Professional Documents
Culture Documents
Solution
March, 2019
Page 1 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
Page 2 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
Table ofContents
TABLE OFCONTENTS 3
TENDER CALL NOTICE 11
1. SECTION 1 - INTRODUCTION & OBJECTIVE 12
1.1 ABOUT TELANGANA 12
1.2 TELANGANA STATE W IDE AREA NETWORK (TSWAN) OVERVIEW 12
1.3 TSWAN IMPLEMENTATION STATUS 14
1.4 TSWAN ARCHITECTURE 14
1.5 KEY STAKEHOLDERS 19
1.6 ROLES & RESPONSIBILITIES 20
SECTION 2 – EVALUATION CRITERIA 22
2.1 PRE-QUALIFICATION CRITERIA 22
2.2 TECHNICAL EVALUATION CRITERIA 27
2.3 EVALUATION OF FINANCIAL BIDS 29
3. SECTION 3 - STATEMENT OF IMPORTANT LIMITS/VALUES RELATED TO BID 30
3.1 STATEMENT OF IMPORTANT LIMITS/VALUES RELATED TO BID 30
4. SECTION 4 - SCOPE OF WORK 34
4.1 FACILITY MANAGEMENT SERVICES (FMS) & MAINTENANCE SERVICES (MS) 34
4.2 NETWORK MANAGEMENT SERVICES 35
4.3 OPERATIONS & MANAGEMENT 36
4.4 OPERATIONAL SUPPORT 39
4.5 MAINTENANCE AND MONITORING WITH CA SUITE 40
4.6 HELPDESK SERVICES 41
4.7 HELPDESK FOR HORIZONTAL OFFICE CONNECTIVITY: 42
4.8 SECURITY ADMINISTRATION 43
4.9 OTHER KEY ACTIVITIES FOR OPERATIONS 44
4.10 MANPOWER CRITERIA 44
4.11 MINIMUM RESOURCE REQUIREMENT 47
4.12 MANPOWER DEPLOYMENT PLAN 47
4.13 RELOCATION OF EQUIPMENT 48
4.14 COORDINATION WITH TS SOC 49
4.15 MIS REPORTS 49
4.16 ASSET MANAGEMENT SERVICES 50
4.17 PREVENTIVE MAINTENANCE 51
4.18 USER SATISFACTION SURVEYS 51
4.19 VIDEO CONFERENCING 52
4.20 THIRD PARTY AUDITS 52
4.21 SERVICE LEVEL AGREEMENT 53
4.21.1 TSWAN SLA TERMS & DEFINITIONS 54
4.21.2 SWAN BACKBONE LATENCY 54
4.21.3 SWAN BACKBONE PACKET LOSS 55
4.21.4 INTERNET AVAILABILITY 55
4.21.5 FIREWALL & CORE COMPONENTS OUTAGE 55
4.21.6 IDS & IPS OUTAGE 56
4.21.7 DENIAL OF SERVICE 56
4.21.8 NETWORK OPERATIONS MANAGEMENT 56
4.21.9 CAPACITY AND PERFORMANCE MANAGEMENT 57
Page 3 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
Page 5 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
Page 6 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
Newspaper advertisement
Telangana State Technology Services
Tender Call Notice forSelection of System Integrator for Facility Management &
Maintenance Services (FM&MS) of Telangana State Wide Area Network &
Videoconference Solution across Telangana State
For further details regarding detailed tender notification and specifications please
visithttp://www.tsts.telangana.gov.in;www.tender.telangana.gov.in Contact Phone Nos:
040- 23224289, 23223865
Fax: 040-23227458
Managing Director
Telangana State Technology Services Ltd.
Page 7 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
Name of work –Selection of System Integrator for Facility Management & Maintenance
Services (FM&MS) of Telangana State Wide Area Network& Videoconferencing Solution
across Telangana State, ITE&C Department, GoTS, Hyderabad, Telangana.
The MD, TSTS reserves the right to reject any or all proposals without assigning any reason.
Sd/-
Managing Director, TSTS
Page 8 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
DISCLAIMER
The information contained in this Request for Proposal subsequently provided to Bidders (as
defined hereinafter), whether verbally or in documentary or any other form by or on behalf of the
MD, TSTS (as defined hereinafter) or any of its employees or advisors, is provided to Bidders
(as defined hereinafter) on the terms and conditions set out in this RFP and such other terms
and conditions subject to which such information is provided.
This RFP is not an agreement and is neither an offer nor invitation by TSTS to the
prospective Bidders or any other person. The purpose of this RFP is to provide interested
parties with information that may be useful to them in preparing and submitting their
Proposals (as defined hereinafter). This RFP includes statements, which reflect various
assumptions and assessments arrived at by TSTS and ITE&C Dept. GoTS in relation to the
Project. Such assumptions, assessments and statements do not purport to contain all the
information that each Bidder may require. This RFP may not be appropriate for all persons,
and it is not possible for TSTS and ITE&C Dept. their respective employees or advisors to
consider the investment objectives, financial situation and particular needs of each person
who reads or uses this RFP. The assumptions, assessments, statements and information
provided in this RFP/ Bidding Documents (as defined hereinafter) may not be complete,
accurate, adequate or correct. Each Bidder should, therefore, conduct its own
investigations and analysis and should check the accuracy, adequacy, correctness,
reliability and completeness of the assumptions, assessments, statements and information
contained in this RFP and obtain independent advice from appropriate sources. Information
provided in and pursuant to this RFP to Bidders is on a wide range of matters, some of
which may depend upon interpretation of law. The information given is not intended to be
an exhaustive account of statutory requirements and should not be regarded as a complete
or authoritative statement of law. TSTS and ITE&C Dept. GoTS accepts no responsibility
for the accuracy or otherwise for any interpretation or opinion on law expressed herein.
TSTS and ITE&C Dept. GoTS, their respective employees and advisors make no
representation or warranty and shall have no liability to any person, including any Bidder 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 RFP or otherwise, including the accuracy,
adequacy, correctness, completeness or reliability of the RFP/Bidding Documents and/or any
assessment, assumption, statement or information contained in or deemed to form part of this
RFP/Bidding Documents or arising in any way in connection with participation in the bidding
process in respect of the Project. TSTS and ITE&C Dept. GoTS accept no liability of any nature
whether resulting from negligence or otherwise howsoever caused arising from reliance of any
Bidder upon the statements contained in this RFP/Bidding Documents. TSTS and ITE&C Dept.
GoTS 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
RFP/Bidding Documents. The issue of this RFP/Bidding Documents does not imply that TSTS
and ITE&C Dept. GoTS is bound to evaluate a Bidder or to appoint the Successful Bidder, as
the case may be, for the Project and TSTS & ITE&C Dept. GoTS reserves the right to reject all
or any of the Bidders or
Page 9 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
Proposals without assigning any reason whatsoever. The Bidder shall bear all costs
associated with or relating to the preparation and submission of its Proposal including but
not limited to preparation, copying, postage, delivery fees, expenses associated with any
demonstrations or presentations which may be required by TSTS and/or ITE&C Dept.
GoTS or any other costs incurred in connection with or relating to its Proposal. All such
costs and expenses will be to the account of the Bidder, and TSTS and ITE&C Dept. GoTS
shall not be liable in any manner whatsoever for the same or for any other costs or other
expenses incurred by a Bidder in connection with preparation or submission of the
Proposal, regardless of the conduct or outcome of the bidding process.
Page 10 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
Tender Call Notice for Selection of System Integrator for Facility Management &
Maintenance Services (FM&MS) of Telangana State Wide Area Network &
Videoconferencing Solution across Telangana.
Note: The bid document should be purchased at TSTS office, Telangana State Technology
Services Limited (TSTS), Boorgula Ramakrishna Rao Bhavan, B-block, 1st floor, Tank
bund road, Hyderabad, Telangana, for an amount of Rs.25,000/- (Rupees Ten Thousand
only) payable through a DD/ Bankers cheque drawn in favour of "The Managing Director,
Telangana State Technology Services Limited" payable at Hyderabad.
The bid document can also be downloaded from http://www.tsts.telangana.gov.in and
https://tender.telangana.gov.in. In such case, the scanned copy of DD/Banker`s Cheque
would be required to be uploaded in the Telangana eProcurement website and the original
DD/Banker`s cheque must be submitted to TSTS before the bid submission date.
Page 11 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
Page 12 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
This is a Request for Proposal (RFP) seeking proposals from the leading System Integrator
(‘SI’)SWANor Managed service provider, for the Facility Management & Maintenance Services of
TSWAN. In this respect, TSTS hereby solicits proposals from suitably identified interested parties
(the ‘Bidders’) meeting thethis RFP,qualificationwhocan provide onsite support/maintain the IT
Infrastructure and Service levels for Telangana State Wide Area Network and conditions contained
herein.
The proposals submitted by the Bidders shall comply with all the requirements stated in this
RFP (the ‘Proposal’). Based on the final evaluation, the suc notified (hereinafter
referredServiceProvider/NetworktoastheOperator‘’).
Accordingly, TSTS will enter into agreement(s) subsequently with the Service Provider, as
the case may be. Notwithstanding anything whatsoever, all the terms and conditions of this
RFP shall be duly binding on the Bidder/Service Provider.
Page 13 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
Number of
Number of Resources/
S. No. Hierarchal location
PoPs Manpower currently
deployed
1 SWAN State Headquarter (SHQ) 1 7
– NOC
2 SWAN District Headquarter 31 20
(DHQ)
3 SWAN Mandal Headquarter 584 109
(MHQ)
Out of the 31 DHQs, 10 DHQs have a full PoP setup (including router, switch, UPS, AC,
etc.) and 21 new DHQs have partial PoP setup with switches/ routers installed.
Out of the total 584 MHQs, 434 MHQs have a full PoP setup (including router, switch, UPS,
AC,etc) 150 new MHQs have partial PoP setup with switches installed.
Page 14 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
The SHQ NOC is connected to the State Data Center where the applications of various
departments are hosted. The SHQ is connected to the DHQs, and the DHQs are connected to their
respective MHQs. Various Government offices (Horizontal offices) are connected at each of the
SHQ/DHQ/MHQ levels. Video conferencing MCUs are available at the SHQ through which VC
services are provided on TSWAN.
SHQ Architecture:
Page 15 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
a. SHQ is connected to the DHQs using Point to Point dedicated leased lines with 34 Mbps
NIC link as a Primary Link and 20 Mbps BSNL link as secondary link
b. The SHQ also hosts the Video Conferencing MCUs for providing VC services to DHQs &
SHQs through SWAN
c. In the SHQ’s Primary and Secondary links are configured wit
First) protocol
d. Redundancy is available for both the Core Router and the Core Switch
e. SHQ is also connected to State Data Center (SDC) with bandwidth capacity of 310 Mbps
(TATA-primary link) and 155 Mbps (BSNL-secondary link)
f. Core switch is connected with 1gig NKN internet link for SWAN.
g. If primary router fails, all links will be shifted to secondary router, similarly, all links will be
shifted to secondary switch if primary fails.
h. Various horizontal offices are connected to the SHQ
DHQ Architecture:
a. DHQs are connected to the SHQ with 34 Mbps NIC link as a Primary Link and 20 Mbps
BSNL link as secondary link
b. DHQs are connected to their respective MHQs with dedicated 12 Mbps BSNL leased lines
c. In the DHQ’s Primary and Secondary links are configuredestPath wit
First) protocol
Page 16 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
MHQ Architecture:
a. MHQs are connected to their respective DHQs with dedicated 12 Mbps BSNL leased lines
b. A Router and Switch are available in each of the MHQs
c. The MHQ PoP has Revenue/ other department offices connected on LAN
d. Various horizontal offices are also connected to the MHQ through wired (Point to Point) /
wireless (Point to Multipoint) connectivity
Page 17 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
Page 18 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
Point to Point wired leased line connectivity is available to various Horizontal Offices at
SHQ/DHQ/MHQ levels. (The above diagram depicts connectivity provided by Telecom Service
Provider – BSNL)
Horizontal offices (Point to Point Connectivity - Reliance):
Page 19 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
The roles and responsibilities of various stakeholders for various activities under TSWAN
are indicated below.
Network ITE&C
S. No Activity TSTS TPA BSP
Operator Dept.
Operations and Maintenance of
1. TSWAN at all locations including RA CI CI IQ
SHQ, DHQs & MHQs
Monitoring Bandwidth and effective
2. RA CI CI IQ C
call closure.
Management/Remote Management
3. RA I I Q
of all TSWAN equipment
Providing Bandwidth to TSWAN
4. R C C Q RA
locations
Maintenance of up time of the links as
5. RA I I IQ RA
per SLAs
6. Ensure Network security RA CI CI Q
Ensure timely resolution of errors,
7. faults and problems related to RA I CI IQ RA
bandwidth.
Preventative maintenance of all
Equipment installed at TSWAN
8. RA I C IQ
locations & Continuous upgradation
of the software, security patches etc
Adherence to the guidelines of MeitY
9. RA C C Q R
and State IT policies.
Network ITE&C
S. No Activity TSTS TPA BSP
Operator Dept.
Operation & Maintenance of Video
17. Conferencing Equipment at SHQ, RA C C IQ
DHQ & MHQ offices
Payment of Power bills at SHQ NoC,
18. DHQ & MHQ PoPs R I C IQ
Payment of Fuel charges for DG sets
19. at SHQ NoC & DHQ PoPs R I C IQ
20. Sign-off/approval forvarious A CR IQ
activities taken up in TSWAN
21. Certifying deliverables for release of CI RA R
payments to Network Operator.
Periodic reports on performance of
22. TSWAN links R I C Q R
Periodic Audits of TSWAN Inventory,
23. Network security, SLAs, User C I C RA C
feedback reports.
24. Exit Management RA CI C IQ
Page 21 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
The bidder must possess the requisite experience, strength and capabilities in providing the
services necessary to meet the requirements as described in the RFP document. Keeping in
view the complexity & volume of the work involved, the following criteria are prescribed as
pre-qualification criteria for bidder interested in undertaking the project. The bidder must
also possess the technical know-how and the financial where that would be required to
successfully provide the TSWAN support services sought by the TSTS for the entire period
of the contract. The bids must be complete in all respect and should cover the entire scope
of work as stipulated in the tender document. The invitation to bid is open to all bidders who
qualify the eligibility criteria as given below:
Pre-qualification Checklist
S. Criteria Met
Criteria Document required
No. (Yes/ No)
Page 22 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
Pre-qualification Checklist
S. Criteria Met
Criteria Document required
No. (Yes/ No)
(or)
Pre-qualification Checklist
S. Criteria Met
Criteria Document required
No. (Yes/ No)
h. The bidder shall have a valid ISO Copy of the certificate attested by
20000 or ISO27001 or ISO 9001 the authorized signatory
certification as on bid calling date.
Pre-qualification Checklist
S. Criteria Met
Criteria Document required
No. (Yes/ No)
m. The bidder should not have been Self-Certificate declaring that the
black listed by any State bidder is not black listed to be
Government, Central Government enclosed in the bid as per Form-
or any other Public Sector P9.
undertaking or a Corporation or
Page 25 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
Pre-qualification Checklist
S. Criteria Met
Criteria Document required
No. (Yes/ No)
Note: 1. Bidder must comply with the above mentioned PQ criteria. Non-compliance of any
of the criteria can entail rejection of the bid. TSTS reserves the right to verify/evaluate the
claims made by the vendor independently. Any misrepresentation will entail rejection of the
bid
2. Relevant documents in support of above should be furnished.
Page 26 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
Technical Evaluation shall be done based on conformity of the documents submitted in the
technical bid and as per the conditions mentioned in the bidding document and the
presentation by the bidder on the Relevant Project experiences, understanding of the scope
in the RFP, Approach & Methodology on the project, Resource Deployment, etc.
Further, the bidders may be invited for Technical Presentation to present the proposed
solution.
The bidder shall be accorded marks after technical evaluation as per the below criteria and
minimum qualifying marks would be 70.
Max
S.No Criteria Marks
Score
Single largest network operated by bidder >= 400 <= 500 locations – 6
including installation/ maintenance of Marks
switches/ routers/ network devices in any
of the last 4 years (2014-15, 2015-16, > 500 <= 600 locations – 8
2016-17, 2017-18) at separate office Marks
locations (Separate locations implies
1.
different cities, towns or villages) for 10 Above 600 locations - 10
Central government (GoI) / Scheduled Marks
Banks / State Governments / PSUs or
large Private Organizations– Form T1
Max
S.No Criteria Marks
Score
Average Annual Turnover of the company >=100 cr <200 cr : 6 Marks
from IT/ITE Services/ ICT/ Tele
4. Communications/ Networking /VC Projects >=200 cr <300 cr : 8 Marks
& services in the last 4 Financial Years 10
ending 31 March 2018 by bidder – 300 cr& Above: 10 Marks
(Statutory Auditor/ CA certificate) – Use
form T4
State Head Quarters Proposed Team SHQ team compliance –
compliance to the qualifications and 5Marks
experience of Manpower – Submit details (One mark each for State
as per Form T5
Project Manager, Network
5. Expert, Network Security
5
Specialist and NMS expert
on meeting full criteria
Half Mark each for the
Videoconferencing expert
on meeting full criteria)
On roll qualified professionals with skills in >=500 < 749 – 3 Marks
the area of Network Management, Server
6. Management, Security Management, EMS > 750 resources - 5 Marks
5
Tools Management, System integration.
Self Declaration and certified by the
Bidder`s HR head/ CA
Valid certifications possessed by the ISO 20000, ISO27001 and
bidder ISO 9001 certifications – 10
Marks
7.
10
Any two of ISO 20000/
ISO27001/ ISO 9001
certifications – 5 Marks
Understanding of TSWAN operations and Bidders Understanding of
8. proposed Methodology for Management of SWAN operations and
10
Infrastructure Methodology on bidder`s
format.
Approach for Network & Security Bidders Approach for
9. Management Network & Security
5
Management on bidder`s
format
Operations management & Escalation
Matrix including communication
10.
management with all stakeholders and 5 On bidder`s format
Management commitments towards the
project.
11. Experience in usage of management tools
(EMS, NMS) and implementation support 5 On bidder`s format
Page 28 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
Max
S.No Criteria Marks
Score
to TSTS on deployment of new NMS tool if
any in project duration.
12. Migration strategy from existing service
provider and Exit management. 5 On bidder`s format
13.
Technical Presentation 10 On bidder`s format
Total 100
The financial bid will be evaluated on L1 basis, i.e the bidder who has Technically Qualified
and has quoted the lowest in the Financial Bid would be selected as the successful bidder
provided that all the terms and conditions in this Tender document are met by the bidder.
The Price Bid submitted by the bidder shall be inclusive of all taxes and central duties such
as GST, customs duty and central excise duty as part of the price. However, any increase or
decrease in the rates of the applicable taxes, duties or any new levy on account of changes
in law shall be paid as per actual. The total cost will be computed based on Form F1 (B)
Total FM & MS Charges (Incl. all taxes) for TSWAN. i.e. Form F2 (A) AMC Charges
(Incl. all taxes) for TSWAN + Form F2 (B) AMC Charges (Incl. all taxes) for VC
Equipment + Form F3 Annual Manpower charges (Incl. all taxes)
Shifting charges will be paid as and when the service is availed on unit rate basis as per
Form F4 and shall not be included as part of evaluation of Financial Bids.
Page 29 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
S. Item Description
No.
1 EMD (Online payment/ Bank The bidder shall submit the Bid Security (EMD) of
Guarantee) Rs.10,00,000 (Rupees Ten Lakh only) in favour
of “The Managing Director,
Technology Services”, payable
Online payment/ Bank Guarantees issued by any
Scheduled/ Nationalized banks only will be
accepted.
Note: Scanned copy of EMD BG document
should be uploaded on Telangana e-
Procurement website. The Original Copy of EMD
should be submitted to TSTSL within one day of
bid submission date
2 EMD validity Period Validity should be 210 days from the date of Bid
submission.
3 Bid Validity Period 180 days from the date of submission of bids.
6 Tender Fee/ Bid Document Fee Tender document can be purchased from TSTS
office, Hyderabad between 10.30 am to 5 pm
every day except for Sunday and public Holidays,
on payment of Rs. 25,000.00 (Rupees Twenty
Five Thousand only) in the form of Demand Draft
or Banker’s Cheque drawn on/
Nationalized/Scheduled Indian Bank in favour of
"The Managing Director, Telangana State
Technology Services Limited" payable at
Hyderabad.
Page 30 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
S. Item Description
No.
9 Period for furnishing performance Within 15 working days from date of signing of
security Contract.
12 Date for signing contract Within 21 working days from date of receipt of
notification of award
Page 31 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
S. Item Description
No.
20 Options for the required equipment If a bidder wants to give options, they may submit
it as separate bids along with separate EMD. This
will be treated as a separate bid for evaluation.
S. Item Description
No.
Page 33 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
Total 616
If any additional PoP is added newly and made operational, it would also be included in the
scope of this project. (The increase/ decrease would not be greater than 10% of the total
number of PoPs mentioned above).
Also, the Network Operator is required to coordinate with the Bandwidth Service Providers
for resolution of issues and ensuring connectivity at various Horizontal Offices in the State.
The Network Operator has to provide the required manpower for managing Horizontal
Connectivity issues as mentioned in this RFP.
The FM & MS for devices at horizontal offices will be under the scope of the Line
Department/ Bandwidth Service Provider.
a. FMS and MS Services include but not limited to Provision of required manpower at SHQ,
DHQs and MHQs for the operations and maintenance of TSWAN, Network management,
monitoring the network availability of all the TSWAN links, SLA maintenance, Asset
management, Helpdesk services, Preventive maintenance etc.,
b. Resource Capability and Requirement must be as per point no 4.10 in this document.
c. The staff should have experience as mentioned in point no.4.10
d. Maintenance team:
i. Personnel deployed at SHQ and DHQs should be on the payroll of Network operator’
organization. The Network operator is responsible for the leave management/ training
etc.
ii. At MHQ – The manpower to be deployed may/may not be on the payroll of Network
operat or’srganization. The bidder is responsible for the leave management/ training
etc.
e. Operation and Comprehensive Maintenance Services (MS) – Maintenance of all the
equipment of TSWANfor all faults/malfunctions/minor/major failures with required spares
for onsite replacements.
Page 34 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
f. All equipment installed at each PoP should be under purview of FM & MS service provider
and maintenance of SLA is responsibility of FM & MS service provider.
g. The overall management & maintenance support (AMC) includes administration of PCs,
Networking devices, ISP leased lines, UPS, ACs, DG Sets, VC equipment etc., and the
services running on them. (All equipment will be given in working condition in case of
deviation will be excluded and discussed with the successful bidder).
The scope of the Service provider for FMS and MS has been detailed further in the
subsequent sections.
a. Network management services are to be provided which includes managing all the SWAN
elements like routers and switches for required uptime, security, protocols, configuration of
the network and performing suitable test to ensure high availability of the network elements
& connectivity.
b. The Network operator shall be responsible for maintenance of all the hardware, networking
components & software of SWAN. This maintenance shall be comprehensive onsite
maintenance.
c. Network operator shall configure links and devices in the NMS, monitor the availability of
links and devices and provide the link and device availability reports as and when required
by TSTS and TPA.
d. Operator shall be responsible for configuring the NMS and monitoring the network
parameters such as Bandwidth utilization, Latency, Packet loss, Jitter, CPU utilization,
Memory utilization, Link availability (Primary and Secondary links) etc., through the NMS
tools currently available at TSWAN.
e. Network operator shall be take weekly backups of Router and Switch configuration files.
f. At any point during the contract period, TSTS may procure and replace the existing NMS
tools with the latest available tools and it is the responsibility of the operator to support the
upgradation/implementation process. Operator shall configure all the network devices,
desktops, Firewall and other security devices, UPS and any additional devices suggested by
TSTS.
g. NMS tool shall have data for at least six months. Data backup of reports older than 6
months shall be archived in a backup/syslog server. Reports should also be generated and
backed up in ‘pdf’, ‘excel’ and ‘csv’ formats.
h. Access control: Role based access control shall be adopted for NMS. Users shall be
assigned accesses based on their role and appropriate authorization levels shall be
maintained. User activity log and audit trails shall be maintained.
i. It shall be the responsibility of the Operator to generate and share daily/weekly/monthly/yearly
performance and uptime reports as and when required by TSTS or TPA.
j. Operator shall be responsible to generate the following reports.
Page 35 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
k. Operator shall carryout the following activities (but not limited to) as a part of Network
Administration & Management.
a. Configuration Management
b. Incident and Service request Management
c. Problem Management
d. Change Management
e. Helpdesk Management
f. Service level Management
g. Performance Management
h. Capacity management
a) Configuration Management:
Configuration management refers to the process of defining configuration items (CI)
within TSWAN, recording and reporting on the status of the CIs and any requests for change
and inter-dependencies between the CIs.
Page 36 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
c) Problem Management:
Problem management is a process to analyze, identify and prevent underlying problems and
resulting incidents.
1. Network operator shall prepare a Problem management process document and
approved by TSTS.
2. The Network operator shall analyse data and trends on incidents and problems to
identify root causes and their potential preventive action.
3. Network operator shall be maintain a KEDB (Known Error database) for all the
incidents.
4. If any problem requires a change in the CIs, shall go through change management
process.
d) Change Management:
e) Helpdesk Management:
Helpdesk management system is a process of handling helpdesk tickets, incidents and
service requests and timely resolution.
1. Network operator shall prepare a Change Management process document and
approved by TSTS.
2. All the incidents and service requests shall be logged in the helpdesk tool.
3. Incident response and resolution times shall be maintained as per the Helpdesk SLA.
4. An email should be sent to the user at the time of logging the ticket and also when
the incident is resolved.
5. Knowledge base should be maintained and updated.
6. Helpdesk contact details such as phone number, email, fax etc shall be made
available to all the users.
7. Helpdesk service shall be available 24/7 on all days.
g) Performance Management:
Performance management is a process that ensures that the objectives of TSWAN are
consistently being met by analyzing the performance of various factors such as equipment,
softwares, manpower etc.
1. Network operator shall prepare a Performance Management process document and
approved by TSTS.
2. Performance analysis of the Network devices and links shall be carried out by the
Network operator.
3. Performance reviews shall be carried out by the operator and the results shall be
documented and submitted to TSTS on quarterly basis.
h) Capacity Management:
Capacity management is the process to ensure the resources are used effectively and meet
the requirement at TSWAN and also forecast future capacity requirements.
Page 38 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
a. Overall management ofall the items in the Section 10 “Bill of material”under SWANshall be purview
available across 31 Districts and 584 MHQs in Telangana.
b. Co-ordination with the suppliers/ OEMs for the equipment under warranty / AMC and timely
intimating TSTS and ITE&C on the equipment whose warranty is about to expire, and start
the AMC accordingly as a part of this contract.
c. Checking & managing the network and taking remedial action in case of problems.
d. Other important activities shall be:
1. Daily maintenance of system configuration
2. Implementation of system security features
3. Overall security of the network
4. Monitor and record system performance and take corrective actions to optimize the
performance on a daily basis
5. Escalation of problems to other vendors wherever required
6. System logs on daily basis for errors and to take corrective steps
7. Proper upkeep of storage media for taking backups
8. Patch management shall be carried out by the Network operator. Network operator
shall prepare a Patch management procedure and have it approved by TSTS. Patch
management reports should be submitted to TSTS on quarterly basis.
9. Software and firmware updates shall be applied by the Network operator in timely
manner.
e. Coordinate with Bandwidth Operator/service provider in case of any failure of link and get
Call logs certified by BSNL/ BSP Authorities.
f. Maintenance of manpower attendance registers at DHQs and MHQs online and take
necessary certification from the Authorities for attendance.
g. Maintain monthly data backup of reports generated through NMS.
h. Intimation of manpower change at DHQ / MHQ levels before one month of replacement of
existing manpower resources.
i. Installation or replacement of Network equipment at SWAN room with proper approvals from
stakeholders.
j. Maintain the up to date inventory register at SWAN room (Installation / Replacement of all
TSWAN equipment included)
Page 39 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
k. Communicate SWAN room damages immediately to the stakeholders to up and running the
PoP.
l. All expenses for commutation between the TSWAN locations for issue resolution,
maintenance and other activities covered in the scope of work shall be borne by the Network
operator unless specified otherwise in this document.
m. Power bills shall be considered as consumables and Network operator shall pay the
electricity bills on monthly basis.The Operator shall submit the bill (original bills) and paymen
receipt along with their debit note for reimbursement on a quarterly basis.
n. Diesel bills for Diesel Generators shall be considered as consumables and the Network
operator shall furnish all the required Bills and receipts with payment acknowledgement from
the diesel vendor to TSTS for reimbursement of the expenses on a quarterly basis. The
diesel bills shall be attested by the concernerned nodal officer from the Government. Onlu
diesel bills shall be considered as conumable for DG sets.
o. Carry out Preventive maintenance of all the equipment at SHQs and DHQs on quarterly
basis and MHQs on Half yearly basis and submit the respective quarterly and half yearly
preventive maintenance reports on to TSTS and TPA.
p. Maintaining biometric attendance system at SHQ.
q. Helpdesk Call log register related to network or its components will be certified from TSTS
and ITE&C.
r. Downtime will be considered for any of Network Equipment (Router, Switch, Firewall etc.,)
with proper approvals from TSTS and ITE&C Departments.
c. Network operator shall share the NMS integration plan to TSTS, co-ordinate with CA team
and integrate all the modules of CA suite available at TSWAN before the end of first quarter
i.e., Spectrum, Service desk and UIM as per the SLAs and requirement of this RFP.
d. Costs for Installation of CA monitoring agents for new device installations shall be borne by
the Network operator.
e. It shall be the responsibility of the Network operator to configure devices in the NMS tool
when required.
f. Network operator shall configure and generate customized reports in the NMS tools as and
when required by TSTS/ITE&C/TPA for required parameters and in required formats.
g. CA Spectrum should be configured to detect the link down for the respective DHQ/MHQ due
to Power Issue / BSNL/ BSP Issue and Stocks register has to be maintained by the service
provider.
Page 40 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
a. Provide Help Desk facility for reporting user department incidents / issues /
problems with the IT infrastructure.
b. Provide necessary channels for reporting issues to the help desk. The incident
reporting channels could be the following:
1. E-Mail account
2. Telephone Line
c. Network operator shall provide a helpdesk contact number with EPBAX facility. The
operations and maintenance of the same shall be taken up by the Network operator.
Telephone bills for the helpdesk shall be paid by the selected FM and MS service
provider. The EPBAX system shall be at the ownership of the Network Operator and
shall be handed over to the Network Operator post the completion of the contract
period.
d. EPBAX System should be integrated with Helpdesk tool.
e. Implement a call logging system in line with the severity levels as per the SLAs. The
Help desk shall log user calls related to TSWAN and assign an incident/call ID
number. Severity shall be assigned to each call as per the SLAs.
f. Creation of knowledge base on frequently asked questions to assist user
departments in resolving basic issues themselves
g. Track each incident/call to resolution
h. Provide feedback to users.
i. Analyze the call statistics
j. Creation of knowledge base on frequently asked questions to aid users.
k. Monitoring shall be done with the help of NMS monitoring tools and system
logs/counters and therefore the reports and alerts can be auto-generated.
l. Escalate the calls, to the appropriate levels, if necessary as per the escalation
matrix agreed between the Service provider and the TSTS. The escalation matrix
shall be developed by the Service Provider in discussion with the TSTS.
m. Coordinate with respective vendors for closure of calls.
n. Analyze the incident / call statistics and provide monthly reports including but not
limited to:
1. Type of incidents / calls logged
2. Incidents / calls resolved
3. Incidents / calls open
o. It is Network operator’s responsibility to ensure issue timelines specified in the agreement. It
is the Netwo ensure issue resolution as per SLA within the timelines specified in the
agreement.
The Network operator shall undertake various responsibilities of the problem
management functions of the helpdesk, viz.
Page 41 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
p. The Network operator shall generate call reports using CA tool. The reports should
be generated and submitted at a monthly and quarterly basis to ITE&C Dept./ TSTS
and TPA.
q. The Network operator provider will implement a mechanism to ensure that all issues
reported, complaints made and problems faced are identified by a unique ticket
number within the timeline stipulated in the tender. All trouble tickets will be centrally
noted, monitored and logged in the Network operator’s Helpdesk toolOC. at N
r. The Network operator provider will mark all trouble tickets as “ of the issue reported. Monthly
coordination meeting will be held to review the status
of call closure and issues etc.
s. Network operator has to coordinate with the Bandwidth service provider for day-to-
day maintenance and upkeep of the SWAN Links and maintain issue/call register for
all complaints logged to BSNL/BSP and obtain monthly report from BSNL/BSP
authorities on the complaints raised.
t. The Network operator has to provide the following reports on a monthly basis (or as
required by TPA) as part of their scope:
1. WAN Links Uptime and Downtime Report (including backup links)
2. WAN Links Utilization Report (including backup links)
3. Scheduled Downtime Activities Report
4. Problem Management Reports
5. Performance Management Reports
6. Security Management Reports
7. Bi-annual Performance Audit Reports and Recommendations Report
8. Bi-annual Capacity Audit Reports and Recommendations Report
The Network operator has to address the audit observations given by TPA and submit
compliance report to TSTS and TPA on the same within 30 days.
a. The Network Operator/ Service Provider shall provide two resources for managing issues
relating to TSWAN services at Horizontal offices across SHQ, DHQs & MHQs. The
operator shall setup a ticketing tool at the NOC for the same.
b. Tickets relating to issues in TSWAN connectivity at horizontal offices shall be raised in the
ticketing tool of the horizontal helpdesk.
Page 42 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
c. The Helpdesk team shall troubleshoot to identify if TSWAN connectivity is unavailable due
to bandwidth issues or device issues.
d. If it is a bandwidth issue, the horizontal helpdesk team shall send an e-mail regarding the
issue to the bandwidth service provider and follow up for resolution of the same. If it is a
device issue, the same shall be resolved by the Network operator.
e. Upon resolution, the ticket shall be closed after communication with the horizontal office via
e-mail.
f. For connections/ disconnections in horizontal offices, the horizontal office department shall
inform the horizontal helpdesk team. The helpdesk team shall communicate the same to
TSTS, and coordinate with the bandwidth service provider for connections/ disconnections.
g. Phone numbers for the helpdesk shall be provided by TSTS/ ITE&C Dept. and the network
operator shall maintain the same.
Page 43 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
a. Diesel Generator Sets should be used at DHQ, SHQ during the Power failure for not
affecting the SWAN / Video Conference / other services.
b. In case of power failure, the service provider must take up alternate measures for providing
power backup facility through DG set, UPS or any other source and maintain the best
possible network SLA based on the back up provisions available. In case of not meeting
SLA as per back up provisions available, penalty will be levied. Power outage register must
be maintained and details of back up provisions available shall be certified by the Nodal
officer of the PoP.
c. Service provider must submit on case to case basis for power failure continuously for more
than 8 hours or the maximum back up provision available with the existing power
equipments with certification by the MRO (MHQ)/ AO (DHQ) for consideration by
TSTS/ITE&C Department. Power outage register must be maintained and details of back
up provisions available shall be certified by the Nodal officer of the PoP.
d. Power outage register must be maintained and certified by the Nodal officer of the PoP.
The copy of the Register is also to be submitted to TSTS at the end of each quarter.
e. A project review meeting would be conducted by TSTS/ ITE&C Dept. every 15 days during
the engagement period to review the performance of TSWAN. The Service Provider shall
submit fortnightly TSWAN availability reports and District & Mandal Wise Issue resolution
reports as part of the review meeting.
Years Of
No. of
POP Resource Responsibility Experience Qualification / Experience
Resources
Bachelor Of Engineering
/Technology with
specialization in IT/
Computers/ Electronics/
1. State Project Project Electrical/ Instrumentation
10+ 1
Manager Management with 10 years of experience
innetworking, Project
SHQ management.
Professional certification-
PMP/ Prince 2
Router Bachelor Of Engineering/
Management, Technology with
2. Network
Switch 8+ specialization in IT/ 1
Expert
Management, Computers/ Electronics/
Operational Electrical/ Instrumentation
Page 44 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
Years Of
No. of
POP Resource Responsibility Experience Qualification / Experience
Resources
Management, &
RAS and other Certified CCNA and
Networking CCIE or CCNP or
Components. equivalent OEM
certification in Routing
& Switching.
Bachelor Of Engineering/
Firewall Technology with
Management, specialization in IT/
Intrusion Computers/ Electronics/
3. Network Management, Electrical/ Instrumentation
Security Antivirus & 6+ & 1
Specialist Patch Cisco Certified Firewall
Management, Specialist (CCSP-SNPA)
Security Or OEM (HP/Fortigate)
Management. SecuritySpecialist
certification
Management,
Bachelor Of Engineering/
Installation,
Technology/ Bachelor or
Configuration and
Master in Science with
Maintenance of
specialization in IT/
Videoconferencing
4. Computers/ Electronics/
Equipment
Videoconferenc (MCUs, 3+ Electrical/ Instrumentation 2
ing Expert With OEM (vidyo/ any
Gateways,
leading VC OEM)
Portals, end user
certification for installation/
equipment, etc)
configuration/ maintenance
and associated
of VC Equipment
software
Configuration, Bachelor of Engineering /
Services Level Technology/ Bachelor or
Management, Master in Science with
Reporting & specialization in IT/
5. NMSExpert 3+ 1
Tool Management Computers/ Electronics/
for Network Electrical/ Instrumentation
Management with CA EMS Certification
System or equivalent.
Supporting Bachelor Of Engineering/
Network expert, Technology/ Diploma with
6. Network Videoconferencin specializationin IT/
Support g Expert and 2+ Computers/ Electronics/ 6
Engineer Project Manager Electrical/ Instrumentation
in operations and With Cisco or OEM network
maintenance of Certification
Page 45 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
Years Of
No. of
POP Resource Responsibility Experience Qualification / Experience
Resources
TSWAN&
Videoconference
Equipment.
Bachelor of Engineering /
Services Level Technology/ Bachelor or
7. Helpdesk
Management, Master in Science / Diploma
analyst cum 3+ 2
Reporting & with specializationin IT/
coordinator
Tool Management Computers/ Electronics/
Electrical/ Instrumentation
Service Level Bachelor Of Engineering/
8. Helpdesk Monitoring, Technology/ Bachelor or
Coordinator for Reporting & Master in Science/ Diploma
Horizontal Coordination for 2+ with specializationin IT/ 1
office various Horizontal Computers/ Electronics/
connectivity offices connected Electrical/ Instrumentation
on TSWAN
Router
Management,
Switch Bachelor Of Engineering/
Management, Technology with
Operational specialization in IT/ 31 (one
9. Network Management, Computers/ Electronics/ each for
8+
Expert RAS and other Electrical/ Instrumentation every
Networking & Certification in CCNA or DHQ)
Components. equivalent OEM network
Management and certification
support for Video
Conferencing
DHQ Supporting 41 (2
Network expert resources
and project each for
Bachelor of Engineering/
managers in 10
Technology/ Bachelor or
operations and Master in Science / Diploma districts, 1
10. Support maintenance of with specialization in IT/ resource
Engineers TSWAN at DHQs. 2+ each for
Computers/ Electronics/
(SWAN & VC) Operation and 21
Electrical/ Instrumentation
Maintenance of districts
With Cisco or OEM network
Videoconferencing (with
Certification
equipment. Partial
PoP
setup))
Page 46 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
Years Of
No. of
POP Resource Responsibility Experience Qualification / Experience
Resources
Supporting
Network expert Bachelor of Engineering/
and project Technology/ Bachelor or
managers in Master in Science/
146 (one
11. Support operations and Diploma with
each for
MHQ Engineers maintenance of 2+ specialization in IT/
every 4
(SWAN & VC) TSWAN at MHQs. Computers/ Electronics/
MHQs)
Operation and Electrical/ Instrumentation
Maintenance of with Cisco or OEM
Videoconferencing Certification.
equipment.
Total Manpower 233
Note: If any resource does not meet the criteria mentioned in the above table, the
proportionate amount will be deducted from the QGR and non-compliant resource
attendance shall not be considered while calculating the manpower SLA.
The FM & MS shall also ensure that the minimum required manpower is available at all
locations on a daily basis. The FM &MS operator has to keep additional manpower in buffer
so that in case any employee is on leave then the buffer staff can be deputed during the
leave period, with approval from TSTS/ITE&C dept. TSTS/ITE&C dept. shall not make any
payment for the additional manpower deployed.
Page 47 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
with one additional General shift of 8 hours on all working days. On Sundays and holidays
except general shift remaining shifts need to be followed.
d. Manpower at DHQs and MHQs must be available full time during the general shift
onTSWAN working days and be available to support TSWAN and VC activities on holidays
on need basis.During High priority meetings, entire team dedicated to such SHQ/ DHQ/
MHQ shall be available.
e. Manpower working in Morning/ Evening/ Night shifts shall ensure proper handover of work
to the manpower of the next shift.
f. Shift handover tracker should be maintained and handed over to the resource logging in
the following shift.
additional cost to GoTS. In case of change in the type of connectivity and equipment is not
available in the inventory, required equipment shall be procured and installed by the
Bandwidth Service Provider / ITE&C dept. at the new premises, in which case, this shall be
treated as new connectivity for all commercial and SLA purposes.
Relocation shall be done with the spare equipment only. After relocation, the equipment at
the old location shall be taken into spares. The bidder shall keep the spares of all the
equipment for the purpose of relocation or replacement of faulty equipment. There can be
multiple requests to relocate the links across various locations. This involves the movement
of the router and reconnecting MPLS links to the new locations. The below are the
envisaged relocations.
Bandwidth service provider will relocate the links in these scenarios as per the requirements
of GoTS and FM & MS service provider to shift the equipment to other location. Separate
work order shall be given for shifting of the office and the shifting charges shall be paid as
per the commercial bid. Safe transportation of the equipment from one location to other is
the responsibility of the FM & MS service provider.
Daily reports
a. Summary of issues / complaints logged at the Help Desk
b. Summary of resolved, unresolved and escalated issues / complaints
c. Summary of resolved, unresolved and escalated issues / complaints to vendors.
d. Log of backup and restoration undertaken.
Page 49 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
Weekly Reports
a. Issues / Complaints Analysis report for virus calls, call trend, call history, etc.
b. Summary of systems rebooted.
c. Summary of issues / complaints logged with the OEMs.
d. Inventory of spare parts in the TSWAN.
e. Summary of changes undertaken in the Data Centre including major changes like
configuration changes, patch upgrades, database reorganization, storage
reorganization, etc. and minor changes like log truncation, volume expansion, user
creation, user password reset, etc.
Monthly reports
a. Component wise physical as well as IT infrastructure availability and resource utilization
b. Consolidated SLA / (none)-conformance report.
c. Summary of component wise uptime.
d. Summary of changes in TSWAN.
e. Log of preventive / scheduled maintenance undertaken
f. Log of break-fix maintenance undertaken
Quarterly Reports
a. Consolidated component-wise physical and IT infrastructure availability and resource
utilization.
Incident Reporting
a. Detection of security vulnerability with the available solutions / workarounds for fixing.
b. Hacker attacks, Virus attacks, unauthorized access, security threats, etc. – with root
cause analysis and plan to fix the problems.
c. Software license violations
c. Record installation and removal of any equipment from the TSWAN network and inform
TSTS even if it is temporary.
d. Create Software details with information such as Licenses, Version Numbers and
Registration Details.
e. Perform software license management, notify to TSTS on licensing contract renewal and
assist them in getting the license renewed.
f. The Service provider shall prepare & maintain the physical asset register for the entire IT,
software available at TSWAN and separate material movement register at TSWAN.Service
provider has to take the Quarterly Signup for the asset register from TSTS.
a. User satisfaction surveys shall be carried out by the Service provider annually.
b. Service provider shall prepare templates and questionnaire for User satisfaction surveys in
consultation with TSTS and TPA.
c. Service provider shall carry out User satisfaction surveys on sampling basis. Sampling size
shall be 20% of total PoPs. Sample PoPs shall be suggested by TSTS/TPA.
d. Service provider shall submit updated User satisfaction forms to TSTS and TPA.
Page 51 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
Page 52 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
f. Service provider shall co-ordinate with the TPA and promptly closes the non-
compliances/observations identified by the TPA during their audits.
g. Service provider shall conform to update the CAPA tracker with the closure status of the
non-compliances/observations identified by the TPA within 15 days of receipt of the CAPA
from the TPA.
h. Provide details such as Asset lists, Public IPs, Private IPs, configuration files for routers,
switches and firewall, User satisfaction survey reports, Helpdesk tickets, Preventive
maintenance reports etc., as and when required by the TPA.
The table below summarizes the performance indicators for the services to be offered by the
Network Operator/service provider. The detailed description of the performance indicators,
SLA Terms and their definitions are discussed in the following sections.
Page 53 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
Page 54 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
Page 55 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
a. Denial of Service (DoS) is the most common form of attack on the Network, which leads to
network unavailability for the genuine network users.
b. The Operator/service provider shall respond to Denial of Service reported by departments/
TSWAN users or TSWAN maintenance personnel within 15 minutes of intimation to the
helpdesk.
c. Denial of Service could be due to sudden burst of network traffic leading to more than 90-
95% utilization of the TSWAN bandwidth in any segment or complete network. In such a
scenario Operator/service provider shall perform an analysis of the issue, verify whether
the network utilization is due to genuine user requirements or it is a denial of service attack.
d. In case it is identified as DoS attack, Operator/service provider shall identify the source of
Denial of Service attack, and shall disconnect the source or network from TSWAN
backbone and resolve the issue to ensure availability and performance of the backbone.
e. The SWAN Operator/service provider, at regular intervals, shall monitor and measure the
actual bandwidth allocated by the Bandwidth Provider against the agreed Committed
Interface Rate (CIR) and issues identified shall be reported to TSTS and shall be escalated
to the Bandwidth Service provider for resolution.
a. The Service provider is required to maintain Contact Centre (Helpdesk) at the State level
along with the Existing CA Solution.
b. The Helpdesk shall act as a SPOC (Single Point of Contact) for all the Network & Security
related issues reported by the government departments or any other related stakeholders
of SWAN.
c. Each service request needs to be recorded and should be allocated a service request
number.
d. The resolution timelines for such Service Requests shall be monitored by TSTS.
e. Each incident reported via phone or email by a user department or any stake holder of
TSWAN should be recorded and an incident ticket number shall be allocated.
The Incident categorization and SLAs shall be as below:
Page 56 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
Issue
Initial
S.No Severity Resolution Penalty
Response Time
Time
INR 1000 for every 1 hour beyond
1 Level 1 15 Mins 1 Hr
the resolution time of 1 Hr.
INR 1000 for every 1 hour beyond
2 Level 2 30 Mins 2 Hrs
the resolution time of 2 Hr.
INR 1000 for every 1 hour beyond
3 Level 3 60 Mins 8 Hrs
the resolution time of 8 Hr.
a. The SWAN Operator/service provider shall provide capacity planning services through
network base-lining and trending, to determine the resources required for SWAN and to
plan and complete network upgrades before a capacity problem causes SWAN down-time
or performance problems.
b. In addition to availability, latency, jitter and packet loss, SWAN Operator/service provider
shall monitor the network and dependent infrastructure (resource) utilization during
successive time periods (hour, day, week, month, and year) and shall provide
recommendations to the Department on TSWAN infrastructure up-gradation.
c. Service provider shall perform the planned network upgrades with prior notification to the
departments/users in the network segment (s) affected by the planned outages.
d. Service provider should ensure that all the planned outages are performed only in the
Extended SLA Hours and only the emergency upgrades are performed in the Prime
Business Hours.
e. The overall responsibility of ensuring the SWAN performance rests with the SWAN
Operator/service provider and the following are critical areas in management which shall be
monitored by the SWAN Operator/service provider on a continuous basis.
CPU Utilization
Memory and Buffers
Link Utilization
Page 57 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
a. CPU is used by both the control plane and data plane on any network device. In capacity
and performance management, Service provider must ensure that the device and network
have sufficient CPU capacity to function at all times.
b. Service provider shall configure the NMS to monitor the CPU utilization of the critical
network devices implemented in PoPs.
c. In case the average CPU utilization is above 80% on a continuous basis, the Service
provider shall perform the diagnostic review of the device and provide recommendations on
addressing the issue.
d. Service provider shall own the overall responsibility of the performance and shall
accordingly escalate any performance related issues to the Department.
e. Threshold values should be configured in NMS and should be local to each component for
a particular node and alerts to be enabled when threshold limits are exceeded.
a. Memory is another resource that has data plane and control plane requirements. When
devices run out of memory, operations on the device can fail.
b. In case the average memory utilization is above 70% on a continuous basis, the Service
provider shall perform the diagnostic review of the device and provide recommendations on
addressing the issue.
c. Service provider shall own the overall responsibility of the performance and shall
accordingly escalate any performance related issues to the Department.
d. Threshold values should be configured in NMS and should be local to each component for
a particular node and alerts to be enabled when threshold limits are exceeded.
Page 58 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
a. The Measurement of SLA shall be performed by a third party agency, independent of the
Service provider.
b. The Service provider shall maintain existing Network Management System for monitoring
and measurement of the SLA parameters identified for TSWAN.
c. The NMS implemented for TSWAN shall conform to the open network management
standards such as Simple Network Management Protocol (SNMP) and Remote Monitoring
(RMON) features.
Applicable to all Type1, Type 2, Type 3 and Type 4 QGRs: Penalties - Penalty will not be
levied in case of unavailability of PoP due to downtime caused by BSNL/ Bandwidth
Service Provider. Penalty will be levied for all causes attributable to operator except
downtime due to BSNL/ BSP link failure.
a. QGR Type 1 - When a SHQ-DHQ link is down, then penalty will be levied on the
sum of the following: (i + ii)
i. (60% of QGR of SHQ) / (Total no of DHQs connected with SHQ)
ii. 60% of the arithmetic sum of the QGR of DHQ, all MHQs linked with this
DHQ and all horizontal offices connected to these affected DHQ & MHQs
b. QGR Type 2 – When a DHQ-MHQ link is down, then penalty will be levied on the
sum of the following: (i + ii)
i. (70% of QGR of DHQ) / (Total no of MHQs connected with this DHQ)
ii. 70% of the arithmetic sum of the QGR of MHQ offices connected to the affected
MHQ
c. QGR Type 3 – When a Horizontal link at SHQ/DHQ/MHQ is down, then penalty will
be levied on the sum of the following: (i + ii)
i. (20% of the QGR of that PoP-SHQ/DHQ/MHQ) / (Total no of Horizontal links
connected with that PoP-SHQ/DHQ/MHQ)
iii. QGR of Horizontal Office (in case on Wi-Max Connectivity)
d. QGR Type 4 – When an Internet is down due to component failure, then penalty will
be levied on the 3% of the arithmetic sum of the QGR of all operational PoPs.
Example: Service provider quote unit QGR for SHQ, DHQ, MHQ as the following:
Calculation of QGR Type 1: If one SHQ-DHQ link is down and there are ‘N’ nu connected to the
affected DHQ and ‘M’ numbers of Horizont affected DHQ & MHQs.
Page 60 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
Page 61 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
Type-1
Page 62 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
Network availability:
a. Network availability for a month is defined as total time (in minutes) in a month less total
down time (in minutes) in the month including planned downtime.
b. The network is considered available when all the services in full capacity are available.
Bandwidth downtime will not be considered as part of network downtime.
c. Service provider will take at least 15 days prior approval from the Department for network
maintenance i.e. planned downtime.
Page 63 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
Maintenance of the above stated SLA is the sole responsibility of the FM and MS service provider.
Report generated by NMS is taken as basis for calculating the payments and penalties on quarterly
basis and not adhering to the SLA will lead to levy of penalties as per the SLA slabs.
Page 64 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
Example: to illustrate the manpower availability in case there are there are 3 shifts per day
which will have 2 people in shift 1, 1 in shift 2 and 1 in shift 3. Total shift per day will be = 4, i.e.,
(2 x 1 + 1 x 1 + 1 x 1).
Per quarter it would be = 360 shifts
In a quarter if two resources were not available in shift 1 for 7 days, then 2 x 7 = 14 shifts will
be considered for the unavailability of manpower.
Page 65 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
Page 66 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
The Network Operator shall follow up with the Bandwidth service provider for resolution of
issues and shall submit a monthly report on the Horizontal Connectivity issues.
Note: The Network Operator shall configure all the MCUs in the Network Management
System (NMS) available at the SWAN SHQ.
Page 67 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
Page 68 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
Page 70 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
Page 71 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
4. Breach of general or specific instructions for bidding, general and special conditions of
contract with TSTS or any of its user organizations may make a firm ineligible to participate
in bidding process.
2. For all other cases the bidder shall design a form to hold the required information.
2. Bidder is expected to examine all instructions, forms, terms, and specifications in the
bidding documents. Failure to furnish all information required by the bidding documents or to
submit a bid not substantially responsive to the bidding documents in every respect will be
at the bidder’s riskresultandin themayrejection of its bid.
2. The concerned person will respond to any request for clarification of bidding documents
which it receives no later than bid clarification date mentioned in the notice prior to deadline
for submission of bids prescribed in the tender notice. No clarification from any bidder shall
be entertained after the close of date and time for seeking clarification mentioned in tender
call notice. It is further clarified that TSTS shall not entertain any correspondence regarding
delay or non-receipt of clarification from TSTS.
2. All prospective bidders those who have received the bidding documents will be notified of
the amendment and such modification will be binding on all bidders.
Page 72 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
3. In order to allow prospective bidders reasonable time in which to take the amendment into
account in preparing their bids, the TSTS, at its discretion, may extend the deadline for the
submission of bids.
2. In exceptional circumstances, the TSTS may solicit the bidders’ consent to the period of validity. The
request and the responses thereto shall be made in writing. The bid
security shall also be suitably extended. A bidder granting the request will not be permitted
to modify its bid.
2. The TSTS may, at its discretion, extend this deadline for the submission of bids by
amending the tender call, in which case all rights and obligations of the TSTS and bidders
previously subject to the deadline will thereafter be subject to the deadline as extended.
2. No bid can be withdrawn in the interval between the deadline for submission of bids and the
expiration of the period of bid validity. Withdrawal of a bid during this interval will result in the
forfeiture of its bid security (EMD).
3. The bid security shall be in Indian rupees and shall be a bank guarantee or an irrevocable letter of
credit or cashier’s certified check, issued by a r having at least one branch office in Hyderabad.
The financial bid should provide cost calculations corresponding to each component of the
project.
2. Bid prices
a. The bidder shall indicate the unit prices (where applicable) and the total bid price of
the services it proposes to supply under the contract.
b. The bidder shall indicate Basic Prices and taxes, duties etc. (if required) in the form
prescribed.
Page 74 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
Page 75 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
a) The bidders names, bid modifications or withdrawals, discounts, and the presence or
absence of requisite bid security and such other details as the TSTS officer at his/her
discretion, may consider appropriate, will be announced at the opening. No bid shall be
rejected at bid opening, except for late bids, which shall be returned unopened.
b) Bids that are not opened and read out at bid opening shall not be considered further for
evaluation, irrespective of the circumstances. Withdrawn bids will be returned unopened
to the bidders.
2. Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the
unit price and the total price that is obtained by multiplying the unit price and quantity, the unit
price shall prevail and the total price shall be corrected. If the vendor does not accept the
correction of the errors, its bid will be rejected and its bid security may be forfeited. If there is a
discrepancy between words and figures, the amount in words will prevail.
3. TSTS may waive any minor informality, nonconformity or irregularity in a bid which does not
constitute a material deviation, provided such waiver does not prejudice or affect the relative
ranking of any bidder.
Page 76 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
4. Prior to the detailed evaluation, TSTS will determine the substantial responsiveness of each bid
to the bidding documents. For purposes of these clauses, a substantially responsive bid is one
which conforms to all the terms and conditions of the bidding documents without material
deviations.
5. If a bid is not substantially responsive, it will be rejected by the TSTS and may not
subsequently be made responsive by the bidder by correction of the nonconformity.
Bidders need to fulfill all the pre-qualification conditions mentioned in Section 2. TSTS will
examine the bids to determine whether they are complete, whether the bid format confirms to
the Tender requirements, whether any computational errors have been made, whether required
EMD has been furnished, whether the documents have been properly signed, and whether the
bids are generally in order.
A bid determined as not substantially responsive will be rejected by TSTS and may not
subsequently be made responsive by the Bidder by correction of the nonconformity.
TSTS may waive any informality or non-conformity or irregularity in a bid which does not
constitute a material deviation, provided such waiver does not prejudice or affect the relative
ranking of any Bidder.
All the bidders who secure a Technical Score of 70 (70%) or more will be declared as
technically qualified. The commercial bids of only the technically qualified bidders will be
opened for further processing. It is, however, clarified that, subject to other provisions of this
Document, every bidder will have to fulfill the minimum technical specifications laid down in the
RFP for being qualified technically.
In order to assist in the examination, evaluation and comparison of Bids, TSTS may at its
discretion ask the Bidder for a clarification regarding its Bid. The clarification shall be given in
writing immediately, but no change in the price shall be sought, offered or permitted. However,
while giving a clarification, a Bidder may offer a higher scope of work without any impact on
Financial Bid to be opened subsequently.
Page 77 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
TSTS may waive any informality or non-conformity or irregularity in a bid which does not
constitute a material deviation, provided such waiver does not prejudice or affect the relative
ranking of any Bidder.
Page 78 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
8.13 TSTS’right to accept any bid and to reject any or all bids.
Any deviations in the formats may make the bid liable for rejection.
TSTS reserves the right to modify / extend / cancel the tender at any point of time without
giving any prior notice / any reasoning.
c. “Unethical practice” means any activity on the part of bidder, process in any way. Unsolicited offering of
discounts, reduction in financial bid amount, upward revision of quality of goods etc after opening of first
bid will be treated as unethical practice.
d. TSTS will reject a proposal for award and also may debar the bidder for future tenders in
TSTS, if it determines that the bidder has engaged in corrupt, fraudulent or unethical practices
in competing for, or in executing a contract.
Page 79 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
9.1 Definitions
In this contract, the following terms shall be interpreted as indicated. Terms defined in general
instructions to bidders section shall have the same meaning.
a. “Contract” meansthe agreement entered into between the TSTS and the vendor, as
recorded in the contract form signed by the parties, including all attachments and
appendices thereto and all documents incorporated by reference therein;
b. “Contract meansprice”the price payable to the vendor under the contract for the full
and proper performance of its contractual obligations;
c. “Incidental services”meansthoseservices ancillary to the supply of the goods and
services, such as transportation and insurance, and any other incidental services, such
as installation, commissioning, provision of technical assistance, training and other
such obligations of the vendor covered under the contract;
d. “GCC”means the general conditions of contract contained in this section.
e. “SCC”means the special conditions of contract if any.
f. “TSTS”means the Telangana State Technology Services Ltd.
g. “Purchaser/meansUser”ultimate recipient of goods and services
h. “Vendor or Bidderthe individual“meansor firm supplying the goods and services under
this contract.
i. “Project wheresite”,applicable, means the place(s) where goods/services are to be
made available to user.
j. “Day”means calendar day.
k. “Up time”means the time period when specified services with specified technical and
service standards are available to user(s)
l. ”Down time”means the time period when specified services with specified technical
and service standards are not available to user(s).
9.2 Application
These general conditions shall apply to the extent that they are not superseded by provisions of
other parts of the contract.
information made available for the project, except for purposes of performing the Contract.
3. All project related document (including this bid document) issued by TSTS, other than the
contract itself, shall remain the property of the TSTS and shall be returned (in all copies) to the
TSTS on completion of the Vendor’s performance under the contr
4. The performance security will be discharged by the TSTS and returned to the Vendor not later
than thirty (30) days following the date of completion of all formalities under the contract and if
activities, post warranty, by the Vendor is envisaged, following receipt of a performance
guarantee for annual maintenance as per bid document.
5. In the event of any contract amendment, the vendor shall, within 15 days of receipt of such
amendment, furnish the amendment to the performance security, rendering the same valid for
the duration of the Contract.
TSTS shall enter into a contract agreement with the successful bidder identified through this
tender for a period of 3 (Three) years.
Page 83 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
Provider by TSTS/ ITE&C Dept including any copies or reproductions, both hard copy and
electronic.
9.11 Indemnity
1. The Service Provider shall execute and furnish to TSTS a Deed of Indemnity in favour of the TSTS
in a form and manner acceptable to TSTS, indemnifying TSTS from and against any costs, loss,
damages, expense, claims including those from third parties or liabilities of any kind howsoever
suffered, arising or incurred inter alia during and after the Contract period out of:
2. Any negligence or wrongful act or omission by the Service Provider Team or any sub-
contractor Agency/ third party in connection with or incidental to this Contract; or
3. A breach of any of the terms of the Service Provider Agency’s Bid as agreed, the T this Contract by the
Service Provider Agency, the Service Provider Agency’s Team or - any s Implementation Agency/ third
party.
4. The indemnity shall be to the extent of 100% in favour of the TSTS.
9.12 Transportation
Transport of the goods to the project site(s) shall be arranged by the vendor at his cost.
3. The vendor will accomplish preventive and breakdown maintenance activities to ensure that all
hardware, and firmware execute without defect or interruption for at least required up time.
4. In case up time is less than the stipulated up time, penalty as indicated in the bid document
shall be imposed on the vendor.
5. The amount of penalty if any will be recovered at source from the performance guarantee
during the warranty or from annual maintenance charges/ QGR payable as the case may be.
9.17 Payment
1. The vendor’s request(s) for payment shall be made to the T accompanied by an invoice describing, as
appropriate, the goods/service delivered/ performed.
2. Payments shall be made promptly by the TSTS/User Department, but in no case later than (30)
days after submission of a valid invoice or claim by the vendor.
3. The currency of payment will be Indian rupees.
4. Payment shall be made as indicated in Bid document.
5. Payment will be made through Cheque/online.
6. The payments shall be released by the Government on a Quarterly basis, at the end of each
Quarter duly deducting penalties if any, on compliance of the services provided by the
Operator/service provider against the SLAs entered into, certified by the TPA.
7. No payment shall accrue until the performance guarantee bond has been furnished. The
selected Operator/service provider engaged shall be responsible to implement, operate and
maintain the facilities, for the duration of the contract. During the period of the contract, the
Operator/service provider shall have full responsibility for the delivery of the services, including
all operational, maintenance, and management activities, etc.
8. The Operator/service provider shall be paid Quarterly Guaranteed Revenue after subtracting
penalties, if any, on quarterly basis in arrears at the end of each quarter for the SHQ, each
DHQ, each MHQ and each co-located & remote office which have been handed over by the
existing operator and taken over by the new service provider as specified.
Page 85 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
b. The payment period will start from the date of takeover the operations and maintenance of the
PoPs along with certificate of visit obtained from the nodal officer of the concerned PoP.
c. The selected Operator/service provider shall be paid Guaranteed Revenue on quarterly basis
at the end of each quarter for each PoP which has been certified for takeover, provided by the
Third Party Agency.
d. Quarterly guaranteed payment for each PoP shall include the operation and maintenance of
equipment as specified in the tender document along with providing the specified services for
the entire service period.
e. FM & MS Charges shall be inclusive of manpower, maintenance charges, travel charges for
manpower to various locations for call closure and any other charges required for providing FM
& MS services for the period specified in the TENDER.
f. Prices indicated for each PoP should include cost of operational services & maintenance
services for all equipment for the specified PoP during the contract period.
g. The Selected Operator/service provider shall make a payment request after the end of each
quarter with the following supporting documents:
TSTS will make eligible payment (Quarterly Guarantee Revenue – QGR) after deducting
penalties, if any, on Quarterly basis after certification by the Third Party Auditor (TPA) for this
project, as per terms and conditions mentioned in the Tender
9.19 Prices
Prices charged by the Vendor for goods delivered and services performed under the contract
shall not vary from the prices quoted by the Vendor in its bid, with the exception if any price
adjustments authorized in special conditions of contract or in the request for bid validity
extension, as the case may be.Any increase or decrease in the rates of the applicable taxes,
duties or any new levy on account of changes in law shall be paid as per actual.
Page 86 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
must be asserted within thirty (30) days from the date change order.
9.22 Assignment
The Vendor shall not assign, in whole or in part, its obligations to perform under this Contract,
except with the prior written consent from TSTS.
9.23 Subcontracts
The Vendor shall notify the TSTS in writing of all subcontracts awarded under this contract if not already
specified in the bidder’s proposal. Such notification relieve the Vendor from any liability or obligation
under the contract. Subcontract shall be only for bought-out items and sub-assemblies.
Page 87 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
2. In the event the TSTS terminated the contract in whole or in part, TSTS may procure, upon
such terms and in such manner as it deems appropriate, goods or services similar to those
undelivered, and the Vendor shall be liable to the TSTS for any excess costs for such similar
goods or services. However, the Vendor shall continue performance of the contract to the
extent not terminated.TSTS would make the eligible payment for the services rendered by the
service provider till the date of such termination after deducting the penalty if applicable.
Page 88 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
2. If, after thirty (30) days from the commencement of such informal negotiations, the TSTS and
the Vendor have been unable to resolve amicably a contract dispute, either party may require
that the dispute be referred for resolution to the formal mechanisms specified here in. These
mechanisms may include, but are not restricted to, conciliation mediated by a third party.
3. The dispute resolution mechanism shall be as follows:
4. In case of a dispute or difference arising between the TSTS and the Vendor relating to any
matter arising out of or connected with this agreement, such disputes or difference shall be
settled in accordance with the Arbitration and Conciliation Act, of India, 1996.
9.33 Notices
1. Any notice given by one party to the other pursuant to this contract shall be sent to the other party in
writing or by telex, email, cable or facsimile and c address.
2. A notice shall be effective when delivered or tendered to other party whichever is earlier.
2. The Parties shall ensure that their respective associated entities carry out their
respective obligations set out in this Exit Management Schedule.
b. Transfer of Assets
The Successful Bidder shall be entitled to use the Assets for the duration of the exit
management period, which shall be the four month period from the date of expiry of
contract, or termination of the SLA.
c. Cooperation and Provision of Information
During the exit management period the Successful Bidder shall allow TSTS/ ITE&C
Dept. access to information reasonably required to define the current mode of operation
associated with the provision of the services to enable TSTS/ ITE&C Dept. to assess
the existing services being delivered.
d. Confidential Information, Security and Data
The Successful Bidder shall promptly on the commencement of the exit management period,
supply to the TSTS/ ITE&C Dept the following:
1. Information relating to the current services rendered and performance data relating to
the performance of the services;
2. Documentation relating to Telangana State Wide Area Netw
Property Rights; any other data and confidential information related to TSWAN;
3. All current and updated Project data as is reasonably required for purposes of the
TSWAN Project or for transitioning of the services to its Replacement Successful Bidder
in a readily available format.
4. All other information (including but not limited to documents, records and agreements)
relating to the services reasonably necessary to enable the TSTS/ ITE&C Dept., or its
Replacement Successful Bidder to carry out due diligence in order to transition the
provision of the Services to Client or its nominated agencies, or its Replacement
Successful Bidder (as the case may be).
e. Employees
1. Promptly on reasonable request at any time during the exit management period, the
Successful Bidder shall, subject to applicable laws, restraints and regulations (including in
particular those relating to privacy) provide to TSTS/ ITE&C Dept. a list of all employees
(with job titles and communication address) of the Successful Bidder, dedicated to providing
the services at the commencement of the exit management period;
2. To the extent that any Transfer Regulation does not apply to any employee of the
SERVICE PROVIDER, TSTS or Replacement Successful Bidder may make an offer of
employment or contract for services to such employee of the Successful Bidder and the
Successful Bidder shall not enforce or impose any contractual provision that would
prevent any such employee from being hired by TSTS or any Replacement SERVICE
PROVIDER.
Page 90 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
9. 38 Confidentiality
The Service Provider shall not use any Information (Including but not limited to Data, CCTV
records, Biometric Records etc), the name or the logo of TSTS except for the purposes of
providing the Service as specified under this contract;
The Service Provider may only disclose Information in the following circumstances:
1. With the prior written consent of TSTS.
2. To a member of the Implementation Agency’s Team (“Authorized Person”)
3. The Authorized Person needs the Information for the performance of obligations under
this contract;
4. The Authorized Person is aware it and is obliged to use it only for the performance of
obligations under this contract
The Service Provider shall do everything reasonably possible to preserve the confidentiality of the
Information including execution of a confidentiality agreement with the members of the sub-
contractor Agency and other service provider’stothesatisfactionteamofthe TSTSmembers.
The Service Provider shall sign a Non-Disclosure Agreement (NDA) with TSTS. The Service
Provider, its antecedents and the sub-Implementation Agency shall be bound by the NDA. The
SERVICE PROVIDER will be held responsible for any breach of the NDA by its antecedents,
delegates or sub-Implementation Agency.
The Service Provider shall notify TSTS promptly if it is aware of any disclosure of the
Information otherwise than as permitted by this Contract or with the authority of TSTS.
The Service Provider shall be liable to fully recompense TSTS for any loss of revenue arising
from breach of confidentiality. TSTS reserves the right to adopt legal proceedings, civil or
criminal, against the SERVICE PROVIDER in relation to a dispute arising out of breach of
obligation by the Service Provider under this clause.
The Service Provider shall not take away or remove in whatever manner any information on
any media like but not limited to Floppy, Digital Drives, CDs. DVDs, email etc. from SWAN
without the specific written permission of TSTS. Service Provider, if required, shall take specific
permission for each such event.
The Service Provider shall not use any information which might have come to its knowledge in
whatever manner during the discharge of its obligation under the contract for any purpose
except strictly for discharging his obligation under the contract and no more.
Page 92 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
in parallel for 30 days. First at the SHQ level, a smooth handover / takeover has to take place
between the existing network operator and the new service provider. All the passwords and
configuration details will be shared/ handed over to the new service provider by the existing
network operator. Then the District level TSWAN PoPs and Mandal level PoPs and remote
offices shall be taken over by the new service provider. For detailed process of Handover /
Takeover, a detailed handover/take over process is mentioned below.
1. Handover / Takeover Process:
The following step by step process would depict the processes that shall be involved in this
entire handover/takeover exercise.
a. A Transition Committee is constituted to oversee the process of Handover/Takeover is
formed
b. The successful bidder and the handing over party shall put their teams in place for
handover/takeover
c. The Transition Committee in consultation with the Successful bidder and the handing
over party prepares the handover/takeover plan. Plan would contain location-wise
timelines
d. The handover/takeover at each of the locations takes place in the presence of a
representative from the Transition Committee
e. The minutes of the handover/takeover is submitted to the Transition Committee. The
Transition Committee inspects each of these minutes. The Committee shall also decide
to perform a site inspection on a sampling basis.
f. Upon completion of handover/takeover at all locations, a presentation would be
delivered by the handing over agency and the successful bidder. Sign off of the handing
over agency would be certified by the Transition Committee.
Handover/takeover should happen only between persons duly nominated by TSTS, ITE&C
dept, present SWAN operator, TPA and FM & MS service provider selected.
The bidder would have to nominate specific members from their team for the
handover/takeover activity for each of the locations. The bidder should clearly specify as to
which team member would be involved in which aspect of the takeover
(procedure/documentation/hardware/software etc.). There should be at least two team
members (primary and secondary nominees) nominated for each of the takeover
procedures. The team nomination should be presented in the following format.
Page 93 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
b. Documentation
The documents that require to be taken over would include user manuals, hardware
configuration sheets, reports and templates etc. The following is the list of various
documents that would have to be taken over
Configuration sheets
3.
Performance Reports
5.
Software licenses
8.
Software media
9.
3. Transition Committee:
Entire handover/takeover procedure would be overseen by the representative from the
Transition Committee that shall be formed for this purpose. The committee would comprise of
the following members
The minute prepared would have to be submitted to the Transition Committee within one working
day after the conclusion of each of the handover/takeover sessions. The minutes would be inspected
for consistency by the Transition Committee and shall be issued later and recorded.
Page 95 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
TSTS/Government will bear the cost of procuring the required number of batteries through Rate
contract basis. As and when the request is received from service provider for replacement of
the batteries, TSTS will place the RC order to a vendor to supply the batteries, and the FM &
MS provider shall coordinate with vendor for supply and installation of batteries and provide
installation certificate in consultation with the nodal officer of the concerned PoP.
The FM & MS service provider must inform TSTS/ITE&C dept. at least one month in advance
for replacement of such identified batteries.
Power backup facility i.e Diesel Generator sets installed at SHQ and DHQ will be continued
during the FM & MS period. Existing UPS / additional power backup provided by exiting service
provider will be continued through replacement of batteries wherever required at the time of
handover. The Power Backup for the UPS which was enhanced to 8 hours by previous service
provider will be considered. The SLA clause will not be applicable if power is not available
continuously for more than 8 hours. The condition of power being not available continuously for
more than 8 hours shall be certified by MHQ nodal officer.
The FM & MS service provider to submit proof document certified by the banker - RTGS
confirmation for all manpower deployed under this project on monthly basis, certified by TPA.
The manpower deployed by service provider under the project shall not be changed during the
contract period. In case of any change required beyond the control of service provider, one
month prior approval from TSTS/ITE&C Department is required.
The FM & MS service provider has to ensure that the knowledge transfer is complete and
submit knowledge transfer certificate within 1 month from the date of resource replacement for
releasing payment for the replaced resource. Service provider has to ensure that the manpower
attendance is certified by the nodal officer of the concerned PoP in a proforma as follows.
Page 96 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
Equipment Qty
S.No Make Model Serial Number
description
1 210231A761A0890003
1. Core Router 3COM SR6608
24
1 210235A0G0X111002
2. Core Switch 3COM SR7510E
5
3. Redundant Switch 1 HP A10508 CN3AF3300W
1 21023A1A646B098000
4. Internet Router 3COM MSR 50-40
8
5. AAA Appliance 1 Juniper SBR 460116800REV
6. Desktop at SHQ 6 Dell Optiplex 360
1 Emerso
UPS(20 KVA) 1 420D 091220AS0718
n
7.
1 Emerso
UPS(20 KVA) 2 420D 091220AS0685
n
1 78224866
Generator Set
Greava Panel -
8. (30KVA) with DG 4 YDA Mk 3
s GCU3 TRIPORT (CB-
Panel
02510)
1. CPUMSA990 - CA Unified Infrastructure Mgmt
Server and Application Pack - On Prem Partner
2. CPUMSR990- CA Unified Infrastructure Mgmt
Service Response Time Adv Pack - On Prem Partner
Annual Tech 3. CPUMNA990- CA Unified Infrastructure Mgmt
9. Support for CA Network Advanced Pack - On Prem Partner
NMS – 4. CPUMSP990- CA Unified Infrastructure Mgmt
Server Pack - On Prem Partner
5. SMSDMP990- CA Service Management Service
Desk Manager Package
6. SPDVCP990- CA Spectrum Device Based Suite
8 Hitachi 1.5 Ton – 5 Nos
10. Air Conditioner Lloyd 1.5 Ton – 1 No
Voltas 1.5 Ton – 2 Nos
Page 97 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
10.2 Hardware & Network Equipment available at DHQs (Full PoP setup)
Page 98 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
Stand by
S
District Switch Switching Switch
.N Switch Model
Name Make serial number serial
o
number
210231A73SB098000180/ CN41D5B0
H3C
7 Nalgonda S7502E 210231A936H09C000180 0L
CN3BD530
H3C 210235A29AX098000095
8 Nizamabad S7502E 14
CN41D5B0
H3C
9 Rangareddy S7502E 210231A73SB098000154 0S
CN3BD5BO
H3C 210231A73SA094000056
10 Warangal S7502E 1D
10.3 Hardware & Network Equipment available at New DHQs (Partial PoP
setup)
The newly formed DHQs have only switches installed at each of the PoPs
Table 10.3.1 DHQ BOM with Make & Model and serial Numbers
S. No DHQ Name Make Model Switch Serial No
Page 99 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
10.4 Hardware & Network Equipment available at MHQs (Full PoP setup)
Table 10.4.1 MHQ Equipment Make & Model
S. No Description Make Model Qty
1 MHQ Router HP MSR 30-20 434
2 MHQ Switch H3C 4500 434
3 2 Kva UPS Emerson UGXT MT 2000 434
4 Desktop for MHQ Dell OptiPlex 360 434
5 15U Racks HCL 434
6 LAN cabling Molex LS
Table 10.4.2 MHQ Routers list with Make & Model and serial numbers
S. Route Router Router
District Name Mandal Name
No r Make Model serial number
1 Adilabad Mancherial HP MSR 30-20 210235A19LB101000022
2 Adilabad Luxettipet HP MSR 30-20 210235A19LB101000338
3 Adilabad Dandepalli HP MSR 30-20 CN27D09251
4 Adilabad Jannaram HP MSR 30-20 CN19D090Q6
5 Adilabad Mandamarri HP MSR 30-20 210235A19LB102000207
6 Adilabad Kasipet HP MSR 30-20 210235A19LB101000222
7 Adilabad Bellampalli HP MSR 30-20 210235A19LB09B000210
8 Adilabad Nennel HP MSR 30-20 210235A19LB09B000210
9 Adilabad Jaipur HP MSR 30-20 210235A19LB09B000092
10 Adilabad Chennur HP MSR 30-20 210235A19LB09B000211
11 Adilabad Kotapally HP MSR 30-20 210235A19LB101000279
12 Adilabad Bhainsa HP MSR 30-20 CN3BD090FP
13 Adilabad Dilawarpur HP MSR 30-20 210235A19LB102000282
14 Adilabad Kaddampeddur HP MSR 30-20 210235A328B112000481
15 Adilabad Khanapur HP MSR 30-20 210235A19LB102000036
16 Adilabad Kubeer HP MSR 30-20 CN30D0914W
17 Adilabad Kuntala HP MSR 30-20 210235A19LB102000392
18 Adilabad Laxmanchanda HP MSR 30-20 210235A19LB102000262
19 Adilabad Lohesra HP MSR 30-20 210235A19LB101000060
20 Adilabad Mamda HP MSR 30-20 210235A19LB102000337
21 Adilabad Mudhole HP MSR 30-20 210235A19LB101000367
22 Adilabad Nirmal HP MSR 30-20 210235A19LB102000250
23 Adilabad Sarangapur HP MSR 30-20 210235A19LB101000254
24 Adilabad Tanoor HP MSR 30-20 210235A19LB102000013
25 Adilabad Indravelly HP MSR 30-20 CN3BD090N9
26 Adilabad Jainoor HP MSR 30-20 210235A19LB102000435
27 Adilabad Kerameri HP MSR 30-20 210235A19LB102000439
Page 100 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
Table 10.4.3 MHQ Switches list with Make & Model and serial numbers
Switch Switch
S.No District Name Mandal Name Switch Serial No.
Make Model
1 Adilabad Mancherial H3C 4500-26 Port YECFC3PDBB700
2 Adilabad Luxettipet H3C 4500-26 Port YECFB3P18AAC0
3 Adilabad Dandepalli H3C 4500-26 Port YECFC4R178CC0
4 Adilabad Jannaram H3C 4500-26 Port YECFC4R178AC0
5 Adilabad Mandamarri H3C 4500-26 Port YECFC4R179B00
6 Adilabad Kasipet H3C 4500-26 Port YECFC3PDB7240
7 Adilabad Bellampalli H3C 4500-26 Port YECFC3PDBD780
8 Adilabad Nennel H3C 4500-26 Port YECFC4R170300
9 Adilabad Jaipur H3C 4500-26 Port YECFC4R195A80
10 Adilabad Chennur H3C 4500-26 Port YECFC4R199380
11 Adilabad Kotapally H3C 4500-26 Port YECFC4R194100
12 Adilabad Bhainsa H3C 4500-26 Port YECFC4R173400
13 Adilabad Dilawarpur H3C 4500-26 Port YECFC4R1732C0
14 Adilabad Kaddampeddur H3C 4500-26 Port YECFC4R173D40
15 Adilabad Khanapur H3C 4500-26 Port YECFC4R177880
16 Adilabad Kubeer H3C 4500-26 Port YECFC4R196D80
17 Adilabad Kuntala H3C 4500-26 Port YECFC4R194A00
18 Adilabad Laxmanchanda H3C 4500-26 Port YECFC4R178EC0
19 Adilabad Lohesra H3C 4500-26 Port YECFC4R198900
20 Adilabad Mamda H3C 4500-26 Port YECFC4R176400
21 Adilabad Mudhole H3C 4500-26 Port YECFC4R1979C0
22 Adilabad Nirmal H3C 4500-26 Port YECFC4R176000
23 Adilabad Sarangapur H3C 4500-26 Port YECFC4R176340
24 Adilabad Tanoor H3C 4500-26 Port YECFC4R19A8C0
25 Adilabad Indravelly H3C 4500-26 Port YECFC4R171600
Switch Switch
S.No District Name Mandal Name Switch Serial No.
Make Model
26 Adilabad Jainoor H3C 4500-26 Port YECFC4R198300
27 Adilabad Kerameri H3C 4500-26 Port YECFC4R173F80
28 Adilabad Narnoor H3C 4500-26 Port YECFC4R197900
29 Adilabad Sirpur(U) H3C 4500-26 Port YECFC4R1991C0
30 Adilabad Tiryani H3C 4500-26 Port YECFC4R170180
31 Adilabad Utnoor H3C 4500-26 Port YECFC4R19BF00
32 Adilabad Bazarhathnoor H3C 4500-26 Port YECFC4R197780
33 Adilabad Bela H3C 4500-26 Port YECFC4R198340
34 Adilabad Boath H3C 4500-26 Port YECFC4R170A00
35 Adilabad Gudihathnoor H3C 4500-26 Port YECFC4R175700
36 Adilabad Ichoda H3C 4500-26 Port YECFC4R197A00
37 Adilabad Jainath H3C 4500-26 Port YECFC4R174BC0
38 Adilabad Neradigonda H3C 4500-26 Port YECFC4R176E00
39 Adilabad Asifabad H3C 4500-26 Port YECFC4R173E80
40 Adilabad Bejjur H3C 4500-26 Port YECFDSS952D80
41 Adilabad Bheemini H3C 4500-26 Port YECFC4R1762C0
42 Adilabad Dahegoan H3C 4500-26 Port YECFC4R177000
43 Adilabad Kagaznagar H3C 4500-26 Port YECFC4R19BA00
44 Adilabad Koutala H3C 4500-26 Port YECFC4R16FF00
45 Adilabad Rebbena H3C 4500-26 Port YECFASNB18900
46 Adilabad Sirpur(T) H3C 4500-26 Port YECFC4R195940
47 Adilabad Wankidi H3C 4500-26 Port YECFC4R19ACC0
48 Adilabad Tamsi H3C 4500-26 Port YECFC4R170000
49 Adilabad Talamadugu H3C 4500-26 Port YECFCJR8EF340
50 Adilabad Tandur H3C 4500-26 Port YECFC4R19B900
51 Adilabad Vemanpalli H3C 4500-26 Port YECFC4R178D40
52 Khammam Aswapuram H3C 4500-26 Port YECFC8R364DC0
53 Khammam Ashwaraopeta H3C 4500-26 Port YECFC8R363800
54 Khammam Bayyaram H3C 4500-26 Port YECFC9R485800
55 Khammam Bhadrachalam H3C 4500-26 Port YECFDSS953300
56 Khammam Bonakal H3C 4500-26 Port YECFC8R364D00
57 Khammam Burgampad H3C 4500-26 Port YECFC9R480C80
58 Khammam Chandrugonda H3C 4500-26 Port YECFC8R3639C0
59 Khammam Chinthakani H3C 4500-26 Port YECFC9R483180
60 Khammam Dammapeta H3C 4500-26 Port YECFC8R363A40
61 Khammam Dummugudem H3C 4500-26 Port YECFC9R4867C0
62 Khammam Enkuru H3C 4500-26 Port YECFDSS950C40
63 Khammam Garla H3C 4500-26 Port YECFC8R365100
64 Khammam Gundala H3C 4500-26 Port YECFC4R174540
65 Khammam Julurpad H3C 4500-26 Port YECFC8R363940
Page 112 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
Switch Switch
S.No District Name Mandal Name Switch Serial No.
Make Model
66 Khammam Kalluru H3C 4500-26 Port YECFC4R177D80
67 Khammam Kamepally H3C 4500-26 Port YECFC7R2F89C0
68 Khammam Konijerla H3C 4500-26 Port YECFC8R364800
69 Khammam Kusumanchi H3C 4500-26 Port YECFC8R364BC0
70 Khammam Madhira H3C 4500-26 Port YECFC8R365480
71 Khammam Manuguru H3C 4500-26 Port YECFC9R485540
72 Khammam Mudigonda H3C 4500-26 Port YECFC9R481540
73 Khammam Mulakalapalle H3C 4500-26 Port YECFC8R364C80
74 Khammam Nelakondapalle H3C 4500-26 Port YECFC9R47D6C0
75 Khammam Palvoncha H3C 4500-26 Port YECFC4R179C00
76 Khammam Penuballi H3C 4500-26 Port YECFC9R47F480
77 Khammam Pinapaka H3C 4500-26 Port YECFC9R47D600
78 Khammam Sathupalli H3C 4500-26 Port YECFC8R356B40
79 Khammam Singareni H3C 4500-26 Port YECFC8R365280
80 Khammam Tekulapalle H3C 4500-26 Port YECFC9R481080
81 Khammam Thallada H3C 4500-26 Port YECFBQP8B1380
82 Khammam Thirumalayapalem H3C 4500-26 Port YECFC8R364E80
83 Khammam Vemsoor H3C 4500-26 Port YECFC9R486740
84 Khammam Venkatapuram H3C 4500-26 Port YECFC9R484300
85 Khammam Wazeed H3C 4500-26 Port YECFC9R488780
86 Khammam Wyra H3C 4500-26 Port YECFC8R358F80
87 Khammam Yellandu H3C 4500-26 Port YECFC8R363F80
88 Khammam Yerrupalem H3C 4500-26 Port YECFC8R363F00
89 Khammam Charla H3C 4500-26 Port YECFC8R363480
90 Khammam Kothagudem H3C 4500-26 Port YECFC9R481840
91 Mahabubnagar Achampeta H3C 4500-26 Port YECFBQP8AEE40
92 Mahabubnagar Addakal H3C 4500-26 Port YECFBSP8E2A00
93 Mahabubnagar Aiza H3C 4500-26 Port YECFBQP8B3240
94 Mahabubnagar Alampur H3C 4500-26 Port YECFBSP8E1300
95 Mahabubnagar Amangal H3C 4500-26 Port YECFBSP8DDE80
96 Mahabubnagar Amrabad H3C 4500-26 Port YECFBSP8DEC80
97 Mahabubnagar Atmakur H3C 4500-26 Port YECFBSP8E38C0
98 Mahabubnagar Balanagar H3C 4500-26 Port YECFBOP8ACBC0
99 Mahabubnagar Balmoor H3C 4500-26 Port YECFBQP8B0140
100 Mahabubnagar Bhoothpur H3C 4500-26 Port YECFBQP8B1B40
101 Mahabubnagar Bijinapalle H3C 4500-26 Port YECFBSP8DDB00
102 Mahabubnagar Bomraspeta H3C 4500-26 Port YECFBQP8B5CC0
103 Mahabubnagar China Chintha Kunta H3C 4500-26 Port YECFBQP8B3040
104 Mahabubnagar Damaragidda H3C 4500-26 Port YECFBSP8DCF40
105 Mahabubnagar Devarkadara H3C 4500-26 Port YECFBSP8DD340
Page 113 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
Switch Switch
S.No District Name Mandal Name Switch Serial No.
Make Model
106 Mahabubnagar Dhanwada H3C 4500-26 Port YECFBQP8B2C00
107 Mahabubnagar Dharur H3C 4500-26 Port YECFBQP8B26C0
108 Mahabubnagar Doulatabad H3C 4500-26 Port YECFCKR927A00
109 Mahabubnagar Farooqnagar H3C 4500-26 Port YECFBSP8E35C0
110 Mahabubnagar Gadwal H3C 4500-26 Port YECFBQP8AFF00
111 Mahabubnagar Ghanpur H3C 4500-26 Port YECFBSP8D8AC0
112 Mahabubnagar Ghattu H3C 4500-26 Port YECFBQP8B14C0
113 Mahabubnagar Gopalpeta H3C 4500-26 Port YECFBQP8B25C0
114 Mahabubnagar Hanwada H3C 4500-26 Port YECFBOP8SF240
115 Mahabubnagar Itikyal H3C 4500-26 Port YECFBQP8B1F80
116 Mahabubnagar Jadcherla H3C 4500-26 Port YECFDQS8EF200
117 Mahabubnagar Kalwakurthy H3C 4500-26 Port YECFBQP8B0300
118 Mahabubnagar Keshampeta H3C 4500-26 Port YECFBSP8D8D40
119 Mahabubnagar Kodair H3C 4500-26 Port YECFBSP8D9000
120 Mahabubnagar Kodangal H3C 4500-26 Port YECFBSP8DBC40
121 Mahabubnagar Koilkonda H3C 4500-26 Port YECFBSP8DFF80
122 Mahabubnagar Kollapur H3C 4500-26 Port YECFBSP8DD380
123 Mahabubnagar Kondurg H3C 4500-26 Port YECFBSP8E0300
124 Mahabubnagar Kosgi H3C 4500-26 Port YECFBSP8DAE00
125 Mahabubnagar Kothakota H3C 4500-26 Port YECFBSP8D8100
126 Mahabubnagar Kothur H3C 4500-26 Port YECFBSP8DFEC0
127 Mahabubnagar Lingal H3C 4500-26 Port YECFA3MF11CC0
128 Mahabubnagar Maddur H3C 4500-26 Port YECFBSP8DEB00
129 Mahabubnagar Madgul H3C 4500-26 Port YECFBSP8D8F40
130 Mahabubnagar Maganoor H3C 4500-26 Port YECFBQP8AE340
131 Mahabubnagar Makthal H3C 4500-26 Port YECFBSP8D8F00
132 Mahabubnagar Maldakal H3C 4500-26 Port YECFBQP8B2200
133 Mahabubnagar Manopadu H3C 4500-26 Port YECFBSP8DD3C0
134 Mahabubnagar Midjil H3C 4500-26 Port YECFBQP8AFEC0
135 Mahabubnagar Nagar Kurnool H3C 4500-26 Port YESFBSP8DAC00
136 Mahabubnagar Narayanpet H3C 4500-26 Port YECFBQP8B2480
137 Mahabubnagar Narva H3C 4500-26 Port YECFBSP8D9580
138 Mahabubnagar Nawabpet H3C 4500-26 Port YECFBSP8DA480
139 Mahabubnagar Pangal H3C 4500-26 Port YECFBSP8DE700
140 Mahabubnagar Pebbair H3C 4500-26 Port YECFBSP8E3680
141 Mahabubnagar Peddakothapalle H3C 4500-26 Port YECF9TMC93100
142 Mahabubnagar Peddamandadi H3C 4500-26 Port YECFBSP8DF700
143 Mahabubnagar Tadoor H3C 4500-26 Port YECFBSP8DD6C0
144 Mahabubnagar Talakondapalle H3C 4500-26 Port YECFBQP8B9780
145 Mahabubnagar Telkapalle H3C 4500-26 Port YECFBQP8B0140
Page 114 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
Switch Switch
S.No District Name Mandal Name Switch Serial No.
Make Model
146 Mahabubnagar Thimmajipeta H3C 4500-26 Port YECFBSP8E3200
147 Mahabubnagar Uppununthala H3C 4500-26 Port YECFBSP8DD2C0
148 Mahabubnagar Utkoor H3C 4500-26 Port YECFBQP8APF40
149 Mahabubnagar Vangoor H3C 4500-26 Port YECFBQP8D1400
150 Mahabubnagar Veepangandla H3C 4500-26 Port YECFBSP8DE940
151 Mahabubnagar Veldanda H3C 4500-26 Port YECFBSP8E2A40
152 Mahabubnagar Waddepalle H3C 4500-26 Port YECFBSP8E3900
153 Mahabubnagar Wanaparthy H3C 4500-26 Port YECFBSP8DBC00
154 Medak Alladurg H3C 4500-26 Port YECFBSP8E4840
155 Medak Andole H3C 4500-26 Port YECFBSP8E1900
156 Medak Chegunta H3C 4500-26 Port YECFC4R170F40
157 Medak Chinna Kodur H3C 4500-26 Port YECFBSP8E3A80
158 Medak Doultabad H3C 4500-26 Port YECFC4R179880
159 Medak Dubbak H3C 4500-26 Port YECFC4R1740C0
160 Medak Gajwel H3C 4500-26 Port YECFC4R1985C0
161 Medak Hathnoora H3C 4500-26 Port YECFC4R198680
162 Medak Jagdevpur H3C 4500-26 Port YECFC4R174C00
163 Medak Jharasangam H3C 4500-26 Port YECFBQPB27C0
164 Medak Jinnaram H3C 4500-26 Port YECFC4R16FD00
165 Medak Kalher H3C 4500-26 Port YECFBQP8AEC80
166 Medak Kangti H3C 4500-26 Port YECFBQP8AED40
167 Medak Kohir H3C 4500-26 Port YECFBQP8AADC0
168 Medak Kondapak H3C 4500-26 Port YECFC4R176A00
169 Medak Kondapur H3C 4500-26 Port YECFBSP8E1240
170 Medak Kowdipalle H3C 4500-26 Port YECFC4R175A00
171 Medak Kulcharam H3C 4500-26 Port YECFB2882B20
172 Medak Manoor H3C 4500-26 Port YECFBQP83C40
173 Medak Medak H3C 4500-26 Port YECFBSP8E2780
174 Medak Mirdoddi H3C 4500-26 Port YECFBSP8E3F80
175 Medak Mulug H3C 4500-26 Port YECFC4R16F840
176 Medak Munpalle H3C 4500-26 Port YECFBSP8E1800
177 Medak Nanganur H3C 4500-26 Port YECFBQP8B2600
178 Medak Narayankhed H3C 4500-26 Port YECFBQP8B2D00
179 Medak Narsapur H3C 4500-26 Port YECFC4R177040
180 Medak Nyalkal H3C 4500-26 Port YECFBSP8E0840
181 Medak Papannapet H3C 4500-26 Port YECFBSP8DE180
182 Medak Patancheru H3C 4500-26 Port YECFBPP78BB80
183 Medak Pulkal H3C 4500-26 Port YECFBSP8E4980
184 Medak Raikode H3C 4500-26 Port YECFC8R3651C0
185 Medak Ramachandrapuram H3C 4500-26 Port YECFBSP8E2380
Page 115 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
Switch Switch
S.No District Name Mandal Name Switch Serial No.
Make Model
186 Medak Ramayampet H3C 4500-26 Port YECFC4R178FC0
187 Medak Regode H3C 4500-26 Port YECFBSP8D9380
188 Medak Sadasivpet H3C 4500-26 Port YECFBSP8BD00
189 Medak Shankarampet (A) H3C 4500-26 Port YECFBSP8D8B80
190 Medak Shankarampet (R) H3C 4500-26 Port YECFC4R178FC0
191 Medak Shivampet H3C 4500-26 Port YECFBSP8E1B80
192 Medak Siddipet H3C 4500-26 Port YECFBSP8DF300
193 Medak Tekmal H3C 4500-26 Port YECFC4R1798C0
194 Medak Tobutta H3C 4500-26 Port YECFC4R1965C0
195 Medak Tupran H3C 4500-26 Port YECFC4RJ75D00
196 Medak Wargal H3C 4500-26 Port YECFC4R174B80
197 Medak Yeldurthy H3C 4500-26 Port YECF7BHDEF240
198 Medak Zahirabad H3C 4500-26 Port YECFBSP8E4E80
199 Nalgonda Alair H3C 4500-26 Port YECFC4R176A80
200 Nalgonda Anumula H3C 4500-26 Port YECFC4R174DOO
201 Nalgonda Atmakur (S) H3C 4500-26 Port YECFC4R1778C0
202 Nalgonda Atmakur (M) H3C 4500-26 Port YECFC4R1780C0
203 Nalgonda Bhuvanagiri H3C 4500-26 Port YECFC4R19C3C0
204 Nalgonda Bibinagar H3C 4500-26 Port YECF4R1715C0
205 Nalgonda Bommalaramaram H3C 4500-26 Port YECFC4R198B80
206 Nalgonda Chandam Pet H3C 4500-26 Port YECFC4R175DC0
207 Nalgonda Chandur H3C 4500-26 Port YECFC4R1793C0
208 Nalgonda Chilkur H3C 4500-26 Port YECFC4R19b980
209 Nalgonda Chintha Palle H3C 4500-26 Port YECFC4R19aa40
210 Nalgonda Chityala H3C 4500-26 Port YECFBSP8D8080
211 Nalgonda Chivvemla H3C 4500-26 Port YECFC4R177CC0
212 Nalgonda Choutuppal H3C 4500-26 Port YECFC4R1974C0
213 Nalgonda Dameracherla H3C 4500-26 Port YECFC4R1976C0
214 Nalgonda Devarakonda H3C 4500-26 Port YECFC4R195C00
215 Nalgonda Garide Palle H3C 4500-26 Port YECFC4R19B6C0
216 Nalgonda Gundala H3C 4500-26 Port YECF8CK6F8280
217 Nalgonda Gundla Palle H3C 4500-26 Port YECFC4R198080
218 Nalgonda Gurrampode H3C 4500-26 Port YECFC4R19B440
219 Nalgonda Huzurnagar H3C 4500-26 Port YECFC4R19b180
220 Nalgonda Jaji Reddi Gudem H3C 4500-26 Port YECFC4R173640
221 Nalgonda Kangal H3C 4500-26 Port YECFC4R194A40
222 Nalgonda Kattangoor H3C 4500-26 Port YECFC4R170980
223 Nalgonda Kethepalle H3C 4500-26 Port YECFC4R197600
224 Nalgonda Kodad H3C 4500-26 Port YECFC4R175A8C0
225 Nalgonda M Turkapalle H3C 4500-26 Port YECFC4R176800
Page 116 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
Switch Switch
S.No District Name Mandal Name Switch Serial No.
Make Model
226 Nalgonda Marri Guda H3C 4500-26 Port YECFC4R174C40
227 Nalgonda Mattampalle H3C 4500-26 Port YECFC3PDBDF40
228 Nalgonda Mellachervu H3C 4500-26 Port YECFC4R1731C0
229 Nalgonda Miryalaguda H3C 4500-26 Port YECFC8R365680
230 Nalgonda Mothey H3C 4500-26 Port YECFC4R198200
231 Nalgonda Mothkur H3C 4500-26 Port YECFC4R173480
232 Nalgonda Munagala H3C 4500-26 Port YECFC4R195DC0
233 Nalgonda Munugode H3C 4500-26 Port YECFC4R172B00
234 Nalgonda Nadigudem H3C 4500-26 Port YECFC4R175B40
235 Nalgonda Nakrekal H3C 4500-26 Port YECFC4R176480
236 Nalgonda Nampalle H3C 4500-26 Port YECFC4R195240
237 Nalgonda Narayanapur H3C 4500-26 Port YECFC4R199140
238 Nalgonda Narketpalle H3C 4500-26 Port YECFBQP8AE380
239 Nalgonda Nered Cherla H3C 4500-26 Port YECFC4R195100
240 Nalgonda Nidamanur H3C 4500-26 Port YECFC4R195A40
241 Nalgonda Nuthankal H3C 4500-26 Port YECFC4R16F580
242 Nalgonda Pedda Adiserlapalle H3C 4500-26 Port YECFC4R174680
243 Nalgonda Peddavura H3C 4500-26 Port YECFC4R17A100
244 Nalgonda Penpahad H3C 4500-26 Port YECFC4R177540
245 Nalgonda Pochampalle H3C 4500-26 Port YECFC3PDB5DC0
246 Nalgonda Rajapet H3C 4500-26 Port YECFC4R176A40
247 Nalgonda Ramannapeta H3C 4500-26 Port YECFC4R176FC0
248 Nalgonda Saligouraram H3C 4500-26 Port YECFC4R19AB40
249 Nalgonda Suryapet H3C 4500-26 Port YECFC4R1714C0
250 Nalgonda Thipparthi H3C 4500-26 Port YECFC4R1773CO
251 Nalgonda Thirumalagiri H3C 4500-26 Port YECFC3PDBE200
252 Nalgonda Thripuraram H3C 4500-26 Port YECFC4R179BC0
253 Nalgonda Thunga Thurthi H3C 4500-26 Port YECFC4R1776C0
254 Nalgonda Valigonda H3C 4500-26 Port YECFC4R196000
255 Nalgonda Vemulapalle H3C 4500-26 Port YECFC4R178B80
256 Nalgonda Yadagirigutta H3C 4500-26 Port YECFC3PDBCFC0
257 Nizamabad Armoor H3C 4500-26 Port YECFC4R16FE00
258 Nizamabad Balkonda H3C 4500-26 Port YECFC4RI92C00
259 Nizamabad Bheemgal H3C 4500-26 Port YECFC4R173980
260 Nizamabad Dharpalli H3C 4500-26 Port YECFC4R196C40
261 Nizamabad Dichpalli H3C 4500-26 Port YECFC1P0AAAC0
262 Nizamabad Jakranpalli H3C 4500-26 Port YECFC4R176E40
263 Nizamabad Kammarpalli H3C 4500-26 Port YECFC4R177808
264 Nizamabad Makloor H3C 4500-26 Port YECFC4R1957C0
265 Nizamabad Morthad H3C 4500-26 Port YECFC4R1716C0
Page 117 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
Switch Switch
S.No District Name Mandal Name Switch Serial No.
Make Model
266 Nizamabad Nandipet H3C 4500-26 Port YECFC4R174080
267 Nizamabad Navipet H3C 4500-26 Port YECFC4R1768C0
268 Nizamabad Sirikonda H3C 4500-26 Port YECFC4R177B40
269 Nizamabad Vailpoor H3C 4500-26 Port YECFC4R192D80
270 Nizamabad Banswada H3C 4500-26 Port YECFC3PDBE1C0
271 Nizamabad Bichkunda H3C 4500-26 Port YECFC4R196A80
272 Nizamabad Birkur H3C 4500-26 Port YECFC4R179340
273 Nizamabad Bodhan H3C 4500-26 Port YECFC4R171540
274 Nizamabad Jukkal H3C 4500-26 Port YECFC4R196A40
275 Nizamabad Kotgir H3C 4500-26 Port YECFC4R1932C0
276 Nizamabad Madnoor H3C 4500-26 Port YECFC4R175500
277 Nizamabad Nizamsagar H3C 4500-26 Port YECFC4R196BC0
278 Nizamabad Pitlam H3C 4500-26 Port YECFC4R1763C0
279 Nizamabad Renjal H3C 4500-26 Port YECFC4R198640
280 Nizamabad Varni H3C 4500-26 Port YECFC4R174F00
281 Nizamabad Yedpalli H3C 4500-26 Port YECFC4R19B4C0
282 Nizamabad Bhiknoor H3C 4500-26 Port YECFC4R172940
283 Nizamabad Domakonda H3C 4500-26 Port YECFC3PDBE100
284 Nizamabad Gandhari H3C 4500-26 Port YECFC4R1728C0
285 Nizamabad Kamareddy H3C 4500-26 Port YECFC4R192B40
286 Nizamabad Lingampet H3C 4500-26 Port YECFC4R19AA00
287 Nizamabad Machareddy H3C 4500-26 Port YECFC3PDB9480
288 Nizamabad Nagireddypet H3C 4500-26 Port YECFC4R19B600
289 Nizamabad Sadasivnagar H3C 4500-26 Port YECFC4R170700
290 Nizamabad Tadwai H3C 4500-26 Port YECFC4R176440
291 Nizamabad Yellareddy H3C 4500-26 Port YECFC4R195500
292 Rangareddy Balanagar H3C 4500-26 Port YECFBQP8B2840
293 Rangareddy Bantaram H3C 4500-26 Port YECFBSP8D8980
294 Rangareddy Basheerabad H3C 4500-26 Port YECF9SM7E3E40
295 Rangareddy Chevella H3C 4500-26 Port YECFBSP8DB400
296 Rangareddy Dharur H3C 4500-26 Port YECFB5P8E2980
297 Rangareddy Doma H3C 4500-26 Port YECFBSP8E0540
298 Rangareddy Gandeed H3C 4500-26 Port YECFBSP8E3B80
299 Rangareddy Ghatkesar H3C 4500-26 Port YECFBSP8E1540
300 Rangareddy Hayathnagar H3C 4500-26 Port YECFBSP8DD480
301 Rangareddy Ibrahimpatam H3C 4500-26 Port YECFBSP8DE800
302 Rangareddy Kandukur H3C 4500-26 Port YECFBSP8E08C0
303 Rangareddy Keesara H3C 4500-26 Port YECFBSP8E4A40
304 Rangareddy Kulkacharla H3C 4500-26 Port YECFBSP8E3F00
305 Rangareddy Maheswaram H3C 4500-26 Port YECFBSP8E47C0
Page 118 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
Switch Switch
S.No District Name Mandal Name Switch Serial No.
Make Model
306 Rangareddy Malkajgiri H3C 4500-26 Port YECFBSP8E4140
307 Rangareddy Manchal H3C 4500-26 Port YECFBSP8E3EC0
308 Rangareddy Marpalle H3C 4500-26 Port YECFBSP5D9200
309 Rangareddy Medchal H3C 4500-26 Port YECFBQP8B2180
310 Rangareddy Moinabad H3C 4500-26 Port YECFBSP8E4880
311 Rangareddy Mominpet H3C 4500-26 Port YECFBSP8DA540
312 Rangareddy Nawabpet H3C 4500-26 Port YECFBSP8E4A80
313 Rangareddy Pargi H3C 4500-26 Port YECFBSP8D9480
314 Rangareddy Peddemul H3C 4500-26 Port YECFBSP8E2700
315 Rangareddy Pudur H3C 4500-26 Port YECFBQP8AB400
316 Rangareddy Quthbullapur H3C 4500-26 Port YECFBSP8DA1C0
317 Rangareddy Rajendranagar H3C 4500-26 Port YECFBSP8E1DC0
318 Rangareddy Saroornagar H3C 4500-26 Port YECFBSP8E3D00
319 Rangareddy Serilingampalle H3C 4500-26 Port YECFBQP8AB3C0
320 Rangareddy Shabad H3C 4500-26 Port YECFBQP8AFB00
321 Rangareddy Shamirpet H3C 4500-26 Port YECFBQP8AD600
322 Rangareddy Shamshabad H3C 4500-26 Port YECFBSP8E3CC0
323 Rangareddy Shankarpalle H3C 4500-26 Port YECFBQP8B1C80
324 Rangareddy Tandur H3C 4500-26 Port YECFBSP8E4080
325 Rangareddy Uppal H3C 4500-26 Port YECFBSP8E3180
326 Rangareddy Vikarabad H3C 4500-26 Port YECFBSP8E29C0
327 Rangareddy Yacharam H3C 4500-26 Port YECFBSP8E1580
328 Rangareddy Yelal H3C 4500-26 Port YECFBSP8DCF00
329 Warangal Atmakur H3C 4500-26 Port YECFC4R1977C0
330 Warangal Bachannapeta H3C 4500-26 Port YECFC4R1968C0
331 Warangal Bhupalpalli H3C 4500-26 Port YECFBJ7D4240
332 Warangal Chennaraopeta H3C 4500-26 Port YECFC4R197940
333 Warangal Cheriyala H3C 4500-26 Port YECFC4R177C80
334 Warangal Chityal H3C 4500-26 Port YECFC4R174ECO
335 Warangal Devaruppala H3C 4500-26 Port YECFC4R177940
336 Warangal Dharmasagar H3C 4500-26 Port YECFC4R179080
337 Warangal Dornakal H3C 4500-26 Port YECFC3CDBBCC0
338 Warangal Duggondi H3C 4500-26 Port YECFC4R172F80
339 Warangal Ethurnagaram H3C 4500-26 Port YECFC4R172180
340 Warangal Ganpur H3C 4500-26 Port YECFC4R179940
341 Warangal Geesugonda H3C 4500-26 Port YECFC4R172980
342 Warangal Govindaraopeta H3C 4500-26 Port YECFC4R173540
343 Warangal Gudur H3C 4500-26 Port YECFC4R19AD00
344 Warangal Hasanparthy H3C 4500-26 Port YECFC4R173900
345 Warangal Janagon H3C 4500-26 Port YECFC4R171280
Page 119 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
Switch Switch
S.No District Name Mandal Name Switch Serial No.
Make Model
346 Warangal Kesamudram H3C 4500-26 Port YECFC4R17A1C0
347 Warangal Khanapur H3C 4500-26 Port YECFC4R1730C0
348 Warangal Kodakondla H3C 4500-26 Port YECFC4R179D80
349 Warangal Kothaguda H3C 4500-26 Port YECFC4R199080
350 Warangal Kuravi H3C 4500-26 Port YECFC4R198580
351 Warangal Lingalaghanpur H3C 4500-26 Port YECFC4R1756C0
352 Warangal Maddur H3C 4500-26 Port YECFC3PDBD200
353 Warangal Mahabubabad H3C 4500-26 Port YECFC4R179DC0
354 Warangal Mangapeta H3C 4500-26 Port YECFC4R173BC0
355 Warangal Maripeda H3C 4500-26 Port YECFC4R16F900
356 Warangal Mogulapalli H3C 4500-26 Port YECFC4R179D00
357 Warangal Mulugu H3C 4500-26 Port YECFC4R173DC0
358 Warangal Nallabelly H3C 4500-26 Port YECFC4R16FD40
359 Warangal Narmetta H3C 4500-26 Port YECFC3PDGD280
360 Warangal Narsampeta H3C 4500-26 Port YECFC4R179D40
361 Warangal Narsimhulupeta H3C 4500-26 Port YECFC4R196D40
362 Warangal Nekkonda H3C 4500-26 Port YECFC4R176240
363 Warangal Nellikudur H3C 4500-26 Port YECFC3PDBE240
364 Warangal Palakurthy H3C 4500-26 Port YECFDLS83C300
365 Warangal Parkal H3C 4500-26 Port YECFC4R174700
366 Warangal Parvathagiri H3C 4500-26 Port YECFBJP7CA700
367 Warangal Raghunathapalli H3C 4500-26 Port YECFC4R195C80
368 Warangal Raiparthi H3C 4500-26 Port YECFC4R1975C0
369 Warangal Regonda H3C 4500-26 Port YECFC4R171480
370 Warangal Sangem H3C 4500-26 Port YECFC4R179C40
371 Warangal Shayampeta H3C 4500-26 Port YECFC4R197FC0
372 Warangal Station Ghanpur H3C 4500-26 Port YECFC4R170F00
373 Warangal Tadwai H3C 4500-26 Port YECFC4R172C00
374 Warangal Thorrur H3C 4500-26 Port YECFC4R176040
375 Warangal Venkatapuram H3C 4500-26 Port YECFC4R1757C0
376 Warangal Warangal H3C 4500-26 Port YECFC4R176940
377 Warangal Wardhannapeta H3C 4500-26 Port YECFC4R179B40
378 Warangal Zaffarghad H3C 4500-26 Port YECFC4R178B00
379 Karimnagar Bejjanki H3C 4500-26 Port YECFC4R194500
380 Karimnagar Bheemadevarpalle H3C 4500-26 Port YECFC4R172D40
381 Karimnagar Boinpalle H3C 4500-26 Port YECFC4R1984C0
382 Karimnagar Chandurthi H3C 4500-26 Port YECFC4R172340
383 Karimnagar Chigurumamidi H3C 4500-26 Port YECFC4R175AC0
384 Karimnagar Choppadandi H3C 4500-26 Port YECFC4R197A80
385 Karimnagar Dharmapuri H3C 4500-26 Port YECFC4R196C80
Page 120 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
Switch Switch
S.No District Name Mandal Name Switch Serial No.
Make Model
386 Karimnagar Dharmaram H3C 4500-26 Port YECFC4R198180
387 Karimnagar Elgaid H3C 4500-26 Port YECFC4R171A80
388 Karimnagar Elkathurthi H3C 4500-26 Port YECFC4R177D00
389 Karimnagar Ellanthakunta H3C 4500-26 Port YECFC4R198D40
390 Karimnagar Gambhiraopet H3C 4500-26 Port YECFC4R197980
391 Karimnagar Gangadhara H3C 4500-26 Port YECFC4R170900
392 Karimnagar Gollapalle H3C 4500-26 Port YECFC4R1981C0
393 Karimnagar Husnabad H3C 4500-26 Port YECFC4R1706C0
394 Karimnagar Huzurabad H3C 4500-26 Port YECFC4R197240
395 Karimnagar Ibrahimpatnam H3C 4500-26 Port YECFC4R179040
396 Karimnagar Jagtial H3C 4500-26 Port YECFC4R199440
397 Karimnagar Jammikunta H3C 4500-26 Port YECFC4R197840
398 Karimnagar Julapalle H3C 4500-26 Port YECFC4R179E40
399 Karimnagar Kamalapur H3C 4500-26 Port YECFCBZPCCB440
400 Karimnagar Kamanpur H3C 4500-26 Port YECFC4R175540
401 Karimnagar Kataram H3C 4500-26 Port YECFC4R196B80
402 Karimnagar Kathlapur H3C 4500-26 Port YECFC4R198D00
403 Karimnagar Kesavapatnam H3C 4500-26 Port YECFC4R1982C0
404 Karimnagar Kodimial H3C 4500-26 Port YECFC4R175480
405 Karimnagar Koheda H3C 4500-26 Port YECFC4R178E40
406 Karimnagar Konaraopeta H3C 4500-26 Port YECFC4R196740
407 Karimnagar Koratla H3C 4500-26 Port YECFC4R197800
408 Karimnagar Mahadevpur H3C 4500-26 Port YECFC4R175000
409 Karimnagar Malharrao H3C 4500-26 Port YECFC4R1711C0
410 Karimnagar Mallapur H3C 4500-26 Port YECFC4R197E80
411 Karimnagar Mallial H3C 4500-26 Port YECFC4R170280
412 Karimnagar Manakondur H3C 4500-26 Port YECFC4R173A80
413 Karimnagar Manthani H3C 4500-26 Port YECFC4R170240
414 Karimnagar Medipalle H3C 4500-26 Port YECFC3PDBE000
415 Karimnagar Metpalle H3C 4500-26 Port YECFC4R179CC0
416 Karimnagar Mustabad H3C 4500-26 Port YECFC4R198000
417 Karimnagar Mutharam Mahadevpur H3C 4500-26 Port YECFC4R1733C0
418 Karimnagar Mutharam Manthani H3C 4500-26 Port YECFC4R171240
419 Karimnagar Odela H3C 4500-26 Port YECFC4R16FEC0
420 Karimnagar Peddapalle H3C 4500-26 Port YECFC4R198700
421 Karimnagar Pegadapalle H3C 4500-26 Port YECFBSP8E2500
422 Karimnagar Raikal H3C 4500-26 Port YECFC4R178F40
423 Karimnagar Ramadugu H3C 4500-26 Port YECFC4R173A80
424 Karimnagar Ramagundam H3C 4500-26 Port YECFC3PDBD740
425 Karimnagar Saidapur H3C 4500-26 Port YECFC4R179E00
Page 121 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
Switch Switch
S.No District Name Mandal Name Switch Serial No.
Make Model
426 Karimnagar Sarangapur H3C 4500-26 Port YECFC4R192940
427 Karimnagar Sirsilla H3C 4500-26 Port YECFC4R172900
428 Karimnagar Srirampur H3C 4500-26 Port YECFC4R198480
429 Karimnagar Sultanabad H3C 4500-26 Port YECF6SH241820
430 Karimnagar Thimmapur H3C 4500-26 Port YECFC4R196D00
431 Karimnagar Veenavanka H3C 4500-26 Port YECFC4R198800
432 Karimnagar Velgatoor H3C 4500-26 Port YECFC3PDBCC80
433 Karimnagar Vemulawada H3C 4500-26 Port YECFC4R177DC0
434 Karimnagar Yellareddipeta H3C 4500-26 Port YECFC3PDBE040
10.5 Hardware & Network Equipment available at New MHQs (Partial PoP
setup)
The newly formed MHQs have only switches installed at each of the PoPs
Table 10.5.1 MHQ BOM with Make & Model and serial Numbers
S.
Name of the district Name of the Mandal Make Model Switch SL No.
No.
1 Adilabad Adilabad- Rural HPE JG960A CN77GQS0FW
2 Adilabad Adilabad- Urban HPE JG960A Not Configured
3 Adilabad Bheempur HPE JG960A CN77GQS0KQ
4 Adilabad Gadiguda HPE JG960A CN77GQS0NS
5 Adilabad Mavala HPE JG960A CN76GQS04S
6 Adilabad Sirikonda HPE JG960A CN77GQS0L7
7 Bhadradri Kothagudem Allapalli HPE JG960A CN77GQS08B
8 Bhadradri Kothagudem Annapureddypalli HPE JG960A CN77GQS0DL
9 Bhadradri Kothagudem Chunchupalli HPE JG960A CN77GQS0DF
10 Bhadradri Kothagudem Karakagudem HPE JG960A CN77GQS0GY
11 Bhadradri Kothagudem Laxidevipalli HPE JG960A CN77GQS0HW
12 Bhadradri Kothagudem SujathaNagar HPE JG960A CN77GQS0DG
13 Hyderabad Amberpet HPE JG960A CN77GQS25X
14 Hyderabad Ameerpet HPE JG960A CN77GQS2N1
15 Hyderabad Asifnagar HPE JG960A Not Configured
16 Hyderabad Bahadurpura HPE JG960A Not Configured
17 Hyderabad Bandlaguda HPE JG960A CN77GQS13V
18 Hyderabad Charminar HPE JG960A Not Configured
19 Hyderabad Golconda HPE JG960A Not Configured
20 Hyderabad Himayathnagar HPE JG960A Not Configured
21 Hyderabad Khairatabad HPE JG960A CN77GQS2LR
22 Hyderabad Maredpally HPE JG960A Not Configured
S.
Name of the district Name of the Mandal Make Model Switch SL No.
No.
23 Hyderabad Musheerabad HPE JG960A Not Configured
24 Hyderabad Nampally HPE JG960A Not Configured
25 Hyderabad Saidabad HPE JG960A CN77GQS123
26 Hyderabad Secbad HPE JG960A CN77GQS1JN
27 Hyderabad Shaikpet HPE JG960A CN77GQS2SS
28 Hyderabad Tirumalgiry HPE JG960A CN77GQS2JL
29 Jagityal Beerppur HPE JG960A CN77GQS0GJ
30 Jagityal Buggaaram HPE JG960A CN77GQS0GF
31 Jagityal Jagtial (Rural) HPE JG960A CN77GQS0P3
32 Medchal-Malkajgiri Medipally HPE JG960A CN77GQS1DK
33 Jangaon Chilpur HPE JG960A CN77GQS0CV
34 Jangaon Tharigoppula HPE JG960A CN77GQS03F
35 Jayashankar Bhuapalpally Kannaiahgudem HPE JG960A CN77GQS0M9
36 Jayashankar Bhuapalpally Palimela HPE JG960A CN77GQS03S
37 Jayashankar Bhuapalpally Tekumatla HPE JG960A CN76GQS03Z
38 Jogulamba Gadwal Kaloor thimman doddi HPE JG960A CN77GQS089
39 Jogulamba Gadwal Rajoli HPE JG960A CN77GQS0GC
40 Jogulamba Gadwal Undavelli HPE JG960A CN77GQS0FZ
41 Kamareddy Bibipet HPE JG960A CN77GQS0FB
42 Kamareddy Nasurlabad HPE JG960A CN77GQS0N5
43 Kamareddy Pedda Kodapgal HPE JG960A CN77GQS0P9
44 Kamareddy Rajampet HPE JG960A CN77GQS0MB
45 Kamareddy Ramareddy HPE JG960A CN77GQS0LF
46 Karimnagar ElNot configured dakunta HPE JG960A CN77GQS0GH
47 Karimnagar Ganneruvaram HPE JG960A CN77GQS0MS
48 Karimnagar Karimnagar HPE JG960A Not Configured
49 Karimnagar Karimnagar rural HPE JG960A CN77GQS08X
50 Karimnagar Kothapally HPE JG960A CN77GQS06N
51 Khammam Khammam Rural HPE JG960A Not Configured
52 Khammam Khammam Urban HPE JG960A Not Configured
53 Khammam Raghunadhapalem HPE JG960A CN77GQS0DV
54 Kumarambheem Asifabad Chintalamanepally HPE JG960A CN77GQS0C9
55 Kumarambheem Asifabad Lingapur HPE JG960A CN76GQS077
56 Kumarambheem Asifabad Penchikalpet HPE JG960A CN77GQS0D0
57 Mahabubabad Chinnagudur HPE JG960A CN76GQS03J
58 Mahabubabad Danthalapally HPE JG960A CN77GQS06K
59 Mahabubabad Gangaram HPE JG960A CN77GQS0GT
60 Mahabubabad Peddavangara HPE JG960A CN77GQS02K
61 Mahabubnagar Krishna HPE JG960A CN77GQS09J
62 Mahabubnagar Mahabuanagar Rural HPE JG960A CN77GQS012
Page 123 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
S.
Name of the district Name of the Mandal Make Model Switch SL No.
No.
63 Mahabubnagar Mahabubnagar Urban HPE JG960A Not Configured
64 Mahabubnagar Marikal HPE JG960A CN76GQS04Q
65 Mahabubnagar Moosapet HPE JG960A CN77GQS0BT
66 Mahabubnagar Rajapur HPE JG960A CN77GQS0GZ
67 Mancherial Bheemaram HPE JG960A CN77GQS08H
68 Mancherial Hajipur HPE JG960A CN77GQS0G2
69 Mancherial Kannepalli HPE JG960A CN77GQS0JD
70 Mancherial Naspur HPE JG960A CN77GQS0CQ
71 Medak Chilipched HPE JG960A CN77GQS0G9
72 Medak Haveli Ghanpur HPE JG960A CN76GQS06V
73 Medak Manoharabad HPE JG960A CN76GQS001
74 Medak Narsingi HPE JG960A CN76GQS07W
75 Medak Nizampet HPE JG960A CN76GQS00K
76 Medchal-Malkajgiri Alwal HPE JG960A CN77GQS0L3
77 Medchal-Malkajgiri Bachupally HPE JG960A CN77GQS0BW
78 Medchal-Malkajgiri BaNot configured agar HPE JG960A CN77GQS1DN
79 Medchal-Malkajgiri Kapra HPE JG960A CN76GQS07D
80 Medchal-Malkajgiri Quthbullapur HPE JG960A CN77GQS07G
81 Nagarkurnool Charakonda HPE JG960A CN77GQS0G0
82 Nagarkurnool Padara HPE JG960A CN77GQS0G5
83 Nagarkurnool Pentlavelly HPE JG960A CN77GQS0GG
84 Nagarkurnool Urkonda HPE JG960A CN76GQS07L
85 Nalgonda Advidevulapally (New) HPE JG960A CN77GQS0GR
86 Nalgonda Kondamallepally (new) HPE JG960A CN77GQS0G6
87 Nalgonda Madugulapally (new) HPE JG960A CN77GQS04D
88 Nalgonda Nalgonda HPE JG960A CN77GQS116
89 Nalgonda Neredugommu (New) HPE JG960A CN77GQS062
90 Nalgonda Tirumalagiri(Sagar) HPE JG960A CN77GQS049
91 Nirmal Basar HPE JG960A CN77GQS0GW
92 Nirmal Dasturabad HPE JG960A CN77GQS05H
93 Nirmal Narsapur.G HPE JG960A CN77GQS0KN
94 Nirmal Nirmal Rural HPE JG960A CN76GQS05H
95 Nirmal Pembi HPE JG960A CN77GQS09T
96 Nirmal Soan HPE JG960A CN76GQS050
97 Nizamabad Indalwai HPE JG960A CN77GQS066
98 Nizamabad Mendora HPE JG960A CN77GQS0FX
99 Nizamabad Mugpal HPE JG960A CN77GQS0H3
100 Nizamabad Mupkal HPE JG960A CN77GQS0ND
101 Nizamabad Nizamabad North HPE JG960A CN77GQS06M
102 Nizamabad Nizamabad Rural HPE JG960A CN77GQS0MX
Page 124 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
S.
Name of the district Name of the Mandal Make Model Switch SL No.
No.
103 Nizamabad Nizamabad South HPE JG960A CN77GQS10R
104 Nizamabad Rudrur HPE JG960A CN77GQS0FQ
105 Nizamabad Yergatla HPE JG960A CN77GQS0G7
106 Peddapalli Anthergaon HPE JG960A CN77GQS05V
107 Peddapalli Palakurthi HPE JG960A CN77GQS0DS
108 Peddapalli Ramagiri HPE JG960A CN77GQS0LJ
109 Rajanna Sircilla Rudrangi HPE JG960A CN77GQS0F2
110 Rajanna Sircilla Thangallapally HPE JG960A CN77GQS0MP
111 Rajanna Sircilla Veernapalli HPE JG960A CN77GQS0DC
112 Rajanna Sircilla Vemulawada (rural) HPE JG960A CN77GQS07C
113 Rangareddy Abdullapurmet HPE JG960A CN77GQS1C7
114 Rangareddy Balapur HPE JG960A CN77GQS22D
115 Rangareddy Gandipet HPE JG960A CN77GQS1F3
116 Rangareddy Jilledu Cowdergudem HPE JG960A CN77GQS1FV
117 Rangareddy Kadthal HPE JG960A CN77GQS1FP
118 Rangareddy Nandigama HPE JG960A CN77GQS1FW
119 Sangareddy Ameenpur HPE JG960A CN77GQS0M0
120 Sangareddy Gummadidala HPE JG960A CN77GQS0FR
121 Sangareddy kandi HPE JG960A CN77GQS0FP
122 Sangareddy Mogudampally HPE JG960A CN76GQS057
123 Sangareddy Nagalgidda HPE JG960A CN77GQS0DM
124 Sangareddy Sangareddy HPE JG960A Not Configured
125 Sangareddy sirgapoor HPE JG960A CN77GQS0GL
126 Sangareddy Vatpally HPE JG960A CN76GQS00J
127 Siddipet Komuravelly HPE JG960A CN77GQS0DT
128 Siddipet Markook HPE JG960A CN77GQS0MZ
129 Siddipet Raipol HPE JG960A CN76GQS017
130 Siddipet Siddipet Rural HPE JG960A CN76GQS006
131 Siddipet Akkannapet HPE JG960A CN77GQS0NZ
132 Suryapet Ananthagiri HPE JG960A CN77GQS0GM
133 Suryapet Chinthalapalem HPE JG960A CN77GQS0D1
134 Suryapet Maddirala HPE JG960A CN77GQS0GK
135 Suryapet Nagaram HPE JG960A CN77GQS0LT
136 Suryapet Palakeedu HPE JG960A CN77GQS0LC
137 Vikarabad Kotepally HPE JG960A CN77GQS0F7
138 Wanaparthy Amarachinta HPE JG960A CN77GQS0G3
139 Wanaparthy Chinnambavi HPE JG960A CN77GQS0LQ
140 Wanaparthy Madanapur HPE JG960A CN77GQS0BN
141 Wanaparthy Revally HPE JG960A CN77GQS0FJ
142 Wanaparthy Srirangapur HPE JG960A CN77GQS0H6
Page 125 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution
S.
Name of the district Name of the Mandal Make Model Switch SL No.
No.
143 Warangal Rural Damera HPE JG960A CN76GQS01P
144 Warangal Urban Hanmkonda HPE JG960A Not Configured
145 Warangal Urban Inavole HPE JG960A CN77GQS0DB
146 Warangal Urban Kazipet HPE JG960A CN77GQS0L8
147 Warangal Urban Khila warangal HPE JG960A CN77GQS0MV
148 Warangal Urban Velair HPE JG960A CN77GQS0MH
149 Yadadri Bhuvanagiri Addagudur HPE JG960A CN77GQS0M5
150 Yadadri Bhuvanagiri Motakondur HPE JG960A CN77GQS0KD
S.
Description Make & Model QTY
No.
Multi Conferencing Unit at each DHQ with support for
1. Vidyo router 10
up to 60 end points or more at DHQS
Multi Conferencing Unit at each SHQ with support for
2. Vidyo router 1
up to 200 end points or more at SHQ
3. Portal for global Management of devices and users Vidyo-Portal 1
Gateway at DHQs Vidyo-
4. Gateway/Bridge 38
12. Website
13. Certifications
20. PAT
Place: _______________________
Date: Bidder’s signature and seal
Note: Submit Work Order/ Contract Extract indicating the scope of work and number of WAN
nodes covered. Use the below table for details of each project experience being submitted.
Do not submit more than 5 project experiences, if more than 5 project experiences are
submitted, only the first 5 project experiences would be considered for evaluation.
The Bidder shall submit a self declaration for successful completion/ work in progress for the
project.
Details Description
Name of the Project
Project Start Date
Project End Date
Name of the City/State (Client)
Address of the client
Contact details of the client with Phone no and mail-
ID
Scope of Work of the Project
Number of locations Installed/ Maintained as part of
the project
Work order and Satisfactory performance certificate/
Project completion certificate from the client Yes/ No
indicating the number of locations covered.
Place: _______________________
Date: Bidder’s signature and se
Note: Submit Work Order/ Contract Extract indicating the scope of work and number of VC
nodes covered. Use the below table for details of each project experience being submitted.
Do not submit more than 3 project experiences, if more than 3 project experiences are
submitted, only the first 3 project experiences would be considered for evaluation.
The Bidder shall submit a self declaration for successful completion/ work in progress for the
project.
Details Description
Name of the Project
Project Start Date
Project End Date
Name of the City/State (Client)
Address of the client
Contact details of the client with Phone no and mail-
ID
Scope of Work of the Project
Number of VC nodes Installed/ Maintained as part of
the project
Work order and Satisfactory performance certificate/
Project completion certificate from the client Yes/ No
indicating the number of VC nodes.
Place: _______________________
Date: Bidder’s signature and se
The bidder should have an average annual turnover of Rs. 100 Crores or above in the last
four financial years of 2014-15, 2015-16, 2016-17, 2017-18 from IT/ITE Services/ ICT/Tele
Communications/ Networking /VC Projects
Description FY 2014-15 FY 2015-16 FY 2016-17 FY 2017-18
Turnover (in INR crores)
Profit Before Tax (in INR
crores)
Net Worth of Company
Place: _______________________
Date: Bidder’s signature and se
Form-P5 – Manufacturer Authorization (For OEM- HP & Vidyo on respective OEM letter
heads)
The authorization may be in the form of a letter, memorandum or certificate regularly granted by
the manufacturer to its channel partners, authorized solution providers, system integrators,
distributors, etc. or a specific letter issued for purposes of this tender (TSTS/IIP/149/TSWAN-
FM&MS /2019). Such communication should include statements / undertakings from the said
manufacturer to the following effect.
a. The said bidder is authorized to submit quotes and negotiate the man products and services on
behalf of the manufacturer.
b. Warranty & Support in respect of the goods and services manufactured by the said
manufacturer shall be honored by that manufacturer.
Note:
1. The letter should be signed by anAuthorised person of the manufacturer.
2. The authorization letters must be on the OEM letter heads.
The bidder should have atleast one office in Telangana. (Billing/Invoice should be done from any
of these offices located in Telangana only - The bidder shall have GST number allotted in
Telangana and billing shall be from Telangana office only.)
In case bidder has no presence in Telangana, the bidder shall furnish an undertaking that an office
shall be opened in Telangana, with sufficient personnel within 3 months of signing of contract.
Contact Person
Sl.No. Full Address details of office in Telangana No. of Support Engineers
with Phone No.
Place: _______________________
Date: Bidder’s signature and se
To,
The Managing Director
Telangana State Technology Services Limited,
Boorgula Ramakrishna Rao Bhavan,
B-block, 1st floor, Tank bund road, Hyderabad,
Telangana, 500 063, India.
Sir,
I have carefully gone through the Terms & Conditions contained in the RFP Document
[No._________________]. I confirm that we will provide the best of our resources and the resources
proposed by us will be dedicated to TSWAN project duly meeting to the criteria mentioned in the
Section-4 of this RFP. Further, we also confirm that TSTS/ ITE&C Dept. GoTS may interview the key
resources proposed by us and confirm their acceptability. In any event if a resource is found unfit by
TSTS/ ITE&C Dept. GoTS we agree to change the same and provide TSTS/ ITE&C Dept. GoTS with a
replacement within reasonable time so as to not affect the services/project timelines. Further, this team
deployed will be reporting to GoTS identified SPOC for all day to day activities and reporting. I further
certify that I am competent officer in my company to make this declaration.
Yours faithfully,
Sir,
We, M/s ______________ (Name of the Bidder) having registered office at ________________
have carefully gone through the Terms & Conditions contained in the RFP Document
[No._________________] and confirm that, we will submit the back-to-back OEM warranty/ AMC
agreement from M/s HP & M/s Vidyo for this RFP to TSTS within 30 days of the contract signing.
Failing which, we have agreed that TSTS shall impose 5% penalty of AMC value on weekly basis
and shall not release any payment until the submission of OEM support contract specifically against
this tender. I further certify that I am competent officer in my company to make this declaration.
Yours faithfully,
(Company Letterhead)
To,
[Date]
The Managing Director,
Telangana State Technology Services Limited,
Boorgula Ramakrishna Rao Bhavan,
B-block, 1st floor, Tank bund road, Hyderabad,
Telangana, 500 063, India.
Sir,
I have carefully gone through the Terms & Conditions contained in the RFP Document
[No._________________]. I hereby declare that my company has not been debarred/ black listed
ason Bid calling date by any Central or State Government / Quasi Government Departments or
Organizations in India for non-satisfactory past performance, corrupt, fraudulent or any other
unethicalbusiness practices. I further certify that I am competent officer in my company to make this
declaration.
Yours faithfully,
Authorized Signatory_______________
Name_______________________
Designation____________________
Company name___________________
Form-T1
Single largest network operated by bidder including installation/ maintenance of switches/
routers/ network devices in any of the last 4 years (2014-15, 2015-16, 2016-17, 2017-18) at
separate office locations (Separate locations implies different cities, towns or villages) for
Central government (GoI) / Scheduled Banks / State Governments / PSUs or large Private
Organizations
Note: Submit Work Order/Contract Extract indicating the scope of work and number of WAN
nodes covered. Use the below table for details of each project experience being submitted.
Do not submit more than 3 project experiences, if more than 3 project experiences are
submitted, only the first 3 project experiences would be considered for evaluation.
The Bidder shall submit a self declaration for successful completion/ work in progress for the
project.
Details Description
Name of the Project
Project Start Date
Project End Date
Name of the City/State (Client)
Address of the client
Contact details of the client with Phone no and mail-
ID
Scope of Work of the Project
Place: _______________________
Date: Bidder’s signature and se
Form-T2
Number of Projects with successful Installation/ Maintenance of WANs with minimum 300
separate office locations (Separate locations implies different cities, towns or villages) for Central
government (GoI) / Scheduled Banks / State Governments / PSUs or large Private Organizations
in any of the last 4 yearsby bidder partner (2014-15, 2015-16, 2016-17, 2017-18)
(Implementation/ Maintenance within own organization shall not be considered)
Note: Submit Work Order/ Contract Extract indicating the scope of work and number of WAN
nodes covered. Use the below table for details of each project experience being submitted. Do
not submit more than 6 project experiences, if more than 6 project experiences are
submitted, only the first 6 project experiences would be considered for evaluation. The
Bidder shall submit a self declaration for successful completion/ work in progress for the project.
Details Description
Name of the Project
Project Start Date
Project End Date
Name of the City/State (Client)
Address of the client
Contact details of the client with Phone no and mail-
ID
Scope of Work of the Project
Number of locations Installed/ Maintained as part of
the project
Place: _______________________
Date: Bidder’s signature and se
Form-T3
Bidder’s experienceimplemntation/in maintenance of multi location, multi party VC solution
projects with minimum 100VC nodes (including Hardware & Software) for each project.
(Last 4 years (2014-15, 2015-16, 2016-17, 2017-18) contracts will be considered for points award)
Note: Submit Work Order/ Contract Extract indicating the scope of work and number of VC
nodes covered. Use the below table for details of each project experience being submitted. Do
not submit more than 5 project experiences, if more than 5 project experiences are
submitted, only the first 5 project experiences would be considered for evaluation. The
Bidder shall submit a self declaration for successful completion/ work in progress for the project.
Details Description
Name of the Project
Project Start Date
Project End Date
Name of the City/State (Client)
Address of the client
Contact details of the client with Phone no and mail-
ID
Scope of Work of the Project
Number of locations Installed/ Maintained as part of
the project
Place: _______________________
Date: Bidder’s signature and se
Form–T4
Average Annual Turnover of the company from from IT/ITE Services/ ICT/ Tele Communications/
Networking /VC Projects & services in the last 4 Financial Years ending 31 March 2018 by bidder
Place: _______________________
Date: Bidder’s signature and seal
Form–T5
Place: _______________________
Date: Bidder’s signature and seal
Resume Format (To be submitted for resources as per technical evalution criteria Sl.No-5)
Name
Position for this
engagement:
Date of Birth
Education:
Position
From To Company
Held
4. Employment
Record
5. Certifications
9. Languages
Known
10. Work Undertaken that Best Illustrates Capability to Handle the Task Assigned
Project/ Work:
Year:
Location:
Company:
Position Held:
Main features of the Project:
Activities Performed:
Project/ Work:
Year:
Location:
Company:
Position Held:
Main features of the Project:
Activities Performed:
Certification
I certify that, to the best of my knowledge and belief, this CV correctly describes the
qualifications, work experience and certification details.
I understand that any willful misstatement described herein may lead to disqualification
or dismissal, if engaged.
Date: dd/mm/yyyy
Tender Reference No.:
To,
The Managing Director,
Telangana State Technology Services,
Boorgula Ramakrishna Rao Bhavan,
B-block, 4th floor, Tankbund road,
Hyderabad, Telangana, 500 063
Sir,
We hereby declare that,
We are the authorized agents of the original manufacturers of the networking equipment
mentioned in the Tender document.
That our principals (manufacturer) are equipped with adequate maintenance and service
facilities within India for supporting the SWANequipment.
Our maintenance and service facilities are open for inspection by representatives of
Government of Telangana.
We do hereby undertake that, in the event of acceptance of our bid, the supply of equipment/
sparesand commencement of services shall be made as stipulated. We agree to abide by our
offer for a period of 180 days from the last date of submission of commercial bid prescribed by
TSTS and that we shall remain bound by a communication of acceptance within thattime.
We have carefully read and understood the terms and conditions of the tender and the
conditions of the contract applicable to the tender. We do hereby undertake to provision as per
these terms and conditions.
There are no deviations from the requirement specifications of tendered items and schedule of
requirements. There are no commercial deviations.
We do here by undertake, that, until a formal contract is prepared and executed, this bid,
together with your written acceptance thereof and notification of award of contract, shall
constitute a binding contract betweenus.
We do understand that the AMC & manpower charges shall be paid on actuals incurred and as
certified by the TPA agency.
Form F1 (B) –Total FM & MS Charges (Incl. all taxes) for TSWAN
S. No. Item Year
First Second Third
AMC Charges (Incl.
all taxes) for
1
TSWAN (Form F2
(A))
AMC Charges (Incl.
all taxes) for VC
2
Equipment (Form
F2 (B))
Annual Manpower
3 charges (Incl. all
taxes) (Form F3)
Sub-Total
Total Cost for three years: Rs. (i
Note:
1. Shifting charges (Form F4) shall be paid as and when incurred and shall not be
included in calculation of the total FM & MS charges.
1. Core Router 1 No
2. Core Switch 1 No
3. Redundant Switch 1 No
4. Internet Router 1 No
5. AAA Appliance 1 No
6. Desktop at SHQ 6 No
Total QMC
Total AMC (4 * Total QMC)
Note:
The Maintenance contract for the equipment under warranty shall start upon the expiry of the
warranty.
Total QMC
Total AMC (4 * Total QMC)
Note: The Maintenance contract for the equipment under warranty shall start upon the expiry of
the warranty.
Note: Shifting charges (Form F4) shall be paid on actuals and shall not be included in
the total FM & MS charges.
1. If the bidder withdraws its bid during the period of bid validity or
2. If the bidder, having been notified of the acceptance of its bid by the TSTS during the
period of bid validity:
a. fails or refuses to execute the contract form if required; or
b. fails or refuses to furnish the performance security, in accordance with the bid
requirement;
c. Submits fake documents.
We undertake to pay the TSTS up to the above amount upon receipt of its first written demand,
without the TSTS having to substantiate its demand, provided that in its demand the TSTS will
note that the amount claimed by it is due to it, owing to the occurrence of one or both of the two
conditions, specifying the occurred condition or conditions.
This guarantee will remain in force up to and including 45 days after the period of the bid validity,
and any demand in respect thereof should reach the Bank not later than the above date.
Place:
Date: Signature of the Bank and seal.
(To be issued by a bank scheduled in India and having at least one branch in Hyderabad)
AND WHEREAS it has been stipulated by you in the said Contract that the Vendor shall furnish you
with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance
with the Supplier’s performance obligations in accordance with th
THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of the
Vendor, up to a total of Rs. ..................... and we undertake to pay you, upon your first written
demand declaring the Vendor to be in default under the Contract and without cavil or argument,
any sum or sums within the limit of Rs.............. . (Amount of Guarantee) as aforesaid, without your
needing to prove or to show grounds or reasons for your demand or the sum specified therein.
Place:
Date: Signature of the Bank and seal.
BETWEEN
(1) Telangana Technology Services Limited (TSTS), Telangana State Technology Services Limited,
Boorgula Ramakrishna Rao Bhavan, B-block, 1st floor, Tank bund road, Hyderabad, Telangana, 500
063, India (hereinafter called “thePurchaser”),oofof Information Technology. Electronics &
Communication Department, Govt. of Telangana and
(2) _______________a company incorporated under the laws of India and having its
registered office at _________________. (Hereinafter called “the Supplie
WHEREAS the Purchaser invited bid forSelection of Network Operator for Facility
Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network
has accepted a bid by the Supplier for the supply of those services in the sum of Rs.
__________________________.) including all taxes and duties (he Contract Price”)
In this Agreement words and expression shall have the same meanings as are respectively
assigned to them in the Conditions of bid document referred to
2. Contract Documents
2.1. Contract Documents
The following documents shall constitute the Contract between the User and the Supplier,
and each shall be read and construed as on integral part of the Contract:
I. This Contract Agreement and the Annexures attached to the Contract Agreement
II. Notification of award
III. Minutes of TCPC/ Evaluation Committee meeting held on _________
3. Order of Precedence
In the event of any ambiguity or conflict between the Contract Documents listed above, the
order of precedence shall be the order in which the Contract Documents are listed in
2.1(Contract Documents) above, provided that Schedule of Amendments contained in
Annexure IV shall prevail over all provisions of the Contract Agreement and the other
Appendices attached to the Contract Agreement and all the other Contract Documents
listed in 2.1 above.
4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the
Goods and Services and the remedying of defects therein, the Contract Price or such other sum
as may become payable under the provisions of the Contract at the times and in the manner
prescribed by the Contract.
Grand Total
IN WITNESS WHEREOF the Purchaser and the Supplier have caused this Agreement to be duly
executed by their duly authorized representatives the day and year first above written.
Signed:
In the capacity of Managing Director, TSTS
in the presence of
For and on behalf of the Supplier
Signed:
in the presence of
Annexure – IV