the data feeds & helpdesk
support at NOC as per following:
 1st shift (6:00 AM to 2:00 PM)
 Resource– 5 relevant professional + one shift manager
 2nd shift / General Shift (2:00 PM to 10:00 PM)
 Resource – 6 relevant professional + one NOC manager
 3rd shift (10:00 PM to 06:00 AM)
 5 relevant professional + one shift manager
 The SI will increase the strength if it is required by the Authority. SI shall be required
to provide such manpower meeting following requirements:
 All such manpower shall be BE / B.Tech / MCA with minimum 3 years of
experience in handling NOC operation.
 System Integrator shall have to replace any person, if not found suitable for the
job.
 All the manpower shall have to undergo training from the System Integrator for
at least 15 working days on the working of project.
 Operational manpower shall work in shifts, with no person being made to see
the feeds for more than 8 hours at a stretch.

 SI shall prepare the detail operational guideline document during implementation


which shall specify detail responsibilities of these resources and their do’s & don’ts.
f) Provision of the Field Operational Manpower and Resources

 SI shall work out the model to estimate the required field staff to maintain a state
wide Optical Fiber Network including active, passive elements and associated
services like Internet and Intranet services. It is proposed to deploy minimum 3
personnel in O&M phase, however SI to estimate the exact number of personnel to
maintain the SLA requirement. SI shall also work out the other resources required for
maintenance of the network and get it pre-approved from the Authority. Resources
for Operation and Maintenance of the active and passive network elements would
include following but not limited to:
 Field engineers responsible to handle five FRTs (Field Restoration
Team)which are station at respective Taluka. He is responsible to manage
MTTR & KPI.
 Each FRT should have splicer, Asst. Splicer, Required labour& Vehicle with
driver.
 FRT should have required tools & tackle including Splicing M/C, OTDR,
LSPM, Locator, Charging unit, general tools, and emergency light.
 SI may use two-wheeler for patrolling and deployment of each patroller
should be for 100 KM OFC Route.
 SI should deploy each FRT on 200 KM OFC Route. teams having tools and
mobilization of other necessary resources Communication devices to issue
reporting and resolution.
 Material storage locations with adequate capacity in different areas of the city
to speed up material delivery during fault to reduce MTTR.

Expression Of Interest 17
IMPLEMENTATION (DESIGN, LAYING, TESTING, COMMISSIONING), OPERATIONS AND
MAINTENANCE OF STATE-WIDE FIBER OPTIC CABLE (OFC) NETWORK IN THE STATE
OF GOA

 Spare material including all required active and passive elements in adequate
quantity to be maintained at all time at all storage locations.
 Field engineers with networking certification to maintain active elements of
the network including replacement, installation, configuration and integration.

Expression Of Interest 18
IMPLEMENTATION (DESIGN, LAYING, TESTING, COMMISSIONING), OPERATIONS AND
MAINTENANCE OF STATE-WIDE FIBER OPTIC CABLE (OFC) NETWORK IN THE STATE
OF GOA

3. TERM OF PROJECT
3.1. The Systems Integratorshall be granted the right to conduct the project for a period of 10 (Ten)
years(“Term of Project”)from the Appointed Date (date of which Conditions Precedent are
fulfilled).
3.2. The Systems Integrator shall fulfil the following conditions precedent within 120 (One hundred
and twenty) days of signing the agreement.
a). Procure all the Applicable Permits / Licences / NOCs required for developing the OFC
network.
b). conducted the route survey for the Project, finalised the bill of quantities and high level
network design document for the Project and submitted such information and all
relevant documents to the Authority, within 90 (ninety) days
c). developed a Project Execution Manual and Operation and Maintenance Manual (along
with the asset lifecycle management process) and submitted it for the Authority’s
approval
d). provided details of the Specifications and Standards for major material / product
intended to be procured for the Project
3.3. On or after the Appointed Date, the Systems Integratorshall undertake the Development Works
and in conformity with the Specifications and Standards set forth in Annexure A. The 521th
(five hundred and twenty one) day from the Appointed Date shall be the scheduled date for
completion of the Development Works and for achieving the date of Go-Live (Go-Live) of the
OFC network (the “Scheduled Completion Date of the OFC Network”) and the Systems
Integrator agrees and undertakes that the Project shall be completed on or before the Scheduled
Completion Date of the OFC Network.
a). On and from the Appointed Date, the Systems Integrator is permitted to apply for and
obtain the Right of Way to the Site (Route) from the State Government, based on
network survey and design, or any other activities that the Systems Integrator may deem
necessary prior to the Appointed Date.
b). The Systems Integrator shall apply for and obtain the Right of Way to the Site (Route)
of the New Network which shall include making and filing applications, paying
associated costs, liaising with Government Instrumentalities and agencies etc. Charges
of permission will be responsibility of authority.
c). The Systems Integrator shall submit to the Authority (or Third-Party Auditor) its
detailed project plan including project tasks / activities, schedule of construction and
Acceptance Testing (AT) timelines along with submission of detailed network designs
and project dependencies for completion of the Project in accordance with the Project
Completion Schedule as set forth in Clause 6.2 of this EOI;
3.4. In the event that the Development Works are not completed, and the Go-Live of the OFC
Network does not occur within the time period mention in project schedule.Authority shall be
entitled to impose the penalty and terminate the Project, unless the delay is on account of
reasons attributable to the Authority, or due to Force Majeure. Penalty in delay of the project
will as per annexure ‘C’.

Expression Of Interest 19
IMPLEMENTATION (DESIGN, LAYING, TESTING, COMMISSIONING), OPERATIONS AND
MAINTENANCE OF STATE-WIDE FIBER OPTIC CABLE (OFC) NETWORK IN THE STATE
OF GOA

4. MINIMUM ELIGIBILITY EXPERIENCE


4.1 During the RFP stage, the Applicant who fulfils the following minimum eligibility experience
(“Eligible Bidder”) shall be considered by the Authority for technical evaluation of their bids.
a) The Applicant should be a Legal Entity:

Mandatory documents required in support of


Minimum Eligibility
minimum eligibility
 Independent private legal entity incorporated /  Certificate of Incorporation / equivalent
registered in India -proprietorship, partnership proof of legal registration of entity.
firm, Limited Liability Partnership (LLP),
 GST Registration certificate issued by GSTN
private limited company registered under
authorities.
Companies Act 1956/2013, public limited
company registered under Companies Act  PAN Card.
1956/2013 including government-owned
 Board Resolution (only in the case of
entities.
Company) allowing the Company to
 A group of entities (the “Consortium”), a
participate in the EOI. The Board Resolution
combination of the above legal entities, with a
is not mandatory in case of Proprietorship
formal intent to enter into a Consortium
and Partnership firms.
agreement subject to maximum of 3 (three)
members.
 A foreign entity that is constituted under
respective foreign law and not having a
registered office / manufacturing facility /
operation in India may participate in this
tender as a member of consortium along with
an Indian legal entity as specified above.
b) The Applicant should have prior experience of:

Mandatory documents required in support of


Minimum Eligibility
minimum eligibility

 The Applicant shall have experience oflaying,  In case of ownership of network**, Self-
installation, testing and commissioning of certification, along with the documentation
underground or aerial of Optical Fiber Cable demonstrating the Technical Capability in
anywhere in the world in the last 5 (five) years respect of quantity and successful
before the bid due dateof performance of the project/network deployed.
o at least 2,000 (Two  In case of non-ownership of network,
thousand)Kilometersown fiber network in Completion certificate to the extent of
India minimum requirement mentioned in the
Technical Capability, issued and signed by
OR
the competent authority of the client entity
o at least2,000 (two thousand) Kilometers demonstrating the Technical Capability and
of fiber network for other customers in successful performance of the project along
India with the supporting documents such as
 The Applicant shall have experience contract/ work order/ purchase order.
ofimplementation (install, commissioned and  All documentary evidence for technical
gone live) of at least 250 (two-hundred and experience must be certified by Chartered
fifty) Active Network Elements* anywhere in Accountant.
the world in the last 5 (five) years before the

Expression Of Interest 20
IMPLEMENTATION (DESIGN, LAYING, TESTING, COMMISSIONING), OPERATIONS AND
MAINTENANCE OF STATE-WIDE FIBER OPTIC CABLE (OFC) NETWORK IN THE STATE
OF GOA

bid due date.  For evaluation, any member of the


Consortium exhibiting the highest relevant
*Active Network Elements shall comprise of
active nodes / network infrastructure technical experience will be considered.
components / devices visible on Network  In case, aconsortium is formed for meeting
Operations Centre (NOC). This shall exclude
equipment / devices installed at customer / last technical experience, the applicant shall
mile end user premises. ensure that each of the technical experience
criteria is met either by one of the members
 The Applicant should have valid
of consortium solely or by different members
ISO9001:2008/ ISO 9001:2015 certification
of consortium meeting individual criterion
for Quality ManagementSystem which should
separately.
be valid as on bid submission date.

 In the event that the Applicant does not have the requisite experience as mentioned above, it shall enter
into an agreement (before signing of the Service Agreement) with an entity having aforementioned
experience (the “Technical Partner”) and shall submit an undertaking in this regard. It is hereby clarified
that the Technical Partner shall not be required to be a Member of the Consortium, in case the Bidder is a
Consortium or have any equity contribution in the Systems Integrator.

 In case separate Technical Partner(s) are engaged by the Bidder for meeting experience mentioned at (a)
and (b) above, Bidder to ensure that each of the eligibility criteria is met either by one of the Technical
Partner(s) solely or by different Technical Partner(s) meeting individual criterion separately.
** In case of single entities, Aggregating the financial and technical capability of any Associates of the Applicant
for the purpose of meeting the respective Qualifications Criteria required by the Applicant shall be permitted. For
the purpose hereof, the word “Associate” shall mean, in relation to the Applicant, an entity which controls the
Applicant (i.e. Parent) or is controlled by the Applicant (i.e. subsidiary) or is under the common control with the
Applicant (i.e. sister concern). As used here, the expression “control” means, with respect to Applicant entity
which is a company, the ownership of common shareholders, directly or indirectly (i.e. together with one or more
of its subsidiaries / Holding companies), of at least 50% of the voting shares / shareholding of the entity. As used
here, the expression “control” means, with respect to applying firm which is a partnership, the rights of common
partners to at least 50% of the profits of the firm in question.

g) The Applicant should have a minimum financial strength:

Mandatory documents required in support of


Minimum Eligibility
minimum eligibility

o Average turnover of any 3 (three) of the 5  Chartered Accountant (CA) certificate


(five) financial years i.e 2017-18, 2018-19, certifying net worth
2019-20, 2020-21 and 2021-22 should be at
 In case of a Consortium, the combined
least INR 200,00,00,000/- (INR Two-
Financial Capacity of only those Members,
hundred Crore only).
who shall have a share of at least 26%
o Minimum Net Worth as on 31 March 2022 (twenty-six per cent) each in the subscribed
shall be INR 100,00,00,00/- INR One- and paid-up equity of SPV should satisfy the
hundred Crore only). above condition of eligibility.

h) The Applicant should not have any pending litigations, conflict of interest or blacklisting
as on bid due date:

Mandatory documents required in support of


Minimum Eligibility
minimum eligibility

Expression Of Interest 21
IMPLEMENTATION (DESIGN, LAYING, TESTING, COMMISSIONING), OPERATIONS AND
MAINTENANCE OF STATE-WIDE FIBER OPTIC CABLE (OFC) NETWORK IN THE STATE
OF GOA

The Applicant / technical partner / associate:  Certificate from the Applicant / technical
partner / associate
1) Should not be involved in any major litigation
such as fraud, FEMA violations.
2) Should not be involved in any conflict-of-
interest situation.
3) Should not have been blacklisted by any
Central Government / State Government / PSU
in India.
4) Should not have defaulted in any supply or
O&M contracts with any Government /
Government entities or PSUs or private clients
in the last 5 years.
5) Should not have been blacklisted / debarred by
DOIT / any entity of Government of Goa in the
past.

Expression Of Interest 22
IMPLEMENTATION (DESIGN, LAYING, TESTING, COMMISSIONING), OPERATIONS AND
MAINTENANCE OF STATE-WIDE FIBER OPTIC CABLE (OFC) NETWORK IN THE STATE
OF GOA

5. FINANCIAL EVALUATION
5.1. During the RFP stage, the financial evaluation for the project shall be conducted based on the
Least Cost/Lowest Cost for commissioning and maintenance of the state-wide OFC network.
5.2. The Bidders are required to quote as follows
i. CAPEX
a. Cost of Survey, Planning, Supply, Installation, end to end integration, testing
andcommissioning of Passive ComponentsUG OFC material with all accessories in per
mtr cost and total cost.
b. Cost of Survey, Planning, Supply, Installation, end to end integration, testing
andcommissioning of Passive Components OH OFC material with all accessories in per
mtr cost and total cost.
c. Cost of Item-wise Supply, Installation, Testing and Commissioningof Active Components
(NOC and Software Components).
ii. OPEX
a. Operation and Maintenance for Passive Components (OFC cable and Ducts) for 10 years.
b. Operation and Maintenance for Active Components (NOC and Software Components)
for 10 years.

5.3. To evaluation of the financial bid, Net Present Value (NPV) of the Maintenance for Passive
Components (OFC cable and Ducts) and Maintenance for Active Components (NOC and
Software Components)quoted for 10 years each shall be calculated.To arrive at 10-year NPV, a
discounting rate of 10% shall be used.
5.4. For the purposes of evaluation only, the “Net Present Value of Fiber Connectivity” of the project
shall be determined as follows:
Net Present Value of FiberConnectivity = CAPEX + NPV for OPEX
5.5. The Qualified Bidder offering the Lowest Net Present Value of Fiber Connectivity shall be
declared as the “SUCCESSFUL BIDDER”.
5.6. The proposed timeline for payment to the System Integrator is as follows:
Sr.No Milestones Payment Percentage
1 CAPEX against supply, installation and commissioning of 10%
Network Operating Center (NOC), SHQ, DHQ & Taluka
2 CAPEX against supply of All Active Components other than 10%
NOC
3 CAPEX against the Go Live of Core ring 40%
4 CAPEX against Go Live of Complete Network 30%
5 CAPEX in equal half yearly instalments in 1 year after Go 10%
Live of complete network
Total 100%

5.7. The quarterly payment shall be due for OPEX at the end of every three months starting from the
date of Go-Live of complete network.
5.8. The payments shall be subject to meeting of SLA’s failing which the appropriate deductions as
per SLA.

Expression Of Interest 23
IMPLEMENTATION (DESIGN, LAYING, TESTING, COMMISSIONING), OPERATIONS AND
MAINTENANCE OF STATE-WIDE FIBER OPTIC CABLE (OFC) NETWORK IN THE STATE
OF GOA

6. OTHER GENERAL CONDITIONS


6.1. The Systems Integrator shall affect and maintain at its own cost, during the term of the
agreement, such insurances for such maximum sums as may be required under the Financing
Agreements and Applicable Laws, and such insurances as may be necessary or prudent in
accordance with Good Industry Practice.

6.2. The expected Project Completion Schedule for state-wide OFC network in as follows:

S.no Project Milestones Schedule


1 Signing of Agreement T
2 Submission of Performance Security T+45 days

Completion of GPS Survey by Systems Integrator and


design the fiber route as per requirement and get the
3 T+120 days
approval from Authority. Identify & finalized the
warehouses, Apply ROW to authority for permission.

Procurement the required material and accessories.


4 Arrangement of Tools & Tackle. Mobilization of T+120 days
team.
5 Commencement of Construction for Civil & OFC T+120 days

Completion of construction of SHQ, NOC, DHQ and


all THQ. Completion of Connectivity from SHQ to
6 T+ 8 Month
DHQ, DHQ to all THQ, all govt offices (225) and 100
priority GP's (DOIT will share the priority list)

Completion of connectivity for balance GP's, All


village connectivity from respective GP's, Last mile
connectivity on OH fiber for all villages and users.
7 T+ 16 Month
Integration, commissioning & configuration.
Operational of NOC etc. Hiring of resources, Training
and GO live entire Network.
Commencement of Maintenance for the Network
8 created by the Systems Integrator. Joint Inspection T + 17 Months
with TPA/ DOIT. HOTO Activity
9 Joint Inspection for Hand Back T + 137 months
Systems Integrator to receive list of required
10 T + 137 months
maintenance and repair work
11 Transfer of Assets to Authority(DOIT) T + 137 months

Note:
A Any link or premises shall be considered completed when the Provisional Acceptance
Certificate has been issued by the Authority.
All documentation generated during planning, installation and commissioning phase shall always
be made available to the Authority.
The Systems Integrator shall complete the installation, commissioning, preliminary acceptance
testing of the network infrastructure built and offer the Authority/TPA for acceptance with
regards to the network element, link and ring based on designed topology.
6.3. Any non-adherence to the above delivery schedule will attract fines / penalties as per Annexure
C.

Expression Of Interest 24
IMPLEMENTATION (DESIGN, LAYING, TESTING, COMMISSIONING), OPERATIONS AND
MAINTENANCE OF STATE-WIDE FIBER OPTIC CABLE (OFC) NETWORK IN THE STATE
OF GOA

6.4. From the Go-Live, the Systems Integrator shall, no later than 5 (five) days after the close of each
month, furnish a report stating in reasonable detail the compliance of the Project with all the Key
Performance Indicators Annexure C along with an analysis of the reasons for failures, if any,
and the strategies for addressing the same and for otherwise improving the operational
performance of the Project.

6.5. The Systems Integrator shall ensure compliance to the Key Performance Indicators in Annexure
C. In case of any shortfall in performance, not an account of Force Majeure, the Systems
Integrator shall pay penalties as set out in Annexure C, subject to a maximum of 10% (ten per
cent) of the Performance Security for each month.

6.6. Performance Bank Guarantee

• The successful bidder shall furnish the Performance Bank Guarantees towards faithful
performance of the contract obligation and performance of the services during tenure of the
Project.

• The Successful Bidder has to submit two separate performance Bank Guarantees- one for
the Project implementation phase valid till 100% Go-live of the project and the second one
for the Operations and Maintenance Phase valid up to 180 days beyond the expiry of the
tenure of the Project.
The value performance bank guarantee shall be provided during RFP stage

6.7. The Systems Integrator shall provide the Authority with a recommended exit management plan
("Exit Management Plan") which shall deal with at least the following aspects of exit
management in relation to the Project Implementation, and the Operation and Management SLA.

• A detailed program of the transfer process that could be used in conjunction with a
Replacement of Systems Integrator including details of the means to be used to ensure
continuing provision of the services throughout the transfer process or until the cessation
of the services and of the management structure to be used during the transfer.

• Plans for the communication with such of the Systems Integrator’s sub-contractors, staff,
suppliers, customers and any related third party as are necessary to avoid any material
detrimental impact on the network operations as a result of undertaking the transfer.
In the event of termination or expiry of MSA, and Project Implementation, each Party shall
comply with the Exit Management Plan.
6.8. The quantity, if any, defined during theRFP shall be estimated and the actual quantity shall be
executed based on the actual site survey by the System Integrator at the time of project
implementation. The successful bidder shall not object to the upward or downward variation in
quantities and the quoted rate shall remain unchanged.

 If required additional quantity over and above may be executed on later stage, the payment
for such additional quantities shall be made at tender rates and the tender rates shall be
valid for 5 years. After 5 year rates can be consider for revision by DOIT as per the
industry standard.

 No claim shall be entertained or become payable for price variation of differential


quantities.
6.9. The terms conditions pertaining to Force Majeure, Termination, divestment, dispute resolution
shall in line with the Service Agreement and shall be detailed out during the RFP stage.

Expression Of Interest 25
IMPLEMENTATION (DESIGN, LAYING, TESTING, COMMISSIONING), OPERATIONS AND
MAINTENANCE OF STATE-WIDE FIBER OPTIC CABLE (OFC) NETWORK IN THE STATE
OF GOA

7. RIGHT TO CANCEL THE EOI PROCESS


7.1. The Authority may cancel this EOIprocess at any stage without assigning any reasons whatsoever
and will not be liable to compensate any Applicant on any grounds whatsoever. The Applicants
shall not be entitled to refund of cost of documents or other costs in case the EOI is cancelled for
whatsoever reason or without assigning any reason.

Expression Of Interest 26
IMPLEMENTATION (DESIGN, LAYING, TESTING, COMMISSIONING), OPERATIONS AND
MAINTENANCE OF STATE-WIDE FIBER OPTIC CABLE (OFC) NETWORK IN THE STATE
OF GOA

8. ANNEXURES
8.1 ANNEXURE A
Tentative Specifications and Standards
All material supplied shall conform to the technical specifications defined in their relevant Generic
Requirements issued by the Telecommunication Engineering Centre New Delhi(TEC / GR) duly
updated from time to time. Details of such GRs (not limited to the indicative list given below) are
included in the table for reference. Any new GR published against the material proposed to be supplied
in future under this contract shall also be applicable. In addition, equivalent / higher standards issued
internationally by ITU/IEEE, ETSI can also be followed, subject to the approval of the Authority in
case of major deviations.
Specifications and Standards
S. No. Type of Material Technical Specifications

Mention TEC GR No.


Aerial OF Cable (ADSS
1
Cable): 12F ADSS on own
pole
Underground OFC: 96/48F armored Mention TEC GR No.
2 ribbon type OFC. 6 fiber per ribbon,
two ribbon in one tube, 4 tube in 48 F
cable & 8 tube in 96 Fiber Cable.
TEC GR No. TEC/GR/TX/OFC-
3 Aerial Drop Optical Fiber for FTTH
application 026/01/APR-18 with latest
amendments, if any.
Self-Supporting Metal Free Aerial TEC GR No. TEC/GR/TX/OFC-
4 Optical Fiber Cable (For Hilly & Rural 003/04/APR-18 with latest
Areas) amendments, if any.
GR No. TEC/GR/TX/OPA-
5 Fixed Attenuator 003/03/Oct 14, with latest
amendments if any.
TEC GR No. TEC/GR/TX/OPT-
6 Splitters (1:2, 1:4, 1:8, ) 001/01/ APRIL-12 with latest
amendments.
TEC/GR/FA/SPV-02/04.MAR 2016,
7 Solar Panel with latest amendments if any.
TEC GR NO. GR / TX / BAT –
8 Battery 001/04 Jan 2011 with amendment dated
24.7.2012
TEC GR no. TEC/GR/TX/OFJ-
9 Patch Cord 01/05/Nov-09, with latest
amendments if any.
TEC/GR/FA/PON-01/03.MAR 2017
10 GPON equipment with all amendments if any.

TEC/GR/R/ISM-MOD-
11 Radio Modem 001/04.MAR2016 with all amendments if any.

Specification for Raw Material used in


TEC/GR/TX/ORM-001/05/DEC-17
12 Manufacturing of Cables for 96F and
48F Metal Free Optical Fiber Cable with with all amendments if any.

Expression Of Interest 27
IMPLEMENTATION (DESIGN, LAYING, TESTING, COMMISSIONING), OPERATIONS AND
MAINTENANCE OF STATE-WIDE FIBER OPTIC CABLE (OFC) NETWORK IN THE STATE
OF GOA

Double HDPE Sheath (G.652D Fiber)

GR No. GR/OFT-01/03. APR 2006


Tools for installation & Operations of
with all amendments if any.
13 OFC & for assembly of the OF Splice
Closures
GR No. G/CBD-01/02. NOV 94 with
Wooden Cable Drum for Telecom
14 all amendments if any.
Cables
GR No. TEC/GR/TX/OJC-
15 Splice Closure for Optical Fiber Cables 002/03/APR-2010 with all amendments if any.
16 OTHER STANDARDS, as applicable (EIA/IEC/Bell Core/CISPR/ISO etc.)
Generic Requirement for Optical Fiber
16.1 Cable (Bell Core) GR-20-CORE Issue4, 2013

16.2 ITU-T Recommendations ITU-T G.652D


IEC 811-5-1, IEC 794-1-2-E1,IEC 794-1-
2-E2, IEC 794-1-2-E3,IEC
794-1-2-E4, IEC 794-1-2-E7,IEC
794-1-2-E10, IEC 794-1-E11, IEC
794-1-2-F1, IEC 794-1-2-F3 ,IEC
16.3 Test Methods for Optical Fibers 794-1-2-F5, IEC ,60793-1-30 ,IEC
60793-1-31,IEC 60793-1-32,IEC
60793-1-33,IEC 60793-1-34,IEC
60793-1-47, IEC 60793-1-51, IEC
60793-1-52, IEC-60793-1-53 , IEC -
60793-2-50 , EIA 598-C,
16.4 Colour Standard
EIA 455-104, EIA/TIA-455-73
16.5 Test Method for Optical Fiber
EIA/TIA-455-181
ISO 9001-2000 Test Methods for
16.6 Optical Fibers, International Quality ISO 175
Management System
FOTP-89, FOTP-181 & ASTM D-566
16.7 Test Methods
ASTM D-790 ASTM D-1248
ASTM D-4565
TEC GR No TEC/GR/TX/OFJ-01/05. NOV
17 Patch Cord Optical Fiber Jumpers
2009
TEC GR No. GR/TX/FTB-02/02 APR-
18 Fiber Termination Box
2010
TEC/GR/FA/CDS-008/04/AUG-19
19 PLB HDPE Duct with latest Amendments if any

PLB GRTEC/GR/FA/CDS-
20 PLB HDPE Duct Accessories Push fit
008/04/AUG-19 with latest amendments if any
Coupler
PLB GRTEC/GR/FA/CDS-
21 End Cap
008/04/AUG-19 with latest amendments if any
TEC/GR/TX/ORM-001/05/DEC-17
22 Raw material used in the cable
with all amendments if any.
TEC GR No. TEC/GR/TX/OAF-
Installation Accessories and fixtures of
001/03 Mar 2017 with latest amendments if any
Self-Supporting Metal free Optical Fiber
23 Cable

Expression Of Interest 28
IMPLEMENTATION (DESIGN, LAYING, TESTING, COMMISSIONING), OPERATIONS AND
MAINTENANCE OF STATE-WIDE FIBER OPTIC CABLE (OFC) NETWORK IN THE STATE
OF GOA

As per TEC GR No. GR/FDM-01/02.


24 FDMS (Indoor)
APR 2007 with Amendment Dated 02.05.2012,
with latest amendments if any.
GR No. TEC/GR/TX/FDM-003/01 MAR 2012
25 FDMS (Outdoor) if required

TEC GR No. TEC/GR/TX/OJC-


26 SJC
002/03/APR-2010, with latest amendments if
any
TEC GR No. TEC/GR/TX/OJC-
27 BJC
002/03/APR-2010, with latest amendments if
any
TEC/GR/TX/OAF-001/03/MAR-17,
28 Tension Pole Assembly Set (Tubular)
with latest amendments if any
TEC/GR/TX/OAF-001/03/MAR-17,
29 Tension Pole Assembly Set (RAIL)
with latest amendments if any
TEC/GR/TX/OAF-001/03/MAR-17.,
30 Suspension Pole Assembly Set
with latest amendments if any
(Tubular)
TEC GR No. TEC/GR/TX/HPS-
31 SMPS Hybrid Solar Photo Voltaic
001/01/March-17 with latest amendments if any
Power Supply
TEC/GR/SA/DCA-22/03.MAR-11
32 Optical Router
with latest amendments if any
TEC/GR/IT/DSI001/04/DEC 2015
33 Data Storage Infrastructure
with latest amendments if any
TEC/GR/IT/EOC-001/04/SEP 2014
34 Ethernet electrical to optical media
with latest amendments if any
converter
TEC/GR/IT/FWS-001/04/MAR-14
35 Firewall System
2014 with latest amendments if any
TEC/GR/IT/LSW-01/05/MAR 2014
36 Lan Switch
with latest amendments if any
TEC/GR/IT/LSW-002/03/MAR-2015
37 Layer 4-7 Load Balancer Switch
with latest amendments if any
TEC/GR/IT/NMS-003/01/NOV 2015
38 Network Management System
with latest amendments if any
TEC/GR/IT/TCP-004/01.FEB2014
39 MPLS Router
with latest amendments if any
TEC/GR/IT/TCP-005/01. MAR 2014
40 Integrated Gateway Router
with latest amendments if any
TEC/GR/TX/OAF-001/03/MAR-17,
41 Suspension Pole Assembly Set (RAIL)
with latest amendments if any

Expression Of Interest 29
IMPLEMENTATION (DESIGN, LAYING, TESTING, COMMISSIONING), OPERATIONS AND
MAINTENANCE OF STATE-WIDE FIBER OPTIC CABLE (OFC) NETWORK IN THE STATE
OF GOA

Broader perspective of NOC


1. The NOC should follow high-efficiency design in equipment type/ capacity selection to achieve
high availability, flexibility, scalability and modularity.
2. The Systems Integrator shall ensure that the design of the NOC should meet the following
industry standard:
a. Cooling standards
b. IEEE standards for electrical
c. NFPA, UL and local fire codes for Safety and security
d. ISO standards for processes and procedures
e. Tier – 3/4 redundancy
3. The NOC should be in protected premises with secured application and data server as
Government data would be running on the network
4. Safety and Security requirement should be deployed as the best industry practice/ standards.
Following components shall be included:
a. Software Addressable Fire Alarm System
b. Early smoke detection system
c. Fire Suppression System
d. Access Control System
e. Alarm System
f. Rodent Repellent System
g. Water Leak Detection System
5. NOC should be operational 24x7 with skilled manpower, adequate number of workstations,
helpdesk with dedicated helpline/ IVRS number and Video wall for monitoring the network.

Expression Of Interest 30
IMPLEMENTATION (DESIGN, LAYING, TESTING, COMMISSIONING), OPERATIONS AND
MAINTENANCE OF STATE-WIDE FIBER OPTIC CABLE (OFC) NETWORK IN THE STATE
OF GOA

8.2 ANNEXURE B
Inspection and Acceptance Testing
During the Project, Authority and Third-Party Auditor (TPA) shall have the right to inspect, test and
audit the network infrastructure and modalities across processes to construct, operate, maintain and
utilize the network till villages during development and operation period i.e. throughout the lifecycle of
the project.
For determining that the Development Works conform to the Agreement and Specifications and
Standards, the TPA shall require the Systems Integrator to carry out or cause to be carried out Tests, at
such time and frequency and in such manner as may be specified by the Third-Party Auditor from time
to time in accordance with Good Industry Practice, Specifications and Standards, and Acceptance
Testing Template for quality assurance. These Tests would include testing of all the installed
electronics and passive infrastructure along with its ancillary items deployed under creation of the
network infrastructure as per the scope of work. This shall also include all network links along with
testing of network traffic from the GP to Taluka and from GP to village, and further to NOCs and
Authority’s NOC and DR-NOC.
The Systems Integrator shall facilitate and perform the following with regards to testing activities.
 Before the Appointed Date, the Systems Integrator shall submit an undertaking to the
Authority certifying that product / material supplied for the Project will adhere to
Specifications and Standards as per Annexure A and design requirements. The Systems
Integrator shall ensure to maintain relevant certificates from Original Equipment
Manufacturers (OEM) in this regard. Further, the Systems Integrator shall also provide the
Specifications and Standards of major material / product intended to be procured for the
Project.

 During the Tenure of the Project, the Systems Integrator shall obtain from Original Equipment
Manufacturers (OEM), the relevant certificates or documents with relevant test results,
certifying that the product / material supplied for the Project conforms to the Specifications
and Standards and submit the same to the Authority and the Third-Party Auditor within 7 days
of receipt of such certificates or documents from OEMs. In case the product / material
supplied for the Project does not conform to the Specifications and Standards or is deficient in
terms of relevant certificates / documents / test results, as inspected by the Authority or Third-
Party Auditor, then the costs to be incurred on any replacement of such product / material
shall be borne solely by the Systems Integrator. Third Party Auditor shall have the right to
check the material and its conformity to the Specifications and Standards.

 The Systems Integrator shall progressively self-conduct and perform Preliminary Acceptance
Testing (PAT) for network infrastructure being created and shall utilize the network as per the
scope of work

 Once the Systems Integrator performs the PAT, it shall offer network infrastructure within a
Taluka subject to minimum 20% GPs / villages completed and visible on the NOC for testing
purposes to the TPA for Final Acceptance Test (FAT).

 The schedule for such testing shall be based on a project plan and the timelines for the same
shall be agreed between TPA and Systems Integrator. In case of any changes in the schedule
or plan, Systems Integrator shall notify the TPA 10 (ten) working days prior to the scheduled
date.

 The TPA shall perform tests in at least 10% of offered samples aggregated at Taluka level in
accordance with Good Industry Practice, Specifications and Standards, and Acceptance
Testing Template. Sample sites and its routes to be checked shall be decided by the Third-
Party Auditor (TPA) and approved by Authority.

Expression Of Interest 31
IMPLEMENTATION (DESIGN, LAYING, TESTING, COMMISSIONING), OPERATIONS AND
MAINTENANCE OF STATE-WIDE FIBER OPTIC CABLE (OFC) NETWORK IN THE STATE
OF GOA

 Result of TPA’s inspection and audit shall only be valid for GPs and villages which were
offered for testing under a Taluka. If Systems Integrator offers a Taluka for inspection more
than once, TPA and Authority reserves the right to include or exclude the test of previously
completed villages and GPs as well.

 The overall result(s) of the FAT conducted by TPA shall be indicated as "Satisfactory" or
"Unsatisfactory" as judged at the time of inspection on merits of each case. The results of the
Test shall be jointly signed by the authorized personnel of the Systems Integrator and TPA. In
case of classifying the work as “Unsatisfactory”, the Systems Integrator shall highlight the
reason for non-compliance as per the Specifications and Standards set forth under Annexure A
along with design requirements under the scope of work. The results of the FAT conducted
shall include submission of all relevant documents such as measurement book, Acceptance
Testing Template report etc. Further, “Unsatisfactory” cases shall be communicated to the
Systems Integrator by the TPA for its rectification.

 During a FAT, if more than 20% discrepancies across sampled site route or locations across
GPs/villages are observed within a Taluka which may be attributed due to negligence on the
part of the Systems Integrator, under such circumstances, the FAT may be rejected. Further,
the Systems Integrator shall get the work redone in a time bound manner and re-submit FAT
report compliance, upon which TPA shall have to recheck the sample, and may also extend
the sample size of site route or location across SHQ/DHQ/Taluka/GPs/ villages for
discrepancies and record its observations. However, if the discrepancies are less than 20%
within a SHQ/DHQ/Taluka, then TPA shall provide a provisional acceptance, and issue a
Provisional Acceptance Certificate. The Systems Integrator is obligated to rectify the
outstanding item or Punch List in a time bound manner to receive a Final Acceptance
Certificate. In this process, the Systems Integrator shall comply with the timelines of the
construction milestone and shall be responsible for delays on the re-work on its scope.

 In case any inspected or tested components/site route fail to conform to the Specifications and
Standards or design requirements, the Systems Integrator shall either replace the rejected
components or make all alterations necessary to meet specification/ requirementswithout any
additional cost to the Authority.

 If any equipment or any part thereof is found to be defective or fails to fulfil the requirements,
the Authority shall give notice to the Systems Integrator setting forth details of such defects or
failure and the Systems Integrator shall at their own cost make the defective equipment good
or alter the same to make it comply with the requirements forthwith, within a period not
exceeding one month of the initial report. These replacements shall be made by the Systems
Integrator free of all charges at site and route locations.

 The cost of all associated works regarding testing as per the scope of work such as digging
pits at sample sites for connectivity across SHQ/DHQ/Taluka/GPs and villages, its restoration,
and arrangement of testing instruments such as OTDR etc. shall be borne by the Systems
Integrator. Inspection work for FAT within a State shall be offered only after completion of
PAT of the route and site location.

 All reasonable facilities and assistance like testing instruments and other test devices including
access to drawings and other details shall be furnished, by the Systems Integrator to the TPA
and the Authority.
8.3 ANNEXURE C
KEY PERFORMANCE INDICATORS
A. Construction

Expression Of Interest 32
IMPLEMENTATION (DESIGN, LAYING, TESTING, COMMISSIONING), OPERATIONS AND
MAINTENANCE OF STATE-WIDE FIBER OPTIC CABLE (OFC) NETWORK IN THE STATE
OF GOA

All the villages should be connected as per the scope of work defined. The Penalties applicable for not
meeting the Key Performance Indicators (KPIs) as summarized below:
Delay in meeting defined Penalty %
SNo.
construction schedule
Up to 60 days At the rate of 0.01% of the Performance Security for
1
each month of delay for each incomplete
Taluka/GPs/villages, until such Project Milestone is
achieved.
From 61 days – 120 days At the rate of 0.02% of the Performance Security for
2
each month of delay for each incomplete
Taluka/GPs/villages, until such Project Milestone is
achieved
From 121 days – 180 days At the rate of 0.03% of the Performance Security for
3
each month of delay for each incomplete
Taluka/GPs/villages, until such Project Milestone is
achieved
Beyond 181 days At the rate of 0.05% of the Performance Security for
4
each month of delay for each incomplete
Taluka/GPs/villages, until such Project Milestone is
achieved. Delay in project beyond 181 days, DOIT has
right to terminate the contract.

Illustrative - SLA calculation for Network Creation

Calculation of penaltyin% =DHQ/Taluka/GPs/villages not connected as planned x 100


Total GP’s / villages Targeted
B. Operation and Maintenance
Following table depicts the penalty to be deducted, depending on network uptime. The penalties for
Operation and Maintenance provided below shall not be applicable for the period of 17 months from
Appointed Date. The KPIs shall be reviewed and updated by Authority every year.

i. SLAs for Active Network Elements connected on Ring topology

S.No Uptime at taluka level Penalty %

1 >=99.9% No Penalty

2 >=85% to <99.9% Equal to 0.010% (zero point zero one per cent) of the
amount of weighted Performance Security per taluka
per month
>=75% to <85% Equal to 0.02% (zero point zero one five per cent) of
3
the amount of weighted Performance Security per
taluka per month
>=65% to <75% Equal to 0.030% (zero point zero two per cent) of the
4
amount of weighted Performance Security per taluka
per month. DOIT has right to terminate the agreement
contract if uptime will be less than 65% uptime,

ii. SLAs for Active Network Elements connected on Spur (linear) topology UG/OH at Village

S.No Uptime at taluka level Penalty %

Expression Of Interest 33
IMPLEMENTATION (DESIGN, LAYING, TESTING, COMMISSIONING), OPERATIONS AND
MAINTENANCE OF STATE-WIDE FIBER OPTIC CABLE (OFC) NETWORK IN THE STATE
OF GOA

1 >=99.9% No Penalty

2 >=85% to <99.9% Equal to 0.010% (zero point zero one per cent) of the
amount of weighted Performance Security per taluka
per month
>=75% to <85% Equal to 0.02% (zero point zero one five per cent) of
3
the amount of weighted Performance Security per
taluka per month

>=65% to <75% Equal to 0.030% (zero point zero two per cent) of the
4
amount of weighted Performance Security per taluka
per month. DOIT has right to terminate the agreement
contract if uptime will be less than 65% uptime,

Note:
Detail SLA and Penalty % will be dependent on UPTIME For each Last user/Village/Taluka/DHQ.
Intent of DOIT is not the impose the penalty on System Integrator, but same time DOIT don’t want to
compromise on UPTIME. TPA/DOIT will mention in detail at time of RFP.

8.4 ANEXURE D
LIST OF VILLAGES

a) North Goa

Expression Of Interest 34
IMPLEMENTATION (DESIGN, LAYING, TESTING, COMMISSIONING), OPERATIONS AND
MAINTENANCE OF STATE-WIDE FIBER OPTIC CABLE (OFC) NETWORK IN THE STATE
OF GOA

Expression Of Interest 35
IMPLEMENTATION (DESIGN, LAYING, TESTING, COMMISSIONING), OPERATIONS AND
MAINTENANCE OF STATE-WIDE FIBER OPTIC CABLE (OFC) NETWORK IN THE STATE
OF GOA

b) South Goa

Expression Of Interest 36
IMPLEMENTATION (DESIGN, LAYING, TESTING, COMMISSIONING), OPERATIONS AND
MAINTENANCE OF STATE-WIDE FIBER OPTIC CABLE (OFC) NETWORK IN THE STATE
OF GOA

8.5 ANNEXURE F
Format for submission of pre-NIT queries

Sr.No Clause Reference Page Reference Clause Description Query / Suggestion /


Request with
Justification

1.

2.

««« END OF EOI Document»»»

Expression Of Interest 37

You might also like