You are on page 1of 151

SASelection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC

Solution

Open Competitive Bid (OCB)


For

Selection of System Integrator for Facility Management & Maintenance Services


(FM&MS) of Telangana State Wide Area Network& Video Conference Solution
across Telangana State

Tender Reference No. TSTS/IIP/149/TSWAN-FM&MS /2019

March, 2019

Information Technology, Electronics & Communications Department, Govt. of


Telangana

Proprietary & Confidential

Telangana State Technology Services Limited, Boorgula Ramakrishna Rao


Bhavan, B-block, 1st floor, Tank bund road, Hyderabad, Telangana, 500 063, India.
Telephones: 91 (40) 23220305, (40) 23228057

Page 1 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

Proprietary & Confidential

No part of this document can be reproduced in any form or by any means,


disclosed or distributed to any person without the prior consent of TSTS
except to the extent required for submitting bid and no more.

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

4.21.10 CPU UTILIZATION 58


4.21.11 MEMORY AND BUFFERS 58
4.21.12 LINK UTILIZATION 58
4.21.13 MEASUREMENT OF SLA 59
4.21.14 SLA REPORTING 59
4.21.15 TSWAN SECURITY AUDITING 59
4.22 QGR &PENALTIES 59
4.22.1 PENALTIES FOR VERTICAL CONNECTIVITY 61
4.22.2 PENALTIES FOR SHQCOMPONENTS 64
4.22.3 PREVENTIVE MAINTENANCE PENALTIES 64
4.22.4 MANPOWER DEPLOYMENT PENALTIES 65
4.22.5 MANPOWER RELATED SERVICE LEVELS 65
4.22.6 HELPDESK PENALTIES 66
4.22.7 OPERATIONAL PENALTIES 66
4.22.8 PENALTIES FOR MISUSE 66
4.22.9 PENALTIES FOR HORIZONTAL CONNECTIVITY ISSUES 67
4.22.10 VIDEO CONFERENCING SLAS & PENALTIES 67
4.23 SUMMARY OF REPORTS 68
5. SECTION 5 - BIDDING PROCEDURE 69
5.1 BIDDING PROCEDURE 69
5.2 PRE-QUALIFICATION BID 69
5.3 TECHNICAL BID 69
5.4 FINANCIAL BID 69
5.5 PRE-BID MEETING 69
6. SECTION 6 – BID EVALUATION PROCEDURE 70
6.1 BID EVALUATION PROCEDURE 70
6.2 OPENING OF BIDS 70
6.3 EMD VALIDITY 70
6.4 PRE-QUALIFICATION BID DOCUMENTATION 70
6.5 TECHNICAL BID DOCUMENTATION 70
6.6 AWARD CRITERION 70
7. SECTION 7 - GENERAL INSTRUCTIONS TO THE BIDDERS 71
7.1 DEFINITIONS 71
7.2 GENERAL ELIGIBILITY 71
7.3 BID FORMS 72
7.4 COST OF BIDDING 72
7.5 CLARIFICATION OF BIDDING DOCUMENTS 72
7.6 AMENDMENT OF BIDDING DOCUMENTS 72
7.7 PERIOD OF VALIDITY OF BIDS 73
7.8 SUBMISSION OF BIDS 73
7.9 DEADLINE FOR SUBMISSION OF BIDS 73
7.10 LATE BIDS 73
7.11 MODIFICATION AND WITHDRAWAL OF BIDS 73
7.12 GENERAL BUSINESS INFORMATION: 73
7.13 BID SECURITY I.E. EARNEST MONEY DEPOSIT (EMD) 73
7.14 PREPARATION OF PRE-QUALIFICATION BID 74
7.15 PREPARATION OF TECHNICAL BID 74
7.16 PREPARATION OF FINANCIAL BID 74
8. SECTION 8- BID EVALUATION PROCEDURE 76
Page 4 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

8.1 OUTLINE OF BID EVALUATION PROCEDURE 76


8.2 GENERAL GUIDELINES FOR BID OPENING AND EVALUATION: 76
8.3 OPENING OF BIDS 76
8.4 PRELIMINARY EXAMINATION OF BIDS 76
8.5 CLARIFICATION OF BIDS 77
8.6 EVALUATION OF PRE – QUALIFICATION BIDS 77
8.7 EVALUATION OF TECHNICAL BIDS 77
8.8 EVALUATION OF FINANCIAL BIDS 78
8.9 EVALUATION AND COMPARISON OF FINANCIAL BIDS 78
8.10 PERFORMANCE AND PRODUCTIVITY OF THE EQUIPMENT 78
8.11 CONTACTING TSTS 78
8.12 TSTS’RIGHT TO VARY QUANTITIES AT TIME OF AWARD 78
8.13 TSTS’RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS. 79
8.14 NOTIFICATION OF AWARD 79
8.15 SIGNING OF CONTRACT 79
8.16 PERFORMANCE SECURITY 79
8.17 CORRUPT, FRAUDULENT AND UNETHICAL PRACTICES 79
9. SECTION 9 - GENERAL CONDITIONS OF PROPOSED CONTRACT (GCC) 80
9.1 DEFINITIONS 80
9.2 APPLICATION 80
9.3 USE OF DOCUMENTS AND INFORMATION 80
9.4 USER LICENSE AND PATENT RIGHTS 81
9.5 PERFORMANCE SECURITY 81
9.6 MANUALS AND DRAWINGS 81
9.7 RIGHT OF MONITORING, INSPECTION AND PERIODIC AUDIT 82
9.8 STATUTORY REQUIREMENTS 82
9.9 DURATION OF THE CONTRACT 83
9.10 INFORMATION SECURITY 83
9.11 INDEMNITY 84
9.12 TRANSPORTATION 84
9.13 HARDWARE INSTALLATION 84
9.14 INCIDENTAL SERVICES 84
9.15 SPARE PARTS 84
9.16 MAINTENANCE SERVICE 85
9.17 PAYMENT 85
9.18 QUARTERLY GUARANTEED PAYMENT 85
9.19 PRICES 86
9.20 CHANGE ORDERS 86
9.21 CONTRACT AMENDMENT 87
9.22 ASSIGNMENT 87
9.23 SUBCONTRACTS 87
9.24 DELAYS IN THE SUPPLIER’S PERFORMANCE 87
9.25 LIQUIDATED DAMAGES 87
9.26 TERMINATION FOR DEFAULT 87
9.27 FORCE MAJEURE 88
9.28 TERMINATION FOR INSOLVENCY 88
9.29 TERMINATION FOR CONVENIENCE 88
9.30 RESOLUTION OF DISPUTES 88

Page 5 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

9.31 GOVERNING LANGUAGE 89


9.32 APPLICABLE LAW 89
9.33 NOTICES 89
9.34 TAXES AND DUTIES 89
9.35 “NO CLAIM”CERTIFICATE 89
9.36 EXIT MANAGEMENT: 89
9.37 RISK MANAGEMENT 91
9.38 CONFIDENTIALITY 92
9.39 HANDOVER / TAKEOVER PROCESS AND PROCEDURES: 92
9.40 REPLACEMENT OF BATTERIES 96
9.41 LIQUIDATED DAMAGES FOR ABSENCE / NON-AVAILABILITY OF THE MANPOWER AT SITE 96
10. SECTION 10 – BILL OF M ATERIAL 97
10.1 HARDWARE & NETWORK EQUIPMENT AVAILABLE AT SHQ - NOC (HYDERABAD) 97
10.2 HARDWARE & NETWORK EQUIPMENT AVAILABLE AT DHQS (FULL POP SETUP) 98
10.3 HARDWARE & NETWORK EQUIPMENT AVAILABLE AT NEW DHQS (PARTIAL POP SETUP) 99
10.4 HARDWARE & NETWORK EQUIPMENT AVAILABLE AT MHQS (FULL POP SETUP) 100
10.5 HARDWARE & NETWORK EQUIPMENT AVAILABLE AT NEW MHQS (PARTIAL POP SETUP) 122
10.6 VIDEO CONFERENCING EQUIPMENT 126
11. SECTION 11 - FORMS 127
ANNEXURE I – BID SECURITY/ EMD FORM 147
ANNEXURE II – PERFORMANCE SECURITY FORM 148
ANNXURE III - SAMPLE CONTRACT FORM 149

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

Time schedule of various tender related events:

Bid calling date 04.03.2019


Last Date / Time for submission of Pre-
11.03.2019 at 5.00 PM
Bid Queries
Pre Bid Conference 13.03.2019 at 12.30 PM at TSTS
Bid Closing date and time 23.03.2019, 03:00 PM
Bid Opening date and time 23.03.2019, 04:30 PM
Bid Document Price Rs.25,000/-
TSTS contact person Manager (IIP & NW)
rajakr-tsts@telangana.gov.in
Contact email IDs. srinivasrao.t@gov.in
mngdirector-tsts@telangana.gov.in
Tender Reference No. TSTS/IIP/149/TSWAN-FM&MS2019

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

Notice Inviting Tender (NIT)

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.

On behalf of the Government of Telangana State (“GoTS”), The ManagingDirector (“MD”


Telangana State Technology Services LimitedTS”),Government(“TS of , invitesTelangana eligible
and competent bidders to submit their pre-qualification, technical and financial proposal for the
Project, in accordance with conditions and manner prescribed in this RFP
and other Bidding Documents issued by the GoTS, which is available on its website
(http://www.tsts.telangana.gov.in ; http://www.tender.telangana.gov.in)

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


Telangana State Technology Services Limited, Boorgula Ramakrishna Rao Bhavan,
B-block, 1st floor, Tank bund road, Hyderabad, Telangana, 500 063, India.

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.

Time schedule of various tender related events:

Bid calling date 04.03.2019


Last Date / Time for submission of Pre-
11.03.2019 at 5.00 PM
Bid Queries
Pre Bid Conference 13.03.2019 at 12.30 PM at TSTS
Bid Closing date and time 23.03.2019, 03:00 PM
Bid Opening date and time 23.03.2019, 04:30 PM
Technical Presentations Will be communicated
Bid Document Price Rs.25,000/-
TSTS contact person Manager (IIP & NW)
rajakr-tsts@telangana.gov.in
Contact email IDs. srinivasrao.t@gov.in
mngdirector-tsts@telangana.gov.in
Tender Reference No. TSTS/IIP/149/TSWAN-FM&MS /2019

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

1. Section 1 - Introduction & Objective

1.1 About Telangana


Telangana is the 29th State of India, formed on the 2nd of June 2014 as a result of bifurcation of
the erstwhile State of Andhra Pradesh into the States of Telangana and Andhra Pradesh. The
state has an area of 1,12,077 Sq. Km. and has a population of 3.52 Crore.
Telangana, as part of the erstwhile State of Andhra Pradesh, was amongst the pioneering
States in India to have adopted e-Governance for efficient delivery of public services
through eSeva/ MeeSeva. The core infrastructure for providing e-Governance viz. the State
Data Center (SDC), State Wide Area Network (SWAN) and Common Service Centers is in
place. The Telangana State Data Center is located at Telangana Industrial Infrastructure
Corporation Zonal Office, Financial District, Hyderabad. The NOC for Telangana SWAN is
located at the Secretariat of the Govt. of Telangana, Tank Bund, Hyderabad.
Government of Telangana, in the year 2016, has taken up the task of reorganization of the
then existing 10 Districts for better Administration and Development. After the
reorganization, 21 new districts have been created along with new Mandal’stotaling 31
Districts and 584 Mandal’sinthe State.

1.2 Telangana State Wide Area Network (TSWAN) Overview


TSWAN was setup as an element of the core infrastructure for supporting e-Governance
initiatives of the Government. It has been operational since November, 2010 and acts as a
backbone for data, voice and video communications in the State. M/s TCS implemented
TSWAN and maintained it for a period of 5 years (upto Nov 2015). Currently M/s Akshara
Enterprises is the Network Operator. M/s E&Y was identified as the Third Party Audit
Agency (TPA) and provided services for a period of six and half years. M/s KPMG has been
providing services as the TPA since 25 Sep, 2017.
TSWAN was implemented in 10 Districts and 434 Mandal’sinTelangana, and post district
reorganization, TSWAN services were extended to 21 new Districts and 150 new Mandals
totaling 31 DHQs and 584 MHQs.
TSWAN is a high speed, high capacity, reliable network for G2G, G2B and G2C services.
The network has a connectivity bandwidth of 34Mbps (primary from National Knowledge
Network) and 20 Mbps (Secondary link from BSNL) between the state headquarters and the
district headquarters. The District Headquarters are connected to the Mandal Headquarters
with a bandwidth of 12 Mbps (BSNL). Newly formed DHQs and MHQs formed as a result of
District reorganization have also been connected through TSWAN.
Videoconferencing services are also available through the TSWAN network connecting the
SHQ to various DHQs & MHQs.VC equipment is avaliable at Collectractes, RDOs, MRO
offices & Other SWAN locations.

Page 12 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

Major projects currently delivering services through TSWAN:

a. IGRS – Dharani Project


b. HMWSSB
c. Police Dept. – CCTNS Project
d. Meeseva 2.0
e. SERP- Srinidhi Project

TSWAN PoPs at various levels (SHQ/DHQ/MHQ) are connected horizontally to various


Government offices. Typical equipment at these PoPs to be maintained by the implementing
agency includes routers, switches, modems, racks, AAA, NMS, Servers, Desktops, UPS,
Generators, Air Conditioners etc.

The purpose of this Request for selectProposaltheNetwork(‘RFP’)Operator forisFacilityto


Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network,
ITE&C Department, GoTS, Hyderabad, Hyderabad for a period of three years from the date
of signing of the contract. The Network operator shall also provide FM & MS services to the
VC equipment at the SHQ, DHQs & MHQs.

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.

The notification of award of the contract by TSTS, shall be followed by execution of


Agreement(s) on non-judicial stamp paper(s) between TSTS and the Service Provider, as
the case may be, according the terms and conditions of this RFP, and for performing the
Scope of Work (Section-4).

Page 13 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

1.3 TSWAN implementation status


TSTS on behalf of IT&C department is the implementing agency for the project. The Network is
centrally operated, managed and maintained from the TSWAN Network Operating Centre (NOC) at
‘D’ Block, Telangana State Secretariat, Hyderabark Operator. A 24x7 help desk is operational at
NOC. BSNL, the Bandwidth Service provider for TSWAN and has an exclusive coordinator for
TSWAN at Hyderabad. Dedicated Manpower is deployed in each District and in various Mandal
Headquarters by the Network Operator for operation & maintenance of the network. The number of
Points of Presence (PoPs) under TSWAN are as below:

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.

1.4 TSWAN Architecture


TSWAN is logically divided into two network segments.
1. Vertical segment - The SHQ PoP is connected to the District PoPs using point to point
leased lines with 20 Mbps capacity (BSNL) and 34 Mbps NIC connectivity. Each of the
DHQ PoPs are connected to the respective MHQ PoPs using P2P leased lines of 12
Mbps capacity (BSNL).

2. Horizontal segment - Connectivity is available to around 1500 horizontal offices using a


combination of wired/ wireless leased lines at each of the SHQ/DHQ/MHQ locations.
Major horizontal departments include Revenue, IGRS, MPDO, etc.
SHQ/DHQ/MHQ PoP locations are connected to various horizontal offices with
2/4/6/8/10/12 Mbps bandwidth leased lines.

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

d. Redundancy is available for both the Router and the Switch


e. If primary router fails, all links will be shifted to secondary router, similarly, all links will be
shifted to secondary switch if primary fails.
f. The DHQ PoP has Collectorate/ Revenue offices connected on LAN
g. Various horizontal offices are also connected to the DHQ through wired (Point to Point) /
wireless (Point to Multipoint) connectivity

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

Horizontal offices (Point to Multi Point Connectivity):

Point to Multipoint wireless connectivity is available to various Horizontal Offices at SHQ/DHQ/MHQ


levels. (The above diagram depicts connectivity provided by Telecom Service Provider – SIFY)
For Horizontal connectivity bandwidth is provided as per theat 2/4/8/12Mbpsuser’srequireme.

Horizontal offices (Point to Point Connectivity - BSNL):

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):

Point to Multipoint wireless connectivity is available to various Horizontal Offices at SHQ/DHQ/MHQ


levels. (The above diagram depicts connectivity provided by Telecom Service Provider – Reliance)

1.5 Key Stakeholders

a. Project owner: ITE&C Dept., Government of Telangana and Telangana State


Technology Services on behalf of ITE&C Dept., Government of Telangana
b. Existing Bandwidth service Provider: BSNL
c. Existing Network Operator: M/s Akshara Enterprises
d. Principal Bandwidth service Provider(s): National Knowledge Network (NKN)

Page 19 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

1.6 Roles & Responsibilities

The roles and responsibilities of various stakeholders for various activities under TSWAN
are indicated below.

R – Responsible, A – Accountable, C – Consulted, I – Informed, Q – Quality Reviewer

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.

10. Monitor the network on round the RA I I Q


clock basis.
Provision for bandwidth on demand
11. for new departments and new offices. R A A IQ R
12. Provision for bandwidth scalability as R A C IQ R
per the GoTS requirements.
Relocation of TSWAN links within
13. Telangana as per GoTS R C AC IQ CI
requirements.
14. Centralized helpdesk for call/issue RA I C IQ
management across TSWAN
User feedback from nodal officers at
15. DHQs and MHQs R I C IQ
16. Renewal of Software licenses RA C C IQ
Page 20 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

R – Responsible, A – Accountable, C – Consulted, I – Informed, Q – Quality Reviewer

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

Section 2 – Evaluation Criteria

2.1 Pre-Qualification criteria

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)

a. The bidder shall be an Information 1. Certificate of Incorporation/


Technology company/ partnership/ Registration Certificate
proprietorship firm with more than
5 years of operations in India as on 2. Memorandum of Association/
bid calling date. The bidder should Registered partnership deed
be registered under the Indian
company’s -1956/act 2013 or 3. Details as per Form – P1
registered partnership act 1932.

The bidder should have a


b. The bidder shall provide:
registered number of
i. GST registration i. GST registration number
ii. PAN number. ii. PAN number.

c. The bidder shall be a Company - Work order/ Contract Extract


engaged in offering networking indicating the scope of work and
solutions, O&M for WANs etc, or number of locations covered.
dealing with Information &
Communication technologiesThe Bidder shall submit a self
providing networking services. declaration for successful
completion/ work in progress for
The bidder must have successfully the project.
undertaken anyoneof the
following: - The information should be
provided as per Form –P2
1. Two projects with Successful
implementation or

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)

maintenance of wide area


network consisting of switches/
routers/ network components
having minimum 400 separate
office locations each(Separate
locations implies different
cities, towns or villages) for
Central government (GoI) /
Scheduled Banks / State
Governments / PSUs or large
Private Organizations
(Implementation/ Maintenance
within own organization shall
not be considered) - in any of
the last 4 financial years in
India (2014-15, 2015-16, 2016-
17, 2017-18)

(or)

2. Three projects with Successful


implementation or
maintenance of wide area
network consisting of switches/
routers/ network components
having minimum 250 separate
office locations each(Separate
locations implies different
cities, towns or villages) for
Central government (GoI) /
Scheduled Banks / State
Governments / PSUs or large
Private Organizations
(Implementation/ Maintenance
within own organization shall
not be considered) - in any of
the last 4 financial years in
India (2014-15, 2015-16, 2016-
17, 2017-18)

d. The bidder must have experience - Work order/ Contract Extract


in implementation/maintainance of indicating the scope of work and
High Definition Video Conference number of VC nodes covered.
solution in atleast one project with
minimum 100 VC nodes(including The Bidder shall submit a self
Page 23 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)

Harware & Software) each in Govt. declaration for successful


Organization/ PSU/ scheduled completion/ work in progress for
commercial bank or large Private the project.
Organizations in India during any
of the last 4 financial years in India - The information should be
(2014-15,2015-16,2016-17, provided as per Form –P3
2017-18).

e. The bidder should have an Statutory Auditor’sCertificate


average annual turnover of Rs. stating the annual sales turnover
100 Crores or above in the last four for the last four financial years of
financial years of 2014-15, 2015- 2014-15,2015-16,2016-17,
16, 2016-17, 2017-18 from IT/ITE 2017-18 clearly mentioning the
Services/ ICT/ Tele turnover from services as per the
Communications/ Networking /VC RFP – Form P4. The bidder to
Projects submitCertificate
Registration Number/ Seal.

f. The Bidder must have a Positive Statutory Auditor’s


Net Worth for the financial year stating that the bidder has a
2017-18. positive net worth – Form P4

g. The bidder should be an OEM The authorization letters on the


partner/ distributer/service partner letter heads of the OEM-
to offer support services and AMC (Required for the following OEMs
for items mentioned in the RFP. - HP, Vidyo). Please refer Form-
P5

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.

i. The bidder should have at least - Proof of office in Telangana


one office in Telangana. along with GST number allotted in
(Billing/Invoice should be done Telangana (or) Undertaking from
from any of these offices located in the authorized signatory stating
Telangana only - The bidder shall that in case the project is awarded
have GST number allotted in to the bidder, an office shall be
Telangana and billing shall be from opened by the bidder in the state
Telangana office only.) with sufficient personnel within 3
months of signing of contract.
In case bidder has no presence in
Telangana, the bidder shall furnish
Page 24 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)

an undertaking that an office shall Use Form-P6


be opened in Telangana, with
sufficient personnel within 3
months of signing of contract.
Beyond that 5% penalty shall be
deducted on invoice value (QGR).

The bidder must have on its payroll Certificate from b


j.
at least 500 technically qualified Department for number of
professionals in the area of technically qualified professionals
networking/ systems integration employed by the company.
/experience in providing the WAN
maintenance services as on
31.03.2018.
Resources deployed under this The bidder must give declaration
k.
project shall be dedicated for this stating that the resources
project reporting to TSTS/ITE&C deployed under this project shall
Dept. during the entire project. be dedicated for this project
reporting to TSTS/ITE&C Dept.
during the entire project as per the
Form-P7
l. The Bidder must submit self Self Declaration letter from Bidder
declaration letter for back to back for back to back agreement with
agreement with OEM (HP & Vidyo) OEM for warranty support – Form
for product support. The bidder has P8
to submit the back to back
agreement with OEM within 1
month of signing of contract.
Beyond that 2% penalty shall be
deducted on weekly basis without
any cap on the QGR penalty until
the submission of the document to
TSTS.

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)

any other Autonomous


Organization of Central or State
Government as on bid calling date.

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

2.2 Technical Evaluation criteria

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

(Implementation/ Maintenance within own


organization shall not be considered)
Number of Projects with successful 2projects – 6 Marks
Installation/ Maintenance of WANs with
minimum 300 separate office locations 3projects – 8 Marks
(Separate locations implies different cities,
towns or villages) for Central government 4& above projects – 10
(GoI) / Scheduled Banks / State Marks
2.
Governments / PSUs or large Private 10
Organizations in any of the last 4 years by
bidder partner (2014-15, 2015-16, 2016-
17, 2017-18) – Form T2

(Implementation/ Maintenance within own


organization shall not be considered)
Bidder’sexperience in implementation/ 2 projects – 7 Marks
maintenance of multi location, multi party
VC solution projects with minimum 100VC 3& Above Projects- 10
nodes (including Hardware & Software) for Marks
3.
each project.– Form T3 10

(Last 4 years(2014-15, 2015-16, 2016-17,


2017-18)projects will be considered for
points award)
Page 27 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
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

2.3 Evaluation of Financial bids

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

3. Section 3 - Statement of important limits/values related


to bid

3.1 Statement of important limits/values related to bid

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.

4 Contract Period The contract period is 3 years from the date of


signing of the agreement. The contract period
may be extended on mutual agreeable terms and
conditions.

5 Selection Method The selection method is Least Cost Based


Selection (LCBS or L1).

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.

The Tender 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 for an

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.

amount of Rs.25,000/- (Rupees Twenty Five


Thousand only) drawn in favour of "The
Managing Director, Telangana State Technology
Services Limited" payable at Hyderabad 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.

7 Transaction Fee Transaction fee: All the participating bidders who


submit the bids have to pay an amount @ 0.03%
of their final bid value online with a cap of
Rs.10,000/- for quoted value of purchase up to
Rs.50 crores and Rs.25,000/- if the purchase
value is above Rs.50 crores & GST applicable @
18% or as levied by Govt. of India on transaction
fee through online in favor of MD, TSTS. The
amount payable to TSTS is nonrefundable.
Corpus Fund: Successful bidder has to pay an
amount of 0.04% on quoted value through
demand draft in favor of Managing Director,
TSTS, Hyderabad, towards corpus fund at the
time of concluding agreement.

8 Variation in quantities +/- 25%

9 Period for furnishing performance Within 15 working days from date of signing of
security Contract.

10 Performance security value 10% of contract value in favour of The Managing


Director, Telangana State Technology Services
Ltd

11 Performance security validity period 90 days beyond the contract period

12 Date for signing contract Within 21 working days from date of receipt of
notification of award

13 Deployment of Manpower As per the NoA/ RFP/ Contract agreement

14 Project Kickoff Meeting As per the NoA/ RFP/ Contractagreement

15 AMC Period 36 months from the date of successful takeover


of all goods/services.

16 Payment terms TSTS will make Quarterly payment to Vendors


upon submission of invoices and supporting
reports required as per the RFP

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.

17 Bid Submission Procedure On Line (e-Procurement).


Bidders are requested to submit the bids after
issue of minutes of the pre bid meeting duly
considering the changes made if any, during the
pre-bid meeting. Bidders are totally responsible
for incorporating/ complying the changes/
amendments issued if any during pre-bid meeting
in their bid.

18 Procedure for Bid Submission Bids shall be submitted online on eProcurement


platform: https://tender.telangana.gov.in
1. The participating bidders in the tender should
register themselves free of cost on e-
procurement platform in the website
https://tender.telangana.gov.in
2. Bidders can log-in to e-procurement platform in
Secure mode only by signing with the Digital
certificates.
3. The bidders who are desirous of participating
in e-procurement shall submit their technical bids,
price bids as per the standard formats available
at the e-market place.
4. The bidders should scan and upload the
respective documents in Pre-Qualification and
Technical bid documentation as detailed in the
RFP including EMD. The bidders shall sign on all
the statements, documents certificates uploaded
by them, owning responsibility for their
correctness/authenticity.
5. The rates should be quoted in INR only

19 Conditional bids Not accepted, liable for rejection

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.

21 Other conditions 1. After uploading the documents, the copies of


the uploaded statements, certificates, and
documents, original Bank Gurantee in respect of
Bid Security (except the Price bid/offer/break-
up of costs and taxes) are to be submitted by
the bidder to the O/o The Managing Director,
TSTS, Hyderabadwithin two working days from
date of bid submission.
Failure to furnish any of the uploaded documents,
certificates, will entitled in rejection of the bid.
Similarly, if any of the certificates, documents,
Page 32 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.

etc., furnished by the Bidder are found to be false/


fabricated/ bogus, the bidder will be disqualified,
blacklisted, action will be initiated as deemed fit
and the Bid Security will be forfeited.
2. TSTS will not hold any responsibility regarding
non-visibility of the scanned and uploaded
documents.
3. The Documents that are uploaded online will
only be considered for Bid Evaluation.
4. Important Notice to Contractors, Suppliers and
Department users: In the endeavor to bring total
automation of processes in e-Procurement, the
Govt. has issued orders permitting integration of
electronic Payment Gateway of ICICI/HDFC/Axis
Banks with e-Procurement platform, which
provides a facility to participating suppliers/
contractors to electronically pay the transaction
fee online using their credit cards.

Page 33 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

4. Section 4 - Scope of Work


The scope of the work for the Network Operator is to manage the Vertical segment and
monitor Horizontal offices connectivity of TSWAN network.

S. No. Hierarchal location Number of PoPs

1 SWAN State Headquarter (SHQ) - NOC 1

2 SWAN District Headquarter (DHQ) 31

3 SWAN Mandal Headquarter (MHQ) 584

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.

4.1 Facility Management Services (FMS) & Maintenance Services (MS)

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.

4.2 Network Management Services

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.

1. Bandwidth utilization reports


2. Link availability/uptime reports.
3. Link downtime reports

Page 35 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

4. Linkwise latency reports.


5. Firewall and other security devices uptime reports
6. CPU utilization reports
7. Memory utilization reports
8. Packet loss reports
Other customized reports as requested by TSTS, ITE&C and TPA.

k. Operator shall carryout the following activities (but not limited to) as a part of Network
Administration & Management.

1. Manage network device configurations through proper change requests.


2. Manage network device configuration repositories for versioning and backups.
3. Manage network device software updates through proper change requests.
4. Monitor network devices for performance and availability, resource utilization.
logs, alerts, Network availability, CPU utilization, memory utilization, packet loss
etc.
5. Role based access control should be implemented for access to networks.
6. Creation and removal of users should go through change management process
with all the approvals in place.
7. Password policies shall be maintained by the operator. Password shall be
changed as per approved password policy.
8. Network diagrams should be maintained up to date reflecting any changes in the
architecture.
9. Configuration of Access control lists.
10. Administering User IDs.
11. Helping Users to use common resources on Network
12. Network analysis and performance tuning.

4.3 Operations & Management


The Network operator shall provide the following services for Management of SWAN. The
Network operator shall ensure that appropriate System and Processes are in place and in
line with ISO20000 standards for delivering them. Network operator shall draft all the
process documents for the following (But not limited to) processes.

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

1. Network operator shall prepare a Configuration management process document


and approved by TSTS.
2. All the CIs shall be identified and tagged appropriately.
3. Location, Version, functional status, warranty status, Associated known errors and
problems of CIs shall be recorded.
4. Any change in configuration shall follow change management process.
5. Network operator shall maintain a CMDB.
6. CMDB Audits shall be carried out half yearly.

b) Incident and Service request Management:

Incident management is a process to identify, analyze, and correct hazards to prevent a


future re-occurrence of incidents.

1. Network operator shall prepare an incident and service request management


process document and approved by TSTS.
2. All the incidents and service requests shall be logged in the service desk.
3. Incidents shall be prioritized based on impact and urgency.
4. Network operator shall carry out monthly analysis of Incidents.

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:

Change management is a process of systematically handling the changes.


1. Network operator shall prepare a Change Management process document and
approved by TSTS.
2. All the changes must go through a change management process and shall be
associated with an RFC, CAB approval, change implementation plan and a roll back
plan.
3. Network operator shall prepare templates and forms for change requests, change
schedule, pre-implementation and post-implementation forms and roll back plan.
4. All the changes shall be tracked and the operator shall maintain a change
management tracker.
5. Monthly Change management reports shall be submitted to TSTS.
6. Change management roles shall be assigned.
Page 37 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

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.

f) Service Level Management:


Service level management is a process of maintaining service levels as per the agreement
and ensuring the service levels are achieved.
1. Network operator shall prepare a Service Level Management process document
and approved by TSTS.
2. Network operator shall document the service levels as per the agreement
3. Network operator shall include the approach to achieve the service levels.
4. Network operator shall Organize and maintain service level review process on
quarterly basis.
5. Network operator shall analyze and review the service levels against the SLAs.
6. Network operator shall generate all the SLA reports as detailed in this RFP and
share with TSTS and TPA when required.

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

1. Network operator shall prepare a Capacity Management process document and


approved by TSTS.
2. Network operator shall carry out half yearly capacity utilization audits taking into
consideration Bandwidth utilization, CPU utilization, memory utilization etc.
3. Network operator shall define the thresholds for each of the parameters and monitor
the capacity accordingly.
4. Network operator shall intimate TSTS if the set thresholds are breached.

4.4 Operational Support

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.

4.5 Maintenance and Monitoring with CA suite


a. From the date of takeover, the new Service Provider shall pay for the Annual Technical
Support charges for CA support and renew the CA support.
b. Following tools are available as a part of CA Suite at TSWAN for network management and
reporting purposes.
1. CA Spectrum
2. CA UIM
3. CA Service desk

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

4.6 Helpdesk Services


The help desk service will serve as a single point of contact for all incidents and service
requests at the TSWAN. The service will provide a Single Point of Contact (SPOC) and also
escalation / closure of incidents for the user departments. The activities shall include:

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

1. Propose and adhere to an appropriate escalation matrix.


2. Assign severity level to each call, track each call to resolution.
3. Make sure that the resolution time requirements as per the definitions, is met
with
4. Carry out root cause analysis of the problems and provide resolutions.
5. Escalate calls as required
6. Analyze the call statistics and submit reports to the Department/ TSTS.

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.

4.7 Helpdesk for Horizontal Office Connectivity:

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.

4.8 Security Administration


a. Operator shall draft an Information security policy in line with the objectives of TSWAN and
approved by TSTS.
b. Operator shall carry out internal Vulnerability assessment on half-yearly basis and rectify
any gaps in the security.
c. Operator shall provide information security trainings to their personnel every 6 months. The
quality and effectiveness of the trainings shall be reviewed by the TPA.
d. Operator shall promptly act upon the security concerns raised by the TPA and provide
closure of those issues in timely manner.
e. Operator shall maintain all the Network devices, servers, firewall and desktops with up-to-
date anti-virus.
f. Operator is responsible for patch management for all the Network devices, servers and
desktops under the scope of this contract.
g. Encryption: All communications over the various links within the TSWAN shall be encrypted
using standard protocols like IPSec, 3DES & AES to ensure highly secure communication.
h. Port based MAC binding should be enabled on all network devices.
i. Intelligent packet filtering, URL filtering, context based access control, blocking of malicious
contents shall be configured to maximize security.
j. Network devices shall be controlled over TACACS+ or RADIUS authentication. Necessary
system with the software is to be deployed for controlling this access. The system shall
offer TACACS+ / RADIUS services.
k. All the public IPs should be SSL enabled. SSL should be enabled while accessing TSWAN
network via Public or private IPs.
l. Operator shall maintain Audit logs for all the devices and services as per their Audit log
management policy approved by TSTS.
m. Monitoring of OS and anti-virus updates shall be carried out by the operator.
n. Monitoring of malicious attacks like port scanning shall be carried out by the operator.

Page 43 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

4.9 Other key activities for operations

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.

4.10 Manpower Criteria


The FM & MS services provider shall deploy the following staff with the requisite experience
for providing FM & MS services mentioned in this RFP.

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.

4.11 Minimum Resource Requirement


The Service provided shall provide resources as per the table above - Manpower criteria.

NOTE: - This is the minimum requirement of manpower. However, FM & MS service


provider shall be required to depute any other manpower over & above the requirement
specified to meet the project requirements such as shift, leave and emergencies.

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.

The Service provider is required to make available Manpower deployment


(SHQ/DHQ/MHQ) details on the website of TSTS.

4.12 Manpower Deployment Plan


a. Successful bidder shall deploy manpower within 21 working days from date of signing of
Contract.
b. Manpower deployment shall include the following
The successful bidder shall provide facility management services in three shifts (8 hours each)

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.

1 Morning Shift From 6.00 AM to 2.00 PM


2 Afternoon Shift From 2.00 PM to 10.00 PM
3 General shift From 10.00 AM to 6.00 PM
4 Night Shift From 10.00 PM to 6.00 AM

c. Manpower Deployment Plan at SHQ

TSWAN Working Day TSWAN Holiday/ Sunday


MorningGeneralAfternoon Night MorningAfternoon Night
S. No Resource Shift Shift Shift Shift Shift Shift Shift
(10PM
(6AM- (10AM- (2PM- (10PM- (6AM- (2PM- -
2PM) 6PM) 10PM) 6AM) 2PM) 10PM) 6AM)
1 Project Manager 1
2 Network Expert 1
3 Network Security Specialist 1
4 Videoconferencing Expert 2
5 NMS Expert 1
6 Network Support Engineer 1 2 1 1 1 1 1
Helpdesk analyst cum
7 1 1
coordinator
Helpdesk Coordinator for
8 Horizontal office 1
connectivity
Total Man Power 14 3

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.

4.13 Relocation of Equipment


The FM & MS service provider is required to relocate the equipment from one location to
another depending on the requirements of GoTS due to shifting of offices. When an office is
shifted from one place to another, the type of connectivity may change or may not. If there is
no change in the type of connectivity, the same equipment shall be used for the connectivity
and the necessary cabling shall be done by the FM & MS service provider without any
Page 48 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

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.

S.No Type of Shift Remarks


Within the This is relocation within the same building/ same office
1 Premises premises. Ex: one floor to other floor. (or) From one building to
another in the same campus
Within the This is relocation within the district limits - one mandal to another
2
District mandal within the same district.
Within the This is relocation within the same mandal/ municipal limits.
3
Mandal
4 Within the This is relocation from one District location to another District
state location.

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.

4.14 Coordination with TS SOC


Service provider shall be responsible to co-ordinate with TS SOC team and shall share the logs
as when requested by ITE&C Dept. and Service provider shall submit the reports on a regular
basis in a mutually decided format. Service provider shall be responsible to mitigate the security
risks of TSWAN identified by TS SOC team within the stipulated time framework.

4.15 MIS Reports


Service provider shall submit the reports on a regular basis in a mutually decided format.
The following is only an indicative list of MIS reports that may be submitted to the TSTS:

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.

Half yearly Reports


a. TSWAN Security Audit Report
b. IT infrastructure Upgrade / Obsolescence Report

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

Certifications and maintenance/continuity of Certifications


a. Service provider shall be responsible for operating, monitoring, reviewing, maintaining
and improving the Information Security Management System, Facility Management
Services and Maintenance services at TSWAN till the project End date.

4.16 Asset Management Services


a. The Service provider shall be responsible to maintain asset database of all the equipment/
software procured/ Installed as per ITIL standards under TSWAN Project.
b. The details of all assets like hardware, software, peripherals, manuals, media and other
related peripherals, etc., shall be maintained by recording information like make, model,
configuration details, serial numbers, licensing agreements, warranty, location of installation
etc.
Page 50 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

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.

4.17 Preventive Maintenance


a. Preventive maintenance shall be carried out for all the IT, Non-IT and Video conferencing
equipment quarterly for SHQ and DHQs and half yearly for MHQs and respective preventive
maintenance reports shall be submitted to TSTS and TPA.
b. It shall be responsibility for the Service provider to report any issues found during preventive
maintenance to TSTS and recommend resolution to resolve those issues.
c. Preventive maintenance checklist shall be prepared for all the equipment by Network
operator in consultation with TSTS and ITE&C Dept. The checklist should also include
recommendations by the OEM.
d. Network operator shall submit preventive maintenance report to TSTS and TPA on half
yearly basis.
e. In case of delay in performing preventive maintenance for SHQ and DHQ equipment, a
penalty of 5% shall be levied on the AMC cost of the equipment for which Preventive
maintenance has not been donefor that half year and subsequent quarters until the
preventive maintenance for that half year is completed.
f. In case of delay in performing preventive maintenance for MHQ equipment, a penalty of 5%
shall be levied on the AMC cost of the equipment for which Preventive maintenance has not
been done for that quarter and subsequent quarters until the preventive maintenance for
that quarter is completed.

4.18 User satisfaction surveys

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

4.19 Video Conferencing


a. The Network Operator shall maintain and manage VC hardware, software at the NOC and
shall make the system available at all SHQ, DHQ & MHQ locations.
b. The Network Operator shall monitor the whole system centrally for proper functioning of the
systems.
c. During the contract period, the Network Operator shall apply patches and upgrades from
time to time without any additional cost.
d. The Network Operator shall provide on-site facility management to take care of the system,
Provide Low Bandwidth solution, scheduling conferences, maintaining users, groups,
troubleshooting etc. The SHQ/DHQ/MHQ engineers shall be responsible to provide the
services for VC locations.
e. The Network Operator shall proactively monitor the VC systems. In case of any problem
observed or reported, the Network Operator should resolve the problem immediately.
f. The Network Operator shall repair / replace the equipment in case of any problem arises.
g. The Network Operator will own the responsibility of maintaining the System Uptime as per
the defined SLAs.
h. The Network operator shall carry out preventive maintenance and breakdown maintenance
activities to ensure that all the hardware and firmware execute without defect or interruption
for at least required uptime.
i. The vendor shall provide necessary training to the operation engineers engaged at the
SHQ/DHQ/MHQ. The training will cover installation, implementation, administration, usage,
troubleshooting and interpretation of reports, logs etc.
j. The vendor shall provide necessary training to the end users.

4.20 Third Party Audits


a. TSTS has appointed a Third party Audit agency (TPA) with a core objective to provide
objective assurance and audit services designed to monitor and assess the conformance
by the Service provider and add value to improve the TSWAN operations.
b. The TPA shall audit the TSWAN Inventory, security, performance, Helpdesk, SLAs and
compliance with standards and processes of TSWAN. It shall be the responsibility of the
Service provider to support and co-ordinate with the TPA during their Audits and monitoring.
c. Service provider shall provide access of NMS and/or helpdesk and /or reporting tools
(Availability and performance) to the TPA during the entire contract period as and when
required for the purpose of SLA of other operational requirements related to payment and
project obligations.
d. Service provider shall share the quarterly SLA reports and SLA audit pre-requisites to the
TPA within 7 days from the quarter end date.
e. Consolidated Weekly/monthly/Quarterly link availability reports for all the PoPs should be
shared with the TPA.

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.

4.21 Service Level Agreement


The purpose of this Service Level Agreement (hereinafter referred to as SLA) is to clearly
define the levels of service which shall be expected from the bidder (hereinafter referred to
as “Service provider”) towards the State for theproject duration of 3 years from the date of
acceptance.
The Operator / Service Provider have to meet the SLA requirements as mentioned in this tender
document. SLA defines the terms of the Network O responsibility in ensuring the performance of the
TSWAN based on the agreed performance indicators as detailed below.

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.

S.No SLA Parameter SLA Target

Network Availability between SHQ – DHQ during Prime


1 >=99.5 %
Business Hours
Network Availability between DHQ – MHQ during Prime
2 >=99%
Business Hours
Network Availability between SHQ – DHQ during Extended
3 >=95%
Business Hours
Network Availability between DHQ – MHQ during Extended
4 >=90%
Business Hours
5 SWAN Backbone Latency (in Milliseconds) Less than 90 ms
6 SWAN Backbone Packet Loss <=1 %
7 Internet Availability >=95 %
8 Firewall Outage 0 % downtime
9 Core Switch 0% downtime
10 Core Router 0% downtime
11 IDS & IPS Outage 0 % downtime
12 All core components at SHQ 0% downtime

Page 53 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

4.21.1 TSWAN SLA Terms & Definitions

S. No SLA Terms Description

‘SWAN Backbone’ refers to Internet Proto


SWAN infrastructure consisting of a network of selected SWAN points of presence
1
Backbone where network equipment is available as part of the Wide Area Network
within the State.
‘Uptime’ refersSWANbackboneto availability across various segments i.e.
between State Head Quarters to District Head Quarters and District Head
2 Uptime Quarters to Mandal Head Quarters. “%Uptime”
minutes) in a month / quarter to Total time (in minutes) in the month / quarter
multiplied by 100.
‘Latency’ refers to the average -timetrippacketrequiredtransfers
3 Latency between Selected PoPs on the selected portions of the SWAN Backbone
during a calendar month.
‘Packet Loss’ refers to the average percenta
4 Packet Loss between Selected PoPs during a calendar month that are not successfully
delivered.
Prime
Business PBH refers to the prime network utilization period for SWAN, which shall be
5
Hours starting from 9:00 AM till 9:00 PM on all the days of the week.
(PBH)
Extended ESH refers to the lean network utilization period for SWAN, which shall be
6 SLA Hours typically starting from 9:00PM to 9:00 AM of next day on all days of the
(ESH) week.
‘Planned Network Outage’ refers to unavailab
to infrastructure maintenance activities such as configuration changes, up
Planned gradation or changes to any supporting infrastructure. Details related to
7 Network such planned outage shall be agreed with the State government and shall
Outage be notified to the SHQ, DHQs, MHQs and related Departments in advance
(at least five working days). Such outage shall be taken up on Sundays or
other Government holidays to the extent possible.

Unplanned ‘Unplanned Network Outage’ refers to an inst


8 Network pass in or out of the Selected PoP through which Departments connects to
Outage the SWAN Backbone for more than 5 consecutive minutes.

4.21.2 SWAN Backbone Latency


The Latency on the SWAN Backbone shall be maintained at:
1. 90 milliseconds or less for the District level Network
2. 90 milliseconds or less for the Mandal/ Sub Division/ Block level Network

Page 54 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

SLA Parameter: SWAN Backbone Latency

Network Network Remarks


Segment Latency
SLA allows a maximum of 90 Milliseconds in the
SHQ – DHQ Not more than connectivity between the State Head Quarter and to all the
90 ms District Head Quarters.
SLA allows a maximum of 90 Milliseconds in the
DHQ – MHQ Not more than connectivity between the District Head Quarters to Mandal
90 ms Hqs.

4.21.3 SWAN Backbone Packet Loss


The Packet Loss on the SWAN Backbone shall be maintained typically at less than 1%
measured on a monthly basis.

SLA Parameter: Packet Loss


Packet
Network Segment Remarks
Loss
SLA allows a maximum of 1% of packet loss in the
connectivity between the State Head
SHQ - DHQ &DHQ-
<=1% Quarter to all the District Head Quarters and each
MHQ
District Head Quarters to the respective Mandal Head
Quarters.

4.21.4 Internet Availability


SLA Parameter: Internet Availability
Network Segment Availability % Remarks
Overall Internet SLA allows a maximum of 7 hours internet services
95
Availability unavailability per month.

4.21.5 Firewall & Core Components Outage

SLA Parameter: Firewall Outage

Network Segment Outage Remarks


Internet Firewall SLA allows no down time in the Internet firewall
0%
Availability availability.
Intranet Firewall SLA allows no down time in the Intranet firewall
0%
Availability availability.
Core switch, core SLA allows no down time in all core
router, core 0% components availability.
components

Page 55 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

4.21.6 IDS & IPS Outage


SLA Parameter: IDS/ IPS Outage

Network Segment Outage Remarks


IDS/ IPS for In Bound SLA allows no down time in the IDS/ IPS
0%
& Outbound Traffic deployed in SWAN.

4.21.7 Denial of Service

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.

4.21.8 Network Operations Management

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.

Severity Level Definition


The network outage, security or performance related issues impacting the
Level 1 network availability/performance and leading to unavailability of the
services in State Head Quarter.
The network outage, security or performance related issues impacting the
Level 2 network availability/performance and leading to unavailability of the
services in one or more Districts.
The network outage, security or performance related issues impacting the
Level 3 network availability/performance and leading to unavailability of the
services to one or more departments in Sub division/ Mandal.

4.21.9 Capacity and Performance Management

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

4.21.10 CPU Utilization

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.

4.21.11 Memory and buffers

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.

4.21.12 Link Utilization


a. Service provider shall monitor the utilization of TSWAN links across the segments to verify
the current utilization and the trends to ensure that enough bandwidth is available for the
applications and services to function without performance issues.
b. Service provider shall provide fortnightly reports on the link utilization and in case the link
utilization on a constant basis is exceeding 70%, theService provider shall provide
recommendations to the State government on procurement of additional bandwidth.

Page 58 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

4.21.13 Measurement of SLA

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.

4.21.14 SLA Reporting


For reports on the performance of TSWAN, the Service provider is required to make
available performance and availability reports on the website of TSTSvisible to all
stakeholders.

4.21.15 TSWAN Security Auditing


Upon completion of TSWAN takeover, it is mandatory for the TSWAN infrastructure be
audited by the Third Party Agency from a security perspective. Such Security audit
shall include complete infrastructure established at the State Head Quarter and the
infrastructure at District and Mandal on a sample basis. Such sampling rate shall be
agreed mutually between TSTS and the Service provider. The Service provider shall
support TPA to conduct the security audit by sharing/providing the data required by the
TPA.

4.22 QGR &Penalties


a. The Operator/service provider shall be paid Quarterly Guaranteed Revenue (QGR) as per
the services (i.e. availability) provided. Availability will be calculated on quarterly basis. In
this regard, Operator/service provider is expected to peruse carefully the tables below and
the benchmark indicated for non-availability and consequent non-payment of QGR.
Penalties will be levied based on the impact on SWAN network due to non-availability of
any equipment or part of equipment or any PoP.
b. Network Downtime caused due to BSP shall not be considered for calculation of penalties
for Network operator. Network operator shall log a call with the respective BSP for all the
issues related to Bandwidth and provide call log ID to TSTs and TPA.
c. Downtime caused due to battery backup issues shall not be considered for calculation of
penalties for Network operator. Network operator is required to have the battery backup
issues certified by the Nodal officer of that particular PoP.
d. It is the responsibility of the Network operator to inform TSTS for the replacement of
batteries 30 days before the warranty expiration dates. In case the Network operator fails to
inform TSTS regarding the warranty expiration of batteries 30 days in advance, the network
availability penalties shall be applicable in case of downtime due to battery backup issues.
Page 59 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

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:

Total Number of QGR per


S.No. PoP Total QGR
PoPs POP
1 SHQ 1 P 1xP
2 DHQ 31 Q 31 x Q
3 MHQ 584 R 584 x R

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.

QGR Type 1 = 0.6(P/ 31) + 0.6 (Q + (N x R))


Calculation of QGR Type 2: If one DHQ-MHQ link is down and there are ‘N’ nu connected to this
DHQ and ‘M’ numbers of Horizontal offices

QGR Type 2 = 0.7 (Q/N) + 0.7 (R)


QGR Type 3 = 0.2 (Q/N)

Page 60 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

4.22.1 Penalties for Vertical Connectivity

S. No Link Penalty during PBH Penalty during ESH

1 SHQ- >= 99.5% Nil >= 95% Nil


DHQ 99.5% to 0.5% of the 95% to >=94% 0.25% of the QGR
2 >=98.5% QGR Type-1 Type-1
98.5% to 1.5% of the 94% to >=93% 0.75% of the QGR
3
>=97.5% QGR Type-1 Type-1
97.5% to 3.5% of the 93% to >=92% 1.75% of the QGR
4 >=96.5% QGR Type-1 Type-1
96.5% to 5.5% of the 92% to >=91% 2.75% of the QGR
5 >=95.5% QGR Type-1 Type-1

95.5% to 7.5% of the 91% to >=90% 3.75% of the QGR


6 >=94.5% QGR Type-1 Type-1
94.5% to 10% of the 90% to >=89% 5% of the QGR
7 >=93.5% QGR Type-1 Type-1

93.5% to 12.5% of the 89% to >=88% 6.25% of the QGR


8 >=92.5% QGR Type-1 Type-1

92.5% to 15% of the 88% to >=87% 7.5% of the QGR


9 >=91.5% QGR Type-1 Type-1

91.5% to 17.5% of the 87% to >=86% 8.75% of the QGR


10 >=90.5% QGR Type-1 Type-1

90.5% to 20% of the 86% to >=85% 9% of the QGR


11 >=89.5% QGR Type-1 Type-1

89.5% to 22.5% of the 85% to >=84% 10.25% of the


12 >=88.5% QGR Type-1 QGR
Type-1
88.5% to 25% of the 84% to >=83% 11.5% of the QGR
13 >=87.5% QGR Type-1 Type-1

87.5% to 27.5% of the 83% to >=82% 12.75% of the


14 >=86.5% QGR Type-1 QGR
Type-1
86.5% to 30% of the 82% to >=81% 14% of the QGR
15 >=85.5% QGR Type-1 Type-1

85.5% to 32.5% of the 81% to >=80% 15.25% of the


16 >=84.5% QGR Type-1 QGR

Page 61 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

S. No Link Penalty during PBH Penalty during ESH

Type-1

84.5% to 35% of the 80% to >=79% 16.5% of the QGR


17 >=83.5% QGR Type-1 Type-1

83.5% to 37.5% of the 79% to >=78% 17.75% of the


18 >=82.5% QGR Type-1 QGR
Type-1
82.5% to 40% of the 78% to >=77% 19% of the QGR
19 >=81.5% QGR Type-1 Type-1

81.5% to 42.5% of the 77% to >=76% 20.25% of the


20 >=80.5% QGR Type-1 QGR
Type-1
80.5% to 45% of the 76% to >=75% 21.5% of the QGR
21 >=79.5% QGR Type-1
Type-1
Less than 79.5% No payment Less than 75% No payment
22

23 DHQ - >= 99% Nil >= 90% Nil


MHQ
99% to >=98% 0.5% of the 90% to >=89% 0.25% of the QGR
24 QGR Type-2
Type-2
98% to >=97% 1.5% of the 89% to >=88% 0.75% of the QGR
25 QGR Type-2
Type-2
97% to >=96% 3.5% of the 88% to >=87% 1.75% of the QGR
26 QGR Type-2
Type-2
96% to >=95% 5.5% of the 87% to >=86% 2.75% of the QGR
27 QGR Type-2
Type-2
95% to >=94% 7.5% of the 86% to >=85% 3.75% of the QGR
28 QGR Type-2
Type-2
94% to >=93% 10% of the QGR 85% to >=84% 5% of the QGR
29 Type-2 Type-2
93% to >=92% 12.5% of the 84% to >=83% 6.25% of the QGR
30 QGR Type-2
Type-2
92% to >=91% 15% of the QGR 83% to >=82% 7.5% of the QGR
31 Type-2 Type-2

Page 62 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

S. No Link Penalty during PBH Penalty during ESH

91% to >=90% 17.5% of the 82% to >=81% 8.75% of the QGR


32 QGR Type-2
Type-2
90% to >=89% 20% of the QGR 81% to >=80% 9% of the QGR
33 Type-2 Type-2
89% to >=88% 22.5% of the 80% to >=79% 10.25% of the QGR
34 QGR Type-2
Type-2
88% to >=87% 25% of the QGR 79% to >=78% 11.5% of the QGR
35 Type-2 Type-2
87% to >=86% 27.5% of the 78% to >=77% 12.75% of the QGR
36 QGR Type-2
Type-2
86% to >=85% 30% of the QGR 77% to >=76% 14% of the QGR
37 Type-2 Type-2

85% to >=84% 32.5% of the 76% to >=75% 15.25% of the QGR


38 QGR Type-2
Type-2
84% to >=83% 35% of the QGR 75% to >=74% 16.5% of the QGR
39
Type-2 Type-2
83% to >=82% 37.5% of the 74% to >=73% 17.75% of the QGR
40 QGR Type-2
Type-2
82% to >=81% 40% of the QGR 73% to >=72% 19% of the QGR
41 Type-2 Type-2

81% to >=80% 42.5% of the 72% to >=71% 20.25% of the QGR


42 QGR Type-2
Type-2
80% to >=79% 45% of the QGR 71% to >=70% 21.5% of the QGR
43 Type-2 Type-2
Less than 79% No payment Less than 70% No payment
44

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

4.22.2 Penalties for SHQComponents


Penalties for Core Switch, Core Router and Any Core components installed at SHQ

S. Core Switch/Core Penalty


No. Router/Core Component Availability
1 100% Nil
2 100% to >=99% 1% of the QGR of SHQ
3 99% to >=98% 3% of the QGR of SHQ
4 98% to >=97% 5% of the QGR of SHQ
5 97% to >=96% 7% of the QGR of SHQ
6 96% to >=95% 10% of the QGR of SHQ
7 95% to >=94% 13% of the QGR of SHQ
8 94% to >=93% 16% of the QGR of SHQ
9 93% to >=92% 19% of the QGR of SHQ
10 92% to >=91% 22% of the QGR of SHQ
11 91% to >=90% 25% of the QGR of SHQ
12 90% to >=89% 28% of the QGR of SHQ
13 89% to >=88% 31% of the QGR of SHQ
14 88% to >=87% 34% of the QGR of SHQ
15 87% to >=86% 37% of the QGR of SHQ
16 86% to >=85% 40% of the QGR of SHQ
17 Less than 85% 45% of the QGR of SHQ

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.

4.22.3 Preventive maintenance penalties


S.No SLA Parameter SLA Target penalty
5% of QGR for that quarter and
Preventive maintenance
subsequent quarters until the Preventive
1. for all SHQ and DHQ Quarterly
maintenance is carried out for that
equipment
quarter
5% of QGR for that Half year and
Preventive maintenance subsequent quarters until the Preventive
2. Half yearly
for all MHQ equipment maintenance is carried out for that half
year.

Page 64 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

4.22.4 Manpower deployment penalties


S.No SLA Parameter SLA Target penalty
Deployment of the desired 1.5 times of the manpower
Deployment and manpower and replacement cost on daily basis on the
1.
replacement of resources. of resource as per the tender proposed cost per each
requirements resource.

4.22.5 Manpower related Service Levels


The objective of this section is to monitor the availability of the Manpower at TSWAN, as per the
requirements of the project. It is the responsibility of SWAN operator to ensure 100% availability of all the
proposed manpower. The SWAN operator must also ensure the availability of the required manpower
resources on holidays and in case of leave/absence of manpower the TSWAN operator must have
suitable reserve manpower resources (duly meeting the manpower qualification criteria mentioned in this
RFP under this RFP “Minimum ensure their availability.

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.

Manpower Availability Service Levels


SLA parameter Availability Penalty
Manpower availability 100% Proportionate amount for each shift
absence shall be deducted from the
amount payable for the resource for
that quarter.

SLAs for Manpower Change


SLA parameter Target Penalty
Manpower change <20% of total manpower in 2% of QGR will be deducted for
a year. every 10% change in manpower
beyond the allowable 20% change.

Page 65 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

4.22.6 Helpdesk Penalties


Initial Response Issue Resolution
S.No Severity Penalty
Time Time
INR 1000 for every 1 hour
1 Level 1 15 Mins 1 Hrs. beyond the resolution time
of 1 Hr.
INR 1000 for every 1 hour
2 Level 2 30 Mins 2 Hrs. beyond the resolution time
of 2 Hr.
INR 1000 for every 1 hour
3 Level 3 60 Mins 8 Hrs. beyond the resolution time
of 8 Hr.

4.22.7 Operational Penalties


a. In the event the Service provider is unable to meet any one of the SLA parameters defined
in this tender for 10% or more of the operational PoPs during two quarters in a year or five
quarters during the three years of the contract, TSTS reserves the right to terminate the
contract.
b. In case of any SLA not being met for two consecutive quarters at any PoP, over and above
the penalty payable on account of SLA breach an additional penalty of 10% of QGR
payable for that PoP shall be levied till the requisite service level is restored.
c. Penalty will not be levied in case of unavailability of PoP due to downtime caused by BSNL/
BSP and penalty will be levied for all causes attributable to operator except downtime due
to BSNL/ BSP link failure.

4.22.8 Penalties for misuse


In case of misuse of bandwidth/ Internet at the instance of Service provider, the penalty
imposed on the Service provider, without prejudice to TSTS other remedies under the
Agreement, shall be 20% of the quarterly guaranteed revenue under the Agreement for all
the PoPs. If the misuse continues for two quarters in a year or five quarters during the
contract period, TSTS may terminate the Agreement.

Page 66 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

4.22.9 Penalties for Horizontal connectivity issues

S.No SLA Parameter SLA target Penalty

Initial Response time to


intimate the BSP from INR 1000 for every 1 hour beyond the
1 30 Mins
the time of call log/ response time of 2 Hr.
ticket registration

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.

4.22.10 Video Conferencing SLAs & Penalties


S.No SLA Parameter SLA Target Penalty
1. Uptime for MCUs/ 99 % Rs.1000 for every 1% additional
Gateways/ Portal on downtime
quarterly basis
2. Response time for VC Reponse within 6 hours Rs 1000 beyond 6 business hours
Endpoint Issues for every 2 additional business
hours beyond the response time
3. Replacement of faulty End NA The faulty end point equipment
point equipment covered under AMC shall be
repaired/ replaced by the Service
Provider within 24 hours of
identification of such fault.
If the equipment is not replaced
within 24 hours of identification of
the fault, a penalty of 3% of the
QMC value for that device shall be
applicable for every additional 24
hours until the device is repaired/
replaced.

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

4.23 Summary of Reports


Reports to be submitted by the Network Operator as part of the engagement:
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 Department/ TSTS/ TPA.
1. Operator shall be responsible to generate the following reports.
a. Bandwidth utilization reports (including backup links)
b. Link availability/uptime reports (including backup links)
c. Link downtime reports
d. Linkwise latency reports
e. Firewall and other security devices uptime reports
f. CPU utilization reports
g. Memory utilization reports
h. Packet loss reports
i. WAN Links Uptime and Downtime Report (including backup links)
j. WAN Links Utilization Report (including backup links)
k. Scheduled Downtime Activities Report
l. Problem Management Reports
m. Performance Management Reports
n. Security Management Reports

2. Bi-annual Performance Audit Reports and Recommendations Report


3. Bi-annual Capacity Audit Reports and Recommendations Report
4. Monthly Change management reports.
5. Helpdeskcall statistics and analysis reports on a daily, monthly and quarterly
basis.
6. Preventive maintenance & compliance report on half-yearly basis
7. Availability and performance reports on TSTS website on daily basis.
8. Patch management and Software update reports on a quarterly basis
9. SLA reports and SLA audit pre-requisites to the TPA within 7 days from the
quarter end date.
10. 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.
11. The Selected Operator/service provider shall make a payment request after the
end of each quarter with the following supporting documents:

  SLA compliance report certified by the Third Party Monitoring Agency.


 Supporting documents/any evidences/NMS reports in support of the
downtime certified by TPA.

Page 68 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

5. Section 5 - Bidding Procedure


5.1 Bidding Procedure
The bid must be submitted in three parts name-qualy,ification“Pre bid”, “Techni “Financial
Telanganabid(on e-Procurement website only)” and in the fo document on e-Procurement website.

1. EMD copy should be uploaded on e-procurement website.


2. Tenders will be accepted only from those who have purchased the Bid Document.
3. All correspondence should be with TSTS contact person only.
A complete set of bidding documents may be purchased by interested bidders from the TSTS
contact person upon payment of the bid document price which is non-refundable. Payment of
bid document price should be by demand draft / cashier’s cheque drawn in fa Managing Director,
Telangana State Technology Services Ltd.” Hyderabadandpayable (India) not later than 1hour before
bid closing date & time.
The standard procedure described here will stand appropriately modified, in view of special
procedures of bid evaluation as mentioned elsewhere in this bid document or as decided by
TSTS during the course of evaluation to meet any specific situation or need arising from
time to time.

5.2 Pre-qualification bid


It shall include the following information about the firm and its proposal.

1. General Information about the Bidder


2. Pre-qualification Check List
3. Bid Forms as part of Pre-qualification criteria

5.3 Technical Bid


Bids shall be evaluated based on the documents submitted as a part of technical bid. The
Technical Bid, besides the other requirements of the RFP, comprise of the following:

1. Technical Bid Letter


2. Technical Approach and Methodology
3. Bid Forms as part of Technical Evaluation criteria
4. Technical Presentation: TSTS shall inform the bidders on technical presentation date
and time. All the bidders have to submit the technical presentation copy to TSTS
after the presentation.
5.4 Financial bid
The Commercial Bid, besides the other requirements of the Tender, shall comprise of the
following:
1. Commercial Bid Letter
2. Form F-2 to F-4 (Breakdown of Cost Components)
5.5 Pre-bid Meeting
Bidders who purchased bid document only will be allowed to participate in the pre-bid
meeting to seek clarifications on the bid, if any.
Page 69 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

6. Section 6 – Bid evaluation procedure


6.1 Bid evaluation procedure
Technical bid documentation should be in the prescribed format. If a vendor has any
comment to offer about the procedural aspects of this tender, it should be intimated to TSTS
during the pre-bid meeting. In case the schedule or procedure of tender processing is
revised, the same shall be communicated by telephone, fax, courier or e-mail as the case
may be to all the vendors who have paid the tender document fee.

6.2 Opening of bids


Immediately after the closing time, the TSTS contact person shall open the pre-qualification
bid, and list them for further evaluation. The Technical bids of only those bidders who qualify
in the pre-qualification bid will be opened at the date that will be informed by TSTS. After
evaluation of technical bids, the financial bids of only those bidders who are qualified in
technical evaluation will be opened.

6.3 EMD Validity


The EMD will be scrutinized first for the amount and validity period. The bids submitted with
required EMD amount and validity shall be considered for the evaluation. The bids
submitted with insufficient EMD amount/validity will be treated as disqualified bids and those
bids will not be considered for further evaluation.

6.4 Pre-qualification bid documentation


The Pre-qualification bid documentation shall be evaluated in two sub-steps. Firstly, the
documentation furnished by the vendor shall be examined prima facie to see if the technical
skill base and financial capacity and other vendor attributes claimed therein are consistent
with the needs of this project. In the second step, TSTS may ask vendor(s) for additional
information, visit to vendors site and/or arrange discussions with their professional, technical
faculties to verify claims made in Pre-qualification bid documentation.

6.5 Technical bid documentation


Technical bid documentation shall be evaluated in two sub-steps. Firstly, the documentation
furnished by the vendor shall be examined prima facie to see if the product /services
offered, technical skill base and financial capacity and other vendor attributes claimed
therein are consistent with the needs of this project. In the second step, TSTS may ask
vendor(s) for additional information, visit to vendors site and/or arrange discussions with
their professional, technical faculties to verify claims made in technical bid documentation.

6.6 Award Criterion


Final choice of firm to execute the project shall be made on the basis of conformity to
technical specifications, appropriateness of the product offered, capability of bidder to
execute and service the project and appropriateness of financial offer from the point of view
of cost-effectiveness over the entire maintenance period for the product/services.

Page 70 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

7. Section 7 - General instructions to the bidders


7.1 Definitions
1. Tender call or invitation for bids means the detailed notification seeking a set of solution(s),
service(s), materials or any combination of them.
2. Specification means the functional and technical specifications or statement of work, as the
case may be.
3. Firm means a company, authority, co-operative or any other organization incorporated
under appropriate statute as is applicable in the country of incorporation.
4. Bidder means any firm offering the solution(s), service(s) and/or materials required in the
tender call. The word vendor when used in the pre award period shall be synonymous with
bidder and when used after award of the contract shall mean the successful bidder with
whom TSTS signs the contract for rendering of goods and services.
5. Pre-qualification and Technical bid means that part of the offer that provides information to
facilitate assessment by TSTS, professional, technical and financial standing of the bidder,
conformity to specifications etc.
6. Financial Bid means that part of the offer, that provides price schedule, total project costs etc.
7. Three parts Bid means the pre-qualification bid, technical and financial bids submitted in
Physical to TSTS.
8. Two parts Bid means the Technical bid (including Pre-Qualification) and financial bid
submitted in physical to TSTS and their evaluation is sequential.
9. Composite bid means a bid in which the technical and financial parts are combined into one
but their evaluation is sequential.
10. Goods and services mean the solution(s), service(s), materials or a combination of them in
the context of the tender call and specifications.
11. The word goods when used singly shall mean the hardware, firmware component of the
goods and services.
12. Maintenance period means period mentioned in bid document for maintaining the systems
beyond warranty period.

7.2 General Eligibility


1. This invitation for bids is open to all firms both from within and outside India, who are eligible
to do business in India under relevant Indian laws as is in force at the time of bidding subject
to meeting the pre-qualification criterion.
2. Bidders marked/considered by TSTS to be ineligible to participate for non-satisfactory past
performance, corrupt, fraudulent or any other unethical business practices shall not be
eligible.
3. Biddershall not be debarred/ blacklisted by any Central or State Govt. / Quasi –Govt.
Departments or organizations as on bid calling date for non-satisfactory past performance,
corrupt, fraudulent or any other unethical business practices shall not be eligible.

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.

7.3 Bid forms


1. Wherever a specific form is prescribed in the bid document, the bidder shall use the form to
provide relevant information. If the form does not provide space for any required information,
space at the end of the form or additional sheets shall be used to convey the said information.

2. For all other cases the bidder shall design a form to hold the required information.

7.4 Cost of bidding


1. The bidder shall bear all costs associated with the preparation and submission of its bid, and
TSTS will in no case be responsible for those costs, regardless of the conduct or outcome of
the bidding process.

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.

7.5 Clarification of bidding documents


1. A prospective vendor requiring any clarification of the bidding documents may notify TSTS
contact person. Written copies / e-mail of the TSTS response (including an explanation of
the query but without identifying the source of inquiry) will be sent to all prospective bidders
that have received the bidding documents.

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.

7.6 Amendment of bidding documents


1. At any time prior to the deadline for submission of bids, TSTS, for any reason, whether at its
own initiative or in response to a clarification requested by a prospective bidder, may modify
the bidding documents by amendment.

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.

7.7 Period of validity of bids


1. Bids shall remain valid for the days or duration specified in the bid document, after the date
of bid opening prescribed by TSTS. A bid valid for a shorter period shall be rejected as non-
responsive.

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.

7.8 Submission of bids


The bidders shall submit all the bids i.e., Pre-Qualification, Technical and Financial Bids as
mentioned in Section 5 – Bidding Procedure.

7.9 Deadline for submission of bids


1. Bids must be submitted not later than the bid submission date and time specified in the
tender call notice.

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.

7.10 Late bids


Any bid not submitted through online, before bid closing time will be rejected.

7.11 Modification and withdrawal of bids


1. No bid can be modified subsequent to the deadline for submission of bids.

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).

7.12 General Business information:


The bidder shall furnish general business information to facilitate assessment of its
professional, technical and commercial capacity and reputation.

7.13 Bid security i.e. Earnest Money Deposit (EMD)


1. The bidder shall furnish, as part of its bid, a bid security for the amount specified in the
tender call notice.
Page 73 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

2. The bid security is required by TSTS to:

a. Assure bidder’s continued interest till award of contrac


b. Conduct in accordance with bid conditions during the bid evaluation process.

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.

4. Unsuccessful s bidder’security will be discharged or returned as promptly as possible but


not later than thirty (30) days after the expiration of the period of bid validity prescribed by
TSTS.
5. The successful bidder’s bid security will be dischargedthecontract, upon and furnishing the
performance security,
6. The bid security may be forfeited:
a. if a bidder withdraws its bid during the period of bid validity or
b. in the case of a successful bidder, if the bidder fails:

 To sign the contract in time; or


 To furnish performance security.

7.14 Preparation of Pre-qualification bid


It shall contain of the following:
a. Prequalification Criteria Checklist
b. Supporting Documentation

7.15 Preparation of technical bid


It shall consist of the following.
a. Technical Evaluation Criteria Checklist.
b. Supporting Documentation

7.16 Preparation of financial bid


1. Overview of financial bid

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

c. Bidder’s separation of pricebe solelycomponentsforthepurposewilloffacilitating


the comparison of bids by TSTS and will not in any way limit the pu contract on any of the
terms offered.
d. Prices quoted by the bidder shall be fixed during the contract and not subject to variation on
any account unless otherwise specified in the tender call. A bid submitted with an adjustable
price quotation will be treated as non-responsive and will be rejected.

3. Bid currency: Prices shall be quoted in Indian rupees.

Page 75 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

8. Section 8- Bid Evaluation Procedure


8.1 Outline of bid evaluation procedure
The evaluation process of the tender, proposed to be adopted by TSTS is indicated under this
clause. The purpose of this clause is only to provide the Bidders an idea of the evaluation
process that TSTS may adopt. However, TSTS reserves the right to modify the evaluation
process at any time during the Tender process, without assigning any reason, whatsoever and
without any requirement of intimating the Bidders of any such change.

8.2 General Guidelines for bid opening and evaluation:


Bids will be in three parts (pre-qualification, technical and financial) or two parts (PQ&Technical
bid together and financial) as indicated in the tender call. For three part bids there will be three
bid opening events, in two part bid there will be two bid opening events and in case of
composite bids there will be only one bid opening event. Following guidelines will generally be
followed by TSTS officers at each such event. However TSTS may deviate from these in
specific circumstances if it feels that such deviation are unavoidable, or will improve speed of
processing and consequent project execution.

8.3 Opening of bids


Bids will be opened at the scheduled time & date.

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.

8.4 Preliminary examination of Bids


1. Preliminary scrutiny will be made to determine whether they are complete, whether any
computational errors have been made, whether required sureties have been furnished, whether the
documents have been properly signed, and whether the bids are generally in order.

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.

8.5 Clarification of bids


During evaluation of the bids, TSTS may, at its discretion, ask the bidder for clarification of its
bid.
Any Queries / representations should be submitted within 2 days from the date of publishing of
the tender. TSTS reserves the right to consider or not to consider the Queries received from
the bidders.

8.6 Evaluation of Pre – qualification bids

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.

8.7 Evaluation of technical bids


The pre-qualified bidders’ technical bid document will be evaluated specified in the RFP and adopting
the technical evaluation criteria spelt out in section 2.
TSTSshall request the bidders to make a presentation on their proposal to an Evaluation
Committee and date, timing of the presentation shall be informed to the bidders in advance.

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.

8.8 Evaluation of financial bids


Financial bids of those vendors who qualify all phases of the pre-qualification and technical bid will
only be opened. All other financial bids will be ignored. TSTS will assess the nature of financial
offers and may pursue any or all of the options mentioned under financial bid TSTS may at its
discretion discuss with vendor(s) available at this stage to clarify contents of financial offer.

1. Bids will be evaluated Schedule wise in each schedule.


2. Evaluation of Financial Bids will be excluding taxes.

8.9 Evaluation and comparison of financial bids


1. Evaluation of financial bids will exclude and not take into account any offer not asked for or not
relevant to the present requirements of user.
2. Evaluation of financial bid will take into account, in addition to the basic bid price, one or more
of the following factors
a. The projected costs for the entire contract period;
b. Past track record of bidder in supply/ services and
c. Any other specific criteria indicated in the tender call and/or in the specifications.

8.10 Performance and productivity of the equipment


Bidders shall state the guaranteed performance or efficiency in response to the specifications.

8.11 Contacting TSTS


1. Bidder shall not approach TSTS officers outside of office hours and / or outside TSTS office
premises, from the time of the tender call notice to the time the contract is awarded.
2. Any effort by a bidder to influence TSTS officers in the decisions on bid evaluation, bid
comparison or contract award may result infer rejectionandbiddermay ofalso the b be marked as
ineligible for future bids. If the bidder wishes to bring additional information to the notice of the TSTS, it
should do so in writing.

8.12 TSTS’ right to vary quantities at time of award


1. TSTS reserves the right to place any number of staggered orders during the contract period.
2. TSTS reserves the right not to place any supply / purchase order whatsoever, irrespective of
finalization of the L1 bidder.
3. The RFP / contract does not confer any right whatsoever on the bidder/L1 Bidder for
demanding TSTS to place order on them.

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.

8.14 Notification of award


a. Prior to expiration of the period of bid validity, TSTS will notify the successful bidder in writing,
that its bid has been accepted.
b. Upon the successful bidder’s furnishingTSTSofwillperformancepromptlynotifyachsecurit unsuccessful
bidder and will discharge its bid security.

8.15 Signing of contract


a. At the same time as the TSTS notifies the successful bidder that its bid has been accepted, the
TSTS will send the bidder the Contract Form provided in the bidding documents, incorporating
all agreements between the parties.
b. On receipt of the Contract Form, the successful bidder shall sign and date the contract and
return it to the TSTS.

8.16 Performance security


a. On receipt of notification of award from the TSTS, the successful bidder shall furnish the
performance security in accordance with the conditions of contract, in the performance security
form provided in the bidding documents or in another form acceptable to the TSTS.
b. Failure of the successful bidder to sign the contract, proposed in this document and as may be
modified, elaborated or amended through the award letter, shall constitute sufficient grounds
for the annulment of the award and forfeiture of the bid security, in which event the TSTS may
make the award to another bidder or call for new bids.

8.17 Corrupt, fraudulent and unethical practices


a. “Corrupt practice” means the offering,soliciting iviofanythingg,receivingofvalueto or influence the action
of a public official in the process of contract execution and
b. “Fraudulent practice” means a misrepresentation of facts in o process or the execution of a contract to
detriment of the purchaser, and includes collusive practice among Bidders (prior to or after bid
submission) designed to establish bid prices at artificial non-competitive levels and to deprive the
Purchaser of the benefits of free and open competition:

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. Section 9 - General conditions of proposed contract (GCC)

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.

9.3 Use of documents and information


1. The vendor shall not, without prior written consent from TSTS, disclose/share/use the bid
document, contract, or any provision thereof, or any specification, plan, drawing, pattern,
sample or information furnished by or on behalf of the TSTS in connection therewith, to any
person other than a person employed by the vendor in the performance of the contract.
Disclosure to any such employed person shall be made in confidence and shall extend only as
far as may be necessary for purposes of such performance.
2. The Vendor shall not, without prior written consent of TSTS, make use of any document or
Page 80 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

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

9.4 User license and patent rights


1. The Vendor shall provide licenses for all software products, whether developed by it or
acquired from others. In the event of any claim asserted by a third party for software piracy, the
vendor shall act expeditiously to extinguish such claim. If the vendor fails to comply and the
TSTS is required to pay compensation to a third party resulting from such software piracy, the
vendor shall be responsible for compensation including all expenses, court costs and lawyer
fees. The TSTS will give notice to the vendor of such claim, if it is made, without delay.
2. The Vendor shall indemnify the purchases against all third party claims of infringement of
patent, trademark or industrial design rights arising from use of the goods, software package or
any part thereof.

9.5 Performance security


1. On receipt of notification of award, the Vendor shall furnish performance security to TSTS in
accordance with bid document requirement.
2. The performance security shall be payable to the TSTS as compensation for any loss resulting
from the supplier’s failure to completecontractits. obligations under
3. The performance security shall be denominated in Indian rupees or in a freely convertible
currency acceptable to TSTS and shall be in one of the following forms:

a. A bank guarantee or an irrevocable letter of credit, issued by a reputed bank located in


India with at least one branch office in Hyderabad , in the form provided in the bidding
document or another form acceptable to the TSTS; or
b. A cashier’s cheque or banker’s certified cheque or cross drawn in favor of the TSTS.

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.

9.6 Manuals and drawings


1. Before the goods and services are taken over by the user, the Vendor shall supply operation and
maintenance manuals, (together with drawings of the goods and services where applicable).
2. The Vendor shall provide complete technical documentation of hardware, firmware, all
subsystems, operating systems, compiler, system software and the other software.
3. The Vendor shall maintain all the manuals and TSWAN layouts up-to-date.
Page 81 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

9.7 Right of Monitoring, Inspection and Periodic Audit


1. The Successful bidder shall provide to TSTS or its nominated agency (Third Party Auditor)
reasonable access to employees, subcontractors, suppliers, agents and third party facilities as
detailed in the RFP, documents, records and systems reasonably required for audit and shall
provide all such persons with routine assistance in connection with the audits and inspections.
The Successful bidder shall make every reasonable effort to co-operate with them.
2. TSTS reserves the right to inspect and monitor/assess the progress/performance/maintenance
of the SWAN at any time during the course of the Contract, after providing due notice to the
Successful bidder.
3. TSTS shall also have the right to conduct, either itself or through another Third Party as it may
deem fit, an audit to monitor the performance by the Third Party of its obligations/functions in
accordance with the standards committed to or required by TSTS and the Service Provider
undertakes to cooperate with and provide to the TSTS/ any other agency appointed by ITE&C,
all documents and other details as may be required by them for this purpose. Any deviations or
contravention identified as a result of such audit/assessment would need to be rectified by the
Service Provider failing which the TSTS may without prejudice to any other rights that it may
have issue a notice of default.
4. Service Provider shall have to give an access of NMS console and /or Helpdesk Console and
/or reporting tools (Availability and Performance) to TSTS or its designated agency such as
TPA during the entire contract period as and when required. This will be required for the
purpose of service level and other

9.8 Statutory Requirements


1. During the tenure of this Contract nothing shall be done by the Service Provider in
contravention of any law, act and/ or rules/regulations, there under or any amendment thereof
governing inter-alia customs, stowaways, foreign exchange etc. and shall keep TSTS/ ITE&C
Dept. indemnified in this regard.
2. The Service Provider and their personnel/representative shall not alter / change / replace any
hardware component proprietary to TSTS/ ITE&C Dept. and/or under warranty or AMC of third
party without prior consent of TSTS/ ITE&C Dept.
3. The Service Provider and their personnel/representative shall not without consent of TSTS/ ITE&C
Dept. install any hardware or software not purchased / owned by the TSTS/ ITE&C Dept.
4. The Service Provider shall adhere to the Labour Laws of the Govt. of India and Govt. of
Telangana for provision of Manpower services as part of this engagement.
5. The salary being offered to the manpower deployed in the project shall not be
less than the salary for computer operator/ DPO as per G.O.MS.No.14 dated
10.02.2016 of Finance (HRM-I) Dept., Govt. of Telangana.
6. The Service Provider, while submitting invoices, shall submit necessary proof
document from bank with details of salary paid to manpower along with EPF &
ESI (if applicable) contributions
Page 82 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

made on behalf of the manpower deployed in the project. If deemed necessary,


the department may verify the document at any point of time for the compliance.
7. It is the responsibility of the successful bidder to ensure salary increment of minimum 5% year on
year for the manpower deployed in the project and necessary proof document to be submitted
8. The Service Provider shall ensure that the Manpower deployed as part of this project shall be
covered under health and accidental insurance for the entire duration of the contract.
9. It is also the responsibility of the Service Provider to ensure that issues relating to the
manpower deployed in this project and their employment as part of this engagement shall not
be escalated to TSTS/ ITE&C Dept. for whatsoever the case may be.
10. Noncompliance to the above would lead to withholding of 5% of QGR until the issue is resolved.

9.9 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.

9.10 Information Security


1. The Service Provider shall not carry and/or transmit any material, information, layouts,
diagrams, storage media or any other goods/material in physical or electronic form, which are
proprietary to or owned by TSTS/ ITE&C Dept, out of SWAN premises without prior written
permission from the TSTS/ ITE&C Dept.
2. The Service Provider shall adhere to the Information Security policy developed by the TSTS/
ITE&C Dept.
3. Service Provider acknowledges that TSTS/ ITE&C Dept business data and other TSTS/ ITE&C Dept
proprietary information or materials, whether developed or being used by TSTS/ ITE&C Dept pursuant to
a license agreement with a third party (the foregoing collectively referred to herein as “proprietary
information”) are confidentialTSTS/ITE&CDept and pro
Service Provider agrees to use reasonable care to safeguard the proprietary information and to
prevent the unauthorized use or disclosure thereof, which care shall not be less than that used
by Service Provider to protect its own proprietary information.
4. Service Provider recognizes that the goodwill of TSTS/ ITE&C Dept depends, among other
things, upon Service Provider keeping such proprietary information confidential and that
unauthorized disclosure of the same by Service Provider could damage TSTS/ ITE&C Dept
and that by reason of Service Provider Agency’s duties hereunder.
5. Service Provider may come into possession of such proprietary information even though
Service Provider does not take any direct part in or furnish the services performed for the
creation of said proprietary information and shall limit access thereto to employees with a need
to such access to perform the services required by this agreement. Service Provider shall use
such information only for the purpose of performing the said services.
6. Service Provider shall, upon termination of this agreement for any reason or upon demand by
TSTS/ ITE&C Dept, whichever is earliest return any and all information provided to Service

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.

9.13 Hardware Installation


The vendor is responsible for all unpacking, assemblies, mount, installations and connecting to
power supplies & patch cables. The vendor will test all hardware operations and accomplish all
adjustments necessary for successful and continuous operation of the hardware at all
installation sites.

9.14 Incidental services


1. The Vendor may be required to provide any or all the following services, including additional
services :
a. Performance or supervision or maintenance and/or repair of the supplied goods and
services, for a period of time agreed by the parties, provided that this service shall not
relieve the Vendor of any warranty obligations under this Contract, and
b. Training of TSTS and/or its user organization personnel, on-site, in assembly, start-up,
operation, maintenance and/or repair of the supplied
goods and services.
c. Prices charged by the Vendor for the preceding incidental services, if any, should be
indicated separately (if required), and same will be mutually negotiated separately.

9.15 Spare parts


1. The bidder shall specify in the Technical Proposal the complete list of spares that will be
maintained for meeting the various SLA parameters specified in the RFP.
2. The successful bidder shall stand guarantee for the supply of spares of all the equipment under
the scope of supply for a minimum period of 3 years from the date of sign-off of the Contract.
Page 84 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

9.16 Maintenance service


1. Free maintenance services including spares shall be provided by the vendor during the period
of warranty. Upon completion of the warranty period, the AMC for the equipment would start
with the shortlisted bidder/ Service Provider duely following the RFP conditions.
2. The maximum response time for maintenance complaint from any of the destination (i.e. time required
for supplier’s maintenance engineers to report to the made or letter is written) shall not exceed 48 hours.

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.

9.18 Quarterly Guaranteed Payment


a. The service provider should visit each PoP and verify the availability, functioning, warranty of
the equipment and produce certificate of operationalization of the equipment approved by the
nodal officer of the concerned PoP.

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:

I. SLA compliance report as prepared by the Third Party Monitoring Agency.


II. Supporting documents/any evidences/NMS reports in support of the downtime
certified by TPA.

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.

9.20 Change orders


TSTS may, at any time, by written order given to the Vendor, make changes within the general
scope of the Contract in any one or more of the following:
I. Drawing, designs, or specifications, where Goods to be supplied under the Contract
are to be specifically manufactured for the TSTS;
II. The method of shipment or packing;
III. The place of delivery and/or the services to be provided by the Vendor. If any such change
causes an increase or decrease in the cost of, or the time required for, the vendor’s
performance of any provisions under the contra shall be made in the contract price or delivery
schedule, or both, and the contract shall accordingly be amended. Any claims by the Vendor
for adjustment under this clause

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.

9.21 Contract amendment


No variation in or modification of the terms of the Contract shall be made except by written
amendment signed by the parties.

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.

9.24 Delays in the supplier’s performance


1. Performance of the SWAN services shall be made by the Vendor in accordance with the SLAs
specified by the TSTS in the Section-4.
2. If at any time during the Contract, the Vendor or its subcontractor(s) should encounter conditions
impending timely service delivery and performance of services, the Vendor shall promptly notify the
TSTS in writing of the fact of the delay, it’slikely duration and its cause(s). As soon as practicable after
receipt of the vendor’s notice, TSTSat itshall discretion extend the Vendor’s time for performance, with or
w
3. A delay by the Vendor in the performance of its delivery obligations shall render the vendor
liable to the imposition of appropriate liquidated damages, unless an extension of time is
agreed upon by TSTS without liquidated damages.

9.25 Liquidated damages


If the Vendor fails to deliver any or all of the goods or perform the services within the time period(s)
specified in the Contract, the TSTS shall, without prejudice to its other remedies under the Contract,
deduct from the Contract Price, as liquidated damages, a sum equivalent to, as per the terms
indicated in the bid document, until actual delivery or performance, subject to maximum limit. Once
the maximum is reached, the TSTS may consider termination of the contract.

9.26 Termination for default


1. The TSTS, without prejudice to any other remedy for breach of Contract, by written notice of
default sent to the Vendor, may terminate the Contract in whole or in part:
a. if the Vendor fails to deliver any or all of the services within the time period(s)
specified in the contract, or within any extension
b. if the Vendor fails to perform any other obligation(s) under the Contract or
c. If the Vendor, in the judgment of the TSTS has engaged in corrupt or fraudulent
practices in competing for or in executing the Contract.

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.

9.27 Force majeure


1. The Vendor shall not be liable for forfeiture of its performance security, liquidated damages, or
termination for default if and to the extent that its delay in performance or other failure to
perform its obligations under the Contract is the result of an event of Force Majeure.
2. For purposes of this clause, “Force Majeure”yondthecontrolmeansoftheanVendorevent b and not
involving the Supplier’s fault or negligence and no include, but are not restricted to, acts of the TSTS in
its sovereign capacity, wars or revolutions,
fires, floods, epidemics, quarantine restrictions and freight embargoes.
3. If a Force Majeure situation arises, the Vendor shall promptly notify the TSTS in writing of such
condition and the cause thereof. Unless otherwise directed by the TSTS in writing, the Vendor
shall continue to perform its obligations under the Contract as far as is reasonably practical, and
shall seek all reasonable alternative means for performance not prevented by the Force
Majeure event.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.

9.28 Termination for insolvency


TSTS may at any time terminate the contract by giving 30 days written notice to the Vendor if
the Vendor becomes bankrupt or otherwise insolvent. In this event, termination will be without
compensation to the Vendor, provided that such termination will not prejudice or affect any
right of action or remedy which has accrued or will accrue thereafter to the TSTS.

9.29 Termination for convenience


1. TSTS, May at any time by giving 30 days written notice to the Vendor, terminate the Contract, in
whole or in part, for its convenience. The notice of termination shall specify that termination is for
the TSTS’s convenience, the extentofthetoSERVICEwhichPROVIDERperformanceunder the
Contract is terminated, and the date upon which such termination becomes effective.
2. The services that are provided by SERVICE PROVIDER within thir receipt of notice of termination shall
be accepted by the TSTS at the contract terms and prices.

9.30 Resolution of disputes


1. The TSTS and the Vendor shall make every effort to resolve amicably by direct informal
negotiation any disagreement or dispute arising between them under or in connection with the
contract.

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.

9.31 Governing language


The contract shall be written in English or Telugu. All correspondence and other documents
pertaining to the contract which are exchanged by the parties shall be written in same languages.

9.32 Applicable law


The contract shall be interpreted in accordance with appropriate Indian laws.

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.

9.34 Taxes and duties


The vendor shall be entirely responsible for all taxes, GST, duties, license fee Octroi, road permits
etc. incurred until delivery of the contracted Goods/services at the site of the user or as per the terms
of tender document if specifically mentioned. However any new taxes introduced by GoI / GoTS
during validity of the contract it will be applicable to both parties (i.e. Supplier/Purchaser).

9.35 “No Claim” Certificate


The Service Provider shall not be entitled to make any claim, whatsoever against the TSTS/ITE&C
Dept. under or by virtue of or arising out of this contract, nor shall the TSTS/ITE&C Dept. entertain
or consider any such claim, if made by the Service Provider after they shall have signed a “No claim”
certificate in favour of the TSTS in such forms as shall are finally accepted..

9.36 Exit Management:


a. Exit Management Purpose
1. This Schedule sets out the provisions, which will apply on expiry or termination of the
engagement.
Page 89 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

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

f. Rights of Access to Information


At any time during the exit management period, the Successful Bidder will be obliged to
provide an access of information to TSTS, and/or any Replacement Successful Bidder
in order to make an inventory of the Assets (including hardware / Software / Active /
passive), layouts, diagrams, schematics, documentations, manuals, catalogs, archive
data, IP addressing, Live data, policy documents or any other material related to
TSWAN Project.
g. Exit Management Plan
1. The Successful Bidder shall provide TSTS with a recommended exit management plan
("Exit Management Plan") which shall deal with at least the following aspects of exit
management in relation to the SLA as a whole and in relation to the Operation and
Management SLA and Scope of work definition.
2. A detailed program of the transfer process that could be used in conjunction with a
Replacement Successful Bidder including details of the means to be used to ensure
continuing provision of the services throughout the transfer process or until the cessation of
the services and of the management structure to be used during the transfer;
3. Plans for the communication with such of the SERVICE PROVIDER, staff, suppliers,
customers and any related third party as are necessary to avoid any material detrimental
impact on TSWAN Project’s operations as a result of undertakin
4. Plans for provision of contingent support to TSWAN Project and Replacement
Successful Bidder for a reasonable period after transfer.
5. The Successful Bidder shall re-draft the Exit Management Plan annually thereafter to
ensure that it is kept relevant and up to date.
6. Each Exit Management Plan shall be presented by the Successful Bidder to and
approved by TSTS/ ITE&C Dept.
7. The terms of payment as stated in the Terms of Payment Schedule include the costs of
the Successful Bidder complying with its obligations under this Schedule.
8. In the event of termination or expiry of SLA, Operation and Management SLA or Scope
of Work each Party shall comply with the Exit Management Plan.
9. During the exit management period, the Successful Bidder shall use its best efforts to
deliver the services.
10. Payments during the Exit Management period shall be made in accordance with the
Terms of Payment Schedule.
11. This Exit Management plan shall be furnished in writing to TSTS/ ITE&C Dept within 15
days from the Effective Date of this Agreement.

9.37 Risk Management


Service Provider shall at his own expense adopt suitable Risk Management methodology to
mitigate all risks assumed by the Service Provider under this Contract. Service Provider shall
underwrite all the risk related to its personnel deputed under this Contract as well as equipment and
components of the SWAN, procured for the SWAN, equipment, tools and any other belongings of
the Service Provider or their personnel during the entire period of their engagement in connection
with this Contract and take all essential steps to reduce and mitigate the risk. State
Page 91 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

Government will have no liability on this account.

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.

9.39 Handover / Takeover Process and Procedures:


The bidders are advised to study the existing network by way of site survey at their own cost and
risk to get first-hand information on the existing TSWAN infrastructure and equipment at Points of
presence (PoPs) and at user department premises (Remote Offices). The successful bidder has to
take over all the equipment from the existing network operator of TSWAN at PoPs (SHQ, DHQ and
MHQ). The existing network operator shall handover the existing project equipment at all locations
in working condition with valid licenses. A jointly signed takeover/handing over document should be
submitted to TSTS before the effective date of takeover.
As the network is live, both the existing network operator and new service provider have to work

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.

2. Protocol on Handover / Takeover procedure of Duties, Assets and Official Documents:

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.

S. No Primary Nominee(s) Secondary Nominee(s) Takeover procedure Description


1.
2.

The handover/takeover procedure shall include the takeover of


a. Assets
The assets would include software, hardware and networking components. The
following is the list of various assets and their type that would require takeover

Page 93 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

S. No. Asset type Asset list Remarks


1. Hardware components <to be taken from the existing operator>

2. Network components <to be taken from the existing operator>


3. Software <to be taken from the existing operator>

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

S. No. Document type Document list Remarks


Manuals <list to be obtained from the existing
1. O&M agency>

Configuration sheets
3.

Performance Reports
5.

OEM certificates and warranties


7.

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

S. No. Member Role Organization


1. Representative from ITE&C Chairman ITE&C Department
Department
2. Representative from TSTS Convener TSTS
3. Third party Auditor Supervisor TPA
Existing Network
4. Project Manager of the existing Member Operator (M/S
Network Operator (M/S TCS) TCS)
Page 94 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

5. ProjectManagerofthe Member Successful bidder


successful bidder
Handover/Takeover procedure at PoP locations shall be carried out in the presence of a
representative from ITE&C Dept, TSTS, TPA, existing Network Operator and the successful
bidder.
Handover/takeover procedure at other locations shall be carried out in the presence of GoTS
officer of the respective location, existing Network Operator and the successful bidder.
4. Handover/takeover conditions
The handover/takeover procedure would have to take place in official premises only. The detailed list
of location of handover/takeover would be provided to the successful bidder once the contract is
finalized. None of the aforementioned assets/documentations shall be taken outside the premises
without prior approval of the handover/takeover committee. Assets/documentation being taken out
would have to be recorded. Handover/takeover procedure should be minuted.
It is understood that the handover/takeover procedure would last multiple sessions. Thus to
bring in sufficient clarity and accountability, each of the handover/takeover sessions at each of
the locations would have to be minuted by the successful bidder. The minutes shall capture the
details of each of the activities that entail during the handover/takeover, the issues that arise,
how the issues have been addressed, action points taken and the tentative agenda for the next
handover/takeover session. The minute is also required to capture the personnel present during
each of the sessions. Following is the recommended format that the bidder shall follow for
minutes details of the handover/takeover sessions.

TSWAN Handover/takeover session no.


<xx> Date :
Location :
Participants:
Representative: xxx Handover Agency: xxx
Takeover Agency: xxx TPA
Representative: xxx
Agenda of the session and Decisions Taken
1.
2.
3.
4.
Agenda for the next session:
Signatures:

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

9.40 Replacement of Batteries


At the time of handing / taking over of the UPS/Power backup equipment, the functioning status and
health of the battery has to be verified and certified by the Existing and new FM & MS service
provider. If any UPS batteries are found as faulty, the same may be replaced by service provider
selected for providing “FacilitytenanceManagementServices”andTSWANMainforProject.

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.

9.41 Liquidated Damages for Absence / non-availability of the manpower


at site
In case of any delay in deployment of the desired manpower and non- replacement of resource
as per the tender requirements, penalty will be levied on the FM & MS service provider @ 1.5
times of the manpower cost on daily basis on the proposed cost per each resource. Manpower
attendance should be submitted to TSTS and TPA on monthly basis.

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.

S. Date of Name of Certifica


Resource Qualification Experience Remarks
No joining the PoP tions

Page 96 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

10. Section 10 – Bill of Material


10.1 Hardware & Network Equipment available at SHQ - NOC (Hyderabad)
Table 10.1.1 SHQ equipment with Make & Model and serial numbers.

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)

Table 10.2.1 DHQ Equipment Make & Model

S.No Description Make Model Qty


1 DHQ Primary and SecondaryRouter H3C SR6602 20
2 DHQ Primary and SecondarySwitch H3C S7502E 20
3 DHQ 6 KVA UPS Emerson Liebert GXT-MT 10
4 Generator Set (8 KVA) Mahindra 10

5 Desktop for DHQ Dell OptiPlex 360 10

Table 10.2.2 DHQ Router list with Serial No.


Stand by
S. Router Router
District Name Router serial number Router serial
No Make Model
number
1 Adilabad H3C SR6602 CN39BHS007 CN41FRW005
2 Hyderabad H3C SR6602 210235A27DB103000003 CN41FRW002
3 Karimnagar H3C SR6602 210235A27DB09D000027 CN44FRW007
4 Khammam H3C SR6602 210235A27DB09B000003 CN41FRW003
5 Mahabubnagar H3C SR6602 210235A27DB09B0025 CN37FRW00D
6 Medak H3C SR6602 210235A27DB09B000017 CN41FRW00K
7 Nalgonda H3C SR6602 210235A27DB09B000002 CN41FRW008
8 Nizamabad H3C SR6602 2010235A27DBO9B000020 CN3BFRW001
9 Rangareddy H3C SR6602 210235A27DB09B000007 CN41FRW00B
10 Warangal H3C SR6602 210235A27DB09B000008 CN3BFS1004

Table 10.2.3 DHQ Switches list with Serial No.


Stand by
S
District Switch Switching Switch
.N Switch Model
Name Make serial number serial
o
number
CN3BD5B0
H3C 210235A29AX098000122
1 Adilabad S7502E 18
CN41D5B0
H3C
2 Hyderabad S7502E 210231A73SA094000069 0B
CN3BD5B0
H3C
3 Karimnagar S7502E 21031A73SA095000066 0B
CN42D5400
H3C 210235A29AX0087000082
4 Khammam S7502E H
Mahabubna CN41D500
H3C 210235A29X098000107
5 gar S7502E P
CN3BD5B0
H3C
6 Medak S7502E 210235A29AX097000124 1C

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

1 Bhadradri kothagudem HPE 5130 CN7bHD600B


2 Jagityal HPE 5130 CN7BHD601J
3 Janagaon HPE 5130 CN7BHD6011
4 Jayashnkar bhupalapally HPE 5130 CN7BHD6014
5 Jogulamba gadwall HPE 5130 CN7BHD601F
6 Kamareddy HPE 5130 CN7BHD6009
7 Kumurumbheem asifabad HPE 5130 CN7BHD603K
8 Mahabubabad HPE 5130 CNB7HD603P
9 Mancherial HPE 5130 CN7BHD600X
10 Medak HPE 5130 CN7BHD603W
11 Medchal HPE 5130 CN7BHD603Y
12 Nagarkurnool HPE 5130 CN7BHD602Q
13 Nirmal HPE 5130 CN7AHD60C9
14 Peddapalli HPE 5130 CN7BHD6003
15 Rajanna sircilla HPE 5130 CN7BHD600C
16 Siddipet HPE 5130 CN7BHD6013
17 Suryapet HPE 5130 CN7BHD6008
18 Vikarabad HPE 5130 CN7BHD603M
19 Wanaparthy HPE 5130 CN7BHD603V
20 Warangal rural HPE 5130 CN7BHD6005
21 Yadadri HPE 5130 CN7BHD603Q

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

S. Route Router Router


District Name Mandal Name
No r Make Model serial number
28 Adilabad Narnoor HP MSR 30-20 CN22D09042
29 Adilabad Sirpur(U) HP MSR 30-20 CN25D09081
30 Adilabad Tiryani HP MSR 30-20 210235A19LB102000202
31 Adilabad Utnoor HP MSR 30-20 210235A328B113000440
32 Adilabad Bazarhathnoor HP MSR 30-20 CN25D090DK
33 Adilabad Bela HP MSR 30-20 210235A19LB10c000007
34 Adilabad Boath HP MSR 30-20 CN21D0903D
35 Adilabad Gudihathnoor HP MSR 30-20 210235A19LB101000238
36 Adilabad Ichoda HP MSR 30-20 210235A19LB102000168
37 Adilabad Jainath HP MSR 30-20 210235A19LB101000419
38 Adilabad Neradigonda HP MSR 30-20 210235A19LB102000089
39 Adilabad Asifabad HP MSR 30-20 210235A19LB102000046
40 Adilabad Bejjur HP MSR 30-20 210235A19LB09B000204
41 Adilabad Bheemini HP MSR 30-20 210235A19LB09B000262
42 Adilabad Dahegoan HP MSR 30-20 210235A19LB09B000119
43 Adilabad Kagaznagar HP MSR 30-20 210235A19LB09B000271
44 Adilabad Koutala HP MSR 30-20 210235A19LB09B000207
45 Adilabad Rebbena HP MSR 30-20 210235A19LB09B000127
46 Adilabad Sirpur(T) HP MSR 30-20 210235A19LB09B000250
47 Adilabad Wankidi HP MSR 30-20 210235A19LB101000249
48 Adilabad Tamsi HP MSR 30-20 210235A19LB102000310
49 Adilabad Talamadugu HP MSR 30-20 210235A328B102000021
50 Adilabad Tandur HP MSR 30-20 210235A19LB09B000091
51 Adilabad Vemanpalli HP MSR 30-20 210235A19LB09B000136
52 Khammam Aswapuram HP MSR 30-20 210235A19LB102000407
53 Khammam Ashwaraopeta HP MSR 30-20 210235A19LB090000234
54 Khammam Bayyaram HP MSR 30-20 210235A19LB101000257
55 Khammam Bhadrachalam HP MSR 30-20 CN21009027
56 Khammam Bonakal HP MSR 30-20 CN21D0902L
57 Khammam Burgampad HP MSR 30-20 210235A19LB101000240
58 Khammam Chandrugonda HP MSR 30-20 CN25DO904B
59 Khammam Chinthakani HP MSR 30-20 210235A19LB101000211
60 Khammam Dammapeta HP MSR 30-20 210235A19LB102000343
61 Khammam Dummugudem HP MSR 30-20 CN49D090GQ
62 Khammam Enkuru HP MSR 30-20 CN27D09235
63 Khammam Garla HP MSR 30-20 210235A19LB102000226
64 Khammam Gundala HP MSR 30-20 CN27D0924Q
65 Khammam Julurpad HP MSR 30-20 210235A19LB102000118
66 Khammam Kalluru HP MSR 30-20 210235A19LB101000426
67 Khammam Kamepally HP MSR 30-20 210235A191B101000263
Page 101 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

S. Route Router Router


District Name Mandal Name
No r Make Model serial number
68 Khammam Konijerla HP MSR 30-20 CN13009028
69 Khammam Kusumanchi HP MSR 30-20 210235A19LB10B000202
70 Khammam Madhira HP MSR 30-20 210235A19LB101000262
71 Khammam Manuguru HP MSR 30-20 CN19D0904W
72 Khammam Mudigonda HP MSR 30-20 210235A19LB101000402
73 Khammam Mulakalapalle HP MSR 30-20 CN3BD090LS
74 Khammam Nelakondapalle HP MSR 30-20 210235A19LB101000364
75 Khammam Palvoncha HP MSR 30-20 210235A19LB102000203
76 Khammam Penuballi HP MSR 30-20 210235A19LB102000229
77 Khammam Pinapaka HP MSR 30-20 210235A19LB101000418
78 Khammam Sathupalli HP MSR 30-20 210235A19LB102000242
79 Khammam Singareni HP MSR 30-20 210235A19LB102000276
80 Khammam Tekulapalle HP MSR 30-20 210235A19LB102000133
81 Khammam Thallada HP MSR 30-20 210235A19LB101000412
82 Khammam Thirumalayapalem HP MSR 30-20 210235A19LB102000176
83 Khammam Vemsoor HP MSR 30-20 210235A19LB102000106
84 Khammam Venkatapuram HP MSR 30-20 210235A19LB101000296
85 Khammam Wazeed HP MSR 30-20 CN27D09247
86 Khammam Wyra HP MSR 30-20 210235A19LB102000354
87 Khammam Yellandu HP MSR 30-20 210235A19LB102000067
88 Khammam Yerrupalem HP MSR 30-20 210235A19LB102000033
89 Khammam Charla HP MSR 30-20 210235A3288113000110
90 Khammam Kothagudem HP MSR 30-20 210235A19LB102000426
91 Mahabubnagar Achampeta HP MSR 30-20 210235A19LB09B000144
92 Mahabubnagar Addakal HP MSR 30-20 210235A19LB09B000187
93 Mahabubnagar Aiza HP MSR 30-20 CN19D0904Y
94 Mahabubnagar Alampur HP MSR 30-20 210235A19LB09B000281
95 Mahabubnagar Amangal HP MSR 30-20 210235A19LB09B000241
96 Mahabubnagar Amrabad HP MSR 30-20 NOT AVAILABLE
97 Mahabubnagar Atmakur HP MSR 30-20 210235A19LB09B000096
98 Mahabubnagar Balanagar HP MSR 30-20 210235A19LB09B000122
99 Mahabubnagar Balmoor HP MSR 30-20 210235A19LB09B000280
100 Mahabubnagar Bhoothpur HP MSR 30-20 210235A19LB09B000174
101 Mahabubnagar Bijinapalle HP MSR 30-20 210235A19LB09B000107
102 Mahabubnagar Bomraspeta HP MSR 30-20 210235A19LB09B000224
China Chintha
103 Mahabubnagar Kunta HP MSR 30-20 210235A19LB09B000151
104 Mahabubnagar Damaragidda HP MSR 30-20 210235A19LB09B000133
105 Mahabubnagar Devarkadara HP MSR 30-20 210235A19LB09B000289
106 Mahabubnagar Dhanwada HP MSR 30-20 210235A19LB09B000208

Page 102 of 151


Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

S. Route Router Router


District Name Mandal Name
No r Make Model serial number
107 Mahabubnagar Dharur HP MSR 30-20 CN27D0911M
108 Mahabubnagar Doulatabad HP MSR 30-20 CN27D092BD
109 Mahabubnagar Farooqnagar HP MSR 30-20 210235A19LB09B000104
110 Mahabubnagar Gadwal HP MSR 30-20 210235A19LB09B000156
111 Mahabubnagar Ghanpur HP MSR 30-20 210235A19LB09B000153
112 Mahabubnagar Ghattu HP MSR 30-20 210235A19LB09B000101
113 Mahabubnagar Gopalpeta HP MSR 30-20 210235A19LB09B000257
114 Mahabubnagar Hanwada HP MSR 30-20 210235A19LB09B000283
115 Mahabubnagar Itikyal HP MSR 30-20 210235A328B114000137
116 Mahabubnagar Jadcherla HP MSR 30-20 210235A19LB09B000166
117 Mahabubnagar Kalwakurthy HP MSR 30-20 210235A19LB09B000301
118 Mahabubnagar Keshampeta HP MSR 30-20 210235A19LB09B000225
119 Mahabubnagar Kodair HP MSR 30-20 210235A19LB09B000162
120 Mahabubnagar Kodangal HP MSR 30-20 210235A19LB09B000118
121 Mahabubnagar Koilkonda HP MSR 30-20 210235A19LB09B000085
122 Mahabubnagar Kollapur HP MSR 30-20 210235A19LB09B000121
123 Mahabubnagar Kondurg HP MSR 30-20 210235A19LB09B000138
124 Mahabubnagar Kosgi HP MSR 30-20 210235A19LB09B000274
125 Mahabubnagar Kothakota HP MSR 30-20 210235A19LB09B000103
126 Mahabubnagar Kothur HP MSR 30-20 210235A19LB09B000089
127 Mahabubnagar Lingal HP MSR 30-20 210235A19LB09B000260
128 Mahabubnagar Maddur HP MSR 30-20 210235A19LB09B000308
129 Mahabubnagar Madgul HP MSR 30-20 210235A19LB09B000084
130 Mahabubnagar Maganoor HP MSR 30-20 210235A19LB09B000170
131 Mahabubnagar Makthal HP MSR 30-20 CN27D091MT
132 Mahabubnagar Maldakal HP MSR 30-20 210235A19LB09B000110
133 Mahabubnagar Manopadu HP MSR 30-20 210235A19LB09B000297
134 Mahabubnagar Midjil HP MSR 30-20 210235A19LB09B000111
135 Mahabubnagar Nagar Kurnool HP MSR 30-20 210235A19LB09B000147
136 Mahabubnagar Narayanpet HP MSR 30-20 210235A19LB09B000152
137 Mahabubnagar Narva HP MSR 30-20 210235A19LB09B000115
138 Mahabubnagar Nawabpet HP MSR 30-20 210235A19LB09B000148
139 Mahabubnagar Pangal HP MSR 30-20 210235A19LB09B000131
140 Mahabubnagar Pebbair HP MSR 30-20 210235A19LB09B000286
141 Mahabubnagar Peddakothapalle HP MSR 30-20 210235A19LB09B000294
142 Mahabubnagar Peddamandadi HP MSR 30-20 210235A19LB09B000185
143 Mahabubnagar Tadoor HP MSR 30-20 CN21D0901R
144 Mahabubnagar Talakondapalle HP MSR 30-20 210235A19LB09B000171
145 Mahabubnagar Telkapalle HP MSR 30-20 210235A19LB09B000159
146 Mahabubnagar Thimmajipeta HP MSR 30-20 210235A19LB09B000202
Page 103 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

S. Route Router Router


District Name Mandal Name
No r Make Model serial number
147 Mahabubnagar Uppununthala HP MSR 30-20 210235A19LB09B000100
148 Mahabubnagar Utkoor HP MSR 30-20 210235A19LB09B000236
149 Mahabubnagar Vangoor HP MSR 30-20 210235A19LB09B000226
150 Mahabubnagar Veepangandla HP MSR 30-20 NOT AVAILABLE
151 Mahabubnagar Veldanda HP MSR 30-20 210235A19LB09B000239
152 Mahabubnagar Waddepalle HP MSR 30-20 210235A19LB09B000303
153 Mahabubnagar Wanaparthy HP MSR 30-20 210235A19LB09B000212
154 Medak Alladurg HP MSR 30-20 210235A19LB09B000035
155 Medak Andole HP MSR 30-20 210235A19LB101000149
156 Medak Chegunta HP MSR 30-20 210235A19LB101000015
157 Medak Chinna Kodur HP MSR 30-20 210235A19LB09B000033
158 Medak Doultabad HP MSR 30-20 210235A19LB09B000073
159 Medak Dubbak HP MSR 30-20 210235A19LB09B00005
160 Medak Gajwel HP MSR 30-20 210235A19LB09B000018
161 Medak Hathnoora HP MSR 30-20 210235A19LB101000341
162 Medak Jagdevpur HP MSR 30-20 210235A19LB101000122
163 Medak Jharasangam HP MSR 30-20 210235A19LB101000383
164 Medak Jinnaram HP MSR 30-20 210235A19LB101000272
165 Medak Kalher HP MSR 30-20 210235A19LB101000011
166 Medak Kangti HP MSR 30-20 210235A19LB101000009
167 Medak Kohir HP MSR 30-20 210235A19LB09B000244
168 Medak Kondapak HP MSR 30-20 210235A19LB09B000042
169 Medak Kondapur HP MSR 30-20 210235A19LB101000434
170 Medak Kowdipalle HP MSR 30-20 210235A19LB09B000016
171 Medak Kulcharam HP MSR 30-20 210235A19LB101000014
172 Medak Manoor HP MSR 30-20 210235A19LB101000234
173 Medak Medak HP MSR 30-20 210235A19LB101000181
174 Medak Mirdoddi HP MSR 30-20 210235A19LB09B000013
175 Medak Mulug HP MSR 30-20 210235A19LB101000385
176 Medak Munpalle HP MSR 30-20 210235A19LB101000003
177 Medak Nanganur HP MSR 30-20 210235A19LB101000067
178 Medak Narayankhed HP MSR 30-20 210235A19LB101000018
179 Medak Narsapur HP MSR 30-20 210235A19LB101000234
180 Medak Nyalkal HP MSR 30-20 210235A19LB09B000070
181 Medak Papannapet HP MSR 30-20 210235A19LB101000121
182 Medak Patancheru HP MSR 30-20 210235A19LB101000445
183 Medak Pulkal HP MSR 30-20 210235A19LB101000319
184 Medak Raikode HP MSR 30-20 210235A19LB101000330
Ramachandrapura
210235A19LB101000146
185 Medak m HP MSR 30-20

Page 104 of 151


Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

S. Route Router Router


District Name Mandal Name
No r Make Model serial number
186 Medak Ramayampet HP MSR 30-20 210235A19LB09B000066
187 Medak Regode HP MSR 30-20 210235A19LB101000164
188 Medak Sadasivpet HP MSR 30-20 210235A19LB101000183
189 Medak Shankarampet (A) HP MSR 30-20 210235A19LB09B000022
190 Medak Shankarampet (R) HP MSR 30-20 210235A19LB101000124
191 Medak Shivampet HP MSR 30-20 210235A19LB102000145
192 Medak Siddipet HP MSR 30-20 210235A19LB102000272
193 Medak Tekmal HP MSR 30-20 210235A19LB09B00017
194 Medak Tobutta HP MSR 30-20 210235A19LB101000012
195 Medak Tupran HP MSR 30-20 210235A19LB102000349
196 Medak Wargal HP MSR 30-20 210235A19LB101000438
197 Medak Yeldurthy HP MSR 30-20 210235A19LB09B000034
198 Medak Zahirabad HP MSR 30-20 210235A19LB101000198
199 Nalgonda Alair HP MSR 30-20 210235A19LB101000390
200 Nalgonda Anumula HP MSR 30-20 CN19D090WP
201 Nalgonda Atmakur (S) HP MSR 30-20 210235A19LB101000194
202 Nalgonda Atmakur (M) HP MSR 30-20 210235A19LB102000185
203 Nalgonda Bhuvanagiri HP MSR 30-20 210235A19LB102000416
204 Nalgonda Bibinagar HP MSR 30-20 CN3BD090K2
205 Nalgonda Bommalaramaram HP MSR 30-20 210235A19LB102000433
206 Nalgonda Chandam Pet HP MSR 30-20 210235A19LB102000375
207 Nalgonda Chandur HP MSR 30-20 210235A19LB102000087
208 Nalgonda Chilkur HP MSR 30-20 210235A19LB101000353
209 Nalgonda Chintha Palle HP MSR 30-20 CN3BD0909C
210 Nalgonda Chityala HP MSR 30-20 210235A328B114000242
211 Nalgonda Chivvemla HP MSR 30-20 CN21D0902J
212 Nalgonda Choutuppal HP MSR 30-20 210235A19LB102000034
213 Nalgonda Dameracherla HP MSR 30-20 CN48D09014
214 Nalgonda Devarakonda HP MSR 30-20 210235A19LB101000235
215 Nalgonda Garide Palle HP MSR 30-20 210235A328B113000010
216 Nalgonda Gundala HP MSR 30-20 210235A19LB102000277
217 Nalgonda Gundla Palle HP MSR 30-20 210235A19LB101000232
218 Nalgonda Gurrampode HP MSR 30-20 CN27D0923M
219 Nalgonda Huzurnagar HP MSR 30-20 210235A19LB102000413
220 Nalgonda Jaji Reddi Gudem HP MSR 30-20 CN3BD090DN
221 Nalgonda Kangal HP MSR 30-20 210235A19LB102000077
222 Nalgonda Kattangoor HP MSR 30-20 210235A19LB101000340
223 Nalgonda Kethepalle HP MSR 30-20 210235A19LB101000320
224 Nalgonda Kodad HP MSR 30-20 210235A19LB101000270
225 Nalgonda M Turkapalle HP MSR 30-20 210235A19LB102000210
Page 105 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

S. Route Router Router


District Name Mandal Name
No r Make Model serial number
226 Nalgonda Marri Guda HP MSR 30-20 210235A19LB101000445
227 Nalgonda Mattampalle HP MSR 30-20 CN30D0918W
228 Nalgonda Mellachervu HP MSR 30-20 210235A328B113000194
229 Nalgonda Miryalaguda HP MSR 30-20 210235A19LB101000314
230 Nalgonda Mothey HP MSR 30-20 210235A19LB102000055
231 Nalgonda Mothkur HP MSR 30-20 210235A19LB101000152
232 Nalgonda Munagala HP MSR 30-20 CN3BD0904Y
233 Nalgonda Munugode HP MSR 30-20 210235A19LB09B000266
234 Nalgonda Nadigudem HP MSR 30-20 CN38D09188
235 Nalgonda Nakrekal HP MSR 30-20 210235A19LB102000072
236 Nalgonda Nampalle HP MSR 30-20 210235A19LB101000243
237 Nalgonda Narayanapur HP MSR 30-20 210235A19LB102000267
238 Nalgonda Narketpalle HP MSR 30-20 210235A19LB102000364
239 Nalgonda Nered Cherla HP MSR 30-20 210235A19LB102000019
240 Nalgonda Nidamanur HP MSR 30-20 210235A19LB101000359
241 Nalgonda Nuthankal HP MSR 30-20 CN3BDG9013
242 Nalgonda Pedda Adiserlapalle HP MSR 30-20 210235A19LB101000239
243 Nalgonda Peddavura HP MSR 30-20 210235A19LB102000121
244 Nalgonda Penpahad HP MSR 30-20 210235A19LB102000118
245 Nalgonda Pochampalle HP MSR 30-20 210235A19LB102000384
246 Nalgonda Rajapet HP MSR 30-20 210235A19LB101000358
247 Nalgonda Ramannapeta HP MSR 30-20 210235A328B112000315
248 Nalgonda Saligouraram HP MSR 30-20 210235A19LB102000076
249 Nalgonda Suryapet HP MSR 30-20 210235A19LB101000008
250 Nalgonda Thipparthi HP MSR 30-20 210235A19LB102000313
251 Nalgonda Thirumalagiri HP MSR 30-20 CN39D0921X
252 Nalgonda Thripuraram HP MSR 30-20 210235A19LB102000131
253 Nalgonda Thunga Thurthi HP MSR 30-20 210235A19LB102000306
254 Nalgonda Valigonda HP MSR 30-20 210235A19LB102000259
255 Nalgonda Vemulapalle HP MSR 30-20 210235A19LB102000064
256 Nalgonda Yadagirigutta HP MSR 30-20 210235A19LB102000043
257 Nizamabad Armoor HP MSR 30-20 CN27D0926G
258 Nizamabad Balkonda HP MSR 30-20 210235A19LB102000124
259 Nizamabad Bheemgal HP MSR 30-20 210235A19LB101000281
260 Nizamabad Dharpalli HP MSR 30-20 CN49D090GM
261 Nizamabad Dichpalli HP MSR 30-20 CN3BD0900B
262 Nizamabad Jakranpalli HP MSR 30-20 210235A19LB101000396
263 Nizamabad Kammarpalli HP MSR 30-20 210235A19LB102000085
264 Nizamabad Makloor HP MSR 30-20 CN30D090ZC
265 Nizamabad Morthad HP MSR 30-20 210235A19LB101000365
Page 106 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

S. Route Router Router


District Name Mandal Name
No r Make Model serial number
266 Nizamabad Nandipet HP MSR 30-20 210235A19LB102000299
267 Nizamabad Navipet HP MSR 30-20 210235A19LB102000419
268 Nizamabad Sirikonda HP MSR 30-20 210235A19LB102000156
269 Nizamabad Vailpoor HP MSR 30-20 210235A19LB102000316
270 Nizamabad Banswada HP MSR 30-20 210235A19LB101000090
271 Nizamabad Bichkunda HP MSR 30-20 210235A19LB102000327
272 Nizamabad Birkur HP MSR 30-20 CN25D090B3
273 Nizamabad Bodhan HP MSR 30-20 210235A19LB101000259
274 Nizamabad Jukkal HP MSR 30-20 210235A19LB102000227
275 Nizamabad Kotgir HP MSR 30-20 CN49D090J2
276 Nizamabad Madnoor HP MSR 30-20 210235A19LB102000330
277 Nizamabad Nizamsagar HP MSR 30-20 210235A19LB102000295
278 Nizamabad Pitlam HP MSR 30-20 210235A19LB101000351
279 Nizamabad Renjal HP MSR 30-20 CN27D091WQ
280 Nizamabad Varni HP MSR 30-20 CN14D09003
281 Nizamabad Yedpalli HP MSR 30-20 CN26D09005
282 Nizamabad Bhiknoor HP MSR 30-20 210235A19LB101000258
283 Nizamabad Domakonda HP MSR 30-20 210235A19LB101000299
284 Nizamabad Gandhari HP MSR 30-20 CNOAD09022
285 Nizamabad Kamareddy HP MSR 30-20 CN27D09246
286 Nizamabad Lingampet HP MSR 30-20 210235A19LB101000323
287 Nizamabad Machareddy HP MSR 30-20 210235A19LB101000286
288 Nizamabad Nagireddypet HP MSR 30-20 210235A19LB102000129
289 Nizamabad Sadasivnagar HP MSR 30-20 CN49D090DH
290 Nizamabad Tadwai HP MSR 30-20 210235A19LB102000246
291 Nizamabad Yellareddy HP MSR 30-20 210235A19LB101000322
292 Rangareddy Balanagar HP MSR 30-20 210235A19LB09B000054
293 Rangareddy Bantaram HP MSR 30-20 210235A19LB09B000009
294 Rangareddy Basheerabad HP MSR 30-20 CN27D090Q4
295 Rangareddy Chevella HP MSR 30-20 210235A19LB09B000031
296 Rangareddy Dharur HP MSR 30-20 210235A19LB09B000051
297 Rangareddy Doma HP MSR 30-20 210235A19LB101000190
298 Rangareddy Gandeed HP MSR 30-20 210235A19LB101000142
299 Rangareddy Ghatkesar HP MSR 30-20 210235A19LB101000080
300 Rangareddy Hayathnagar HP MSR 30-20 210235A19LB101000041
301 Rangareddy Ibrahimpatam HP MSR 30-20 210235A19LB098000020
302 Rangareddy Kandukur HP MSR 30-20 CN38D09090
303 Rangareddy Keesara HP MSR 30-20 210235A19LB09B000046
304 Rangareddy Kulkacharla HP MSR 30-20 210235A19LB09B000069
305 Rangareddy Maheswaram HP MSR 30-20 210235A19LB09B000059
Page 107 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

S. Route Router Router


District Name Mandal Name
No r Make Model serial number
306 Rangareddy Malkajgiri HP MSR 30-20 210235A19LB101000145
307 Rangareddy Manchal HP MSR 30-20 210235A19LB101000058
308 Rangareddy Marpalle HP MSR 30-20 210235A19LB09B000087
309 Rangareddy Medchal HP MSR 30-20 210235A19LB101000078
310 Rangareddy Moinabad HP MSR 30-20 CN39D092JT
311 Rangareddy Mominpet HP MSR 30-20 210235A19LB098000004
312 Rangareddy Nawabpet HP MSR 30-20 210235A19LB101000044
313 Rangareddy Pargi HP MSR 30-20 210235A19LB09B000231
314 Rangareddy Peddemul HP MSR 30-20 210235A19LB09B000067
315 Rangareddy Pudur HP MSR 30-20 210235A19LB09B000030
316 Rangareddy Quthbullapur HP MSR 30-20 210235A19LB101000143
317 Rangareddy Rajendranagar HP MSR 30-20 210235A19LB09B000065
318 Rangareddy Saroornagar HP MSR 30-20 210235A19LB09B000057
319 Rangareddy Serilingampalle HP MSR 30-20 210235A19LB101000172
320 Rangareddy Shabad HP MSR 30-20 210235A19LB101000191
321 Rangareddy Shamirpet HP MSR 30-20 210235A19LB09B000049
322 Rangareddy Shamshabad HP MSR 30-20 210235A19LB101000079
323 Rangareddy Shankarpalle HP MSR 30-20 210235A19LB102000329
324 Rangareddy Tandur HP MSR 30-20 210235A19LB101000005
325 Rangareddy Uppal HP MSR 30-20 CN10D0900W
326 Rangareddy Vikarabad HP MSR 30-20 210235A19LB09B000068
327 Rangareddy Yacharam HP MSR 30-20 210235A19LB101000083
328 Rangareddy Yelal HP MSR 30-20 210235A19LB098000012
329 Warangal Atmakur HP MSR 30-20 210235A19LB101000348
330 Warangal Bachannapeta HP MSR 30-20 210235A19LB102000010
331 Warangal Bhupalpalli HP MSR 30-20 CN37VD0V00M
332 Warangal Chennaraopeta HP MSR 30-20 210235A19LB102000368
333 Warangal Cheriyala HP MSR 30-20 210235A19LB101000403
334 Warangal Chityal HP MSR 30-20 CN27D092B2
335 Warangal Devaruppala HP MSR 30-20 210235A19LB102000111
336 Warangal Dharmasagar HP MSR 30-20 210235A19LB101000274
337 Warangal Dornakal HP MSR 30-20 210235A19LB102000044
338 Warangal Duggondi HP MSR 30-20 210235A19LB102000258
339 Warangal Ethurnagaram HP MSR 30-20 CN27D0922Q
340 Warangal Ganpur HP MSR 30-20 210235A328B113000205
341 Warangal Geesugonda HP MSR 30-20 210235A19LB101000384
342 Warangal Govindaraopeta HP MSR 30-20 210235A19LB102000066
343 Warangal Gudur HP MSR 30-20 CN39D09201
344 Warangal Hasanparthy HP MSR 30-20 CN49D090PD
345 Warangal Janagon HP MSR 30-20 210235A19LB09B000254
Page 108 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

S. Route Router Router


District Name Mandal Name
No r Make Model serial number
346 Warangal Kesamudram HP MSR 30-20 210235A19LB101000287
347 Warangal Khanapur HP MSR 30-20 CN3BD090P5
348 Warangal Kodakondla HP MSR 30-20 210235A19LB102000291
349 Warangal Kothaguda HP MSR 30-20 210235A19LB102000290
350 Warangal Kuravi HP MSR 30-20 21035A19LG102000217
210235A119LB10100027
351 Warangal Lingalaghanpur HP MSR 30-20 5
352 Warangal Maddur HP MSR 30-20 210235A19LB101000394
353 Warangal Mahabubabad HP MSR 30-20 210235A19LB101000413
354 Warangal Mangapeta HP MSR 30-20 210235A328B113000174
355 Warangal Maripeda HP MSR 30-20 CN27D090MT
356 Warangal Mogulapalli HP MSR 30-20 210235A19LB101000376
357 Warangal Mulugu HP MSR 30-20 210235A19LB09B000302
358 Warangal Nallabelly HP MSR 30-20 210235A19LB102000357
359 Warangal Narmetta HP MSR 30-20 210235A19LB101000420
360 Warangal Narsampeta HP MSR 30-20 CN30D090L9
361 Warangal Narsimhulupeta HP MSR 30-20 CN27D090XV
362 Warangal Nekkonda HP MSR 30-20 210235A19LB102000092
363 Warangal Nellikudur HP MSR 30-20 210235A19LB102000356
364 Warangal Palakurthy HP MSR 30-20 210235A19LB101000085
365 Warangal Parkal HP MSR 30-20 CN27D0923Q
366 Warangal Parvathagiri HP MSR 30-20 210235A19LB102000241
367 Warangal Raghunathapalli HP MSR 30-20 210235A19LB102000179
368 Warangal Raiparthi HP MSR 30-20 210235A328B10B00021
369 Warangal Regonda HP MSR 30-20 CN27D090PX
370 Warangal Sangem HP MSR 30-20 CN3BD090M2
371 Warangal Shayampeta HP MSR 30-20 210235A19LB102000220
372 Warangal Station Ghanpur HP MSR 30-20 210235A19LB101000375
210235A19LB010100042
373 Warangal Tadwai HP MSR 30-20 2
374 Warangal Thorrur HP MSR 30-20 210235A328B114000230
375 Warangal Venkatapuram HP MSR 30-20 CN13D0901Q
376 Warangal Warangal HP MSR 30-20 210235A19LB102000334
377 Warangal Wardhannapeta HP MSR 30-20 210235A19LB102000021
378 Warangal Zaffarghad HP MSR 30-20 CN27D091CZ
379 Karimnagar Bejjanki HP MSR 30-20 210235A19LB102000421
380 Karimnagar Bheemadevarpalle HP MSR 30-20 CN3BD090KH
381 Karimnagar Boinpalle HP MSR 30-20 CN27D090X3
382 Karimnagar Chandurthi HP MSR 30-20 210235A19LB101000329
383 Karimnagar Chigurumamidi HP MSR 30-20 210235A19LB101000374
384 Karimnagar Choppadandi HP MSR 30-20 210235A19LB101000047
Page 109 of 151
Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

S. Route Router Router


District Name Mandal Name
No r Make Model serial number
385 Karimnagar Dharmapuri HP MSR 30-20 210235A19LB102000070
386 Karimnagar Dharmaram HP MSR 30-20 CN49D090FG
387 Karimnagar Elgaid HP MSR 30-20 CN27D0926N
388 Karimnagar Elkathurthi HP MSR 30-20 210235A19LB102000317
389 Karimnagar Ellanthakunta HP MSR 30-20 210235A19LB101000345
390 Karimnagar Gambhiraopet HP MSR 30-20 210235A19LB102000110
391 Karimnagar Gangadhara HP MSR 30-20 210235A19LB102000197
392 Karimnagar Gollapalle HP MSR 30-20 CN27D0923X
393 Karimnagar Husnabad HP MSR 30-20 CN27D0927B
394 Karimnagar Huzurabad HP MSR 30-20 CN27D09245
395 Karimnagar Ibrahimpatnam HP MSR 30-20 210235A19LB102000335
396 Karimnagar Jagtial HP MSR 30-20 210235A19LB101000306
397 Karimnagar Jammikunta HP MSR 30-20 210235A19LB102000192
398 Karimnagar Julapalle HP MSR 30-20 CN27D091MN
399 Karimnagar Kamalapur HP MSR 30-20 CN3BD090BF
400 Karimnagar Kamanpur HP MSR 30-20 CN30D0918Q
401 Karimnagar Kataram HP MSR 30-20 210235A19LB101000106
402 Karimnagar Kathlapur HP MSR 30-20 210235A19LB101000273
403 Karimnagar Kesavapatnam HP MSR 30-20 210235A19LB101000406
404 Karimnagar Kodimial HP MSR 30-20 CN27D0924B
405 Karimnagar Koheda HP MSR 30-20 210235A19LB101000366
406 Karimnagar Konaraopeta HP MSR 30-20 210235A19LB101000411
407 Karimnagar Koratla HP MSR 30-20 CN30D0918D
408 Karimnagar Mahadevpur HP MSR 30-20 210235A19LB101000304
409 Karimnagar Malharrao HP MSR 30-20 CN27D09257
410 Karimnagar Mallapur HP MSR 30-20 210235A19LB101000212
411 Karimnagar Mallial HP MSR 30-20 210235A19LB102000049
412 Karimnagar Manakondur HP MSR 30-20 210235A19LB102000104
413 Karimnagar Manthani HP MSR 30-20 210235A19LB102000062
414 Karimnagar Medipalle HP MSR 30-20 210235A19LB102000323
415 Karimnagar Metpalle HP MSR 30-20 210235A19LB101000197
416 Karimnagar Mustabad HP MSR 30-20 CN49D090JN
Mutharam
417 Karimnagar Mahadevpur HP MSR 30-20 CN19D0904Q
418 Karimnagar Mutharam Manthani HP MSR 30-20 210235A19LB102000273
419 Karimnagar Odela HP MSR 30-20 CN27D0922B
420 Karimnagar Peddapalle HP MSR 30-20 CN27D092HV
421 Karimnagar Pegadapalle HP MSR 30-20 210235A19LB102000297
422 Karimnagar Raikal HP MSR 30-20 210235A19LB101000226
423 Karimnagar Ramadugu HP MSR 30-20 CN27D091YN

Page 110 of 151


Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

S. Route Router Router


District Name Mandal Name
No r Make Model serial number
424 Karimnagar Ramagundam HP MSR 30-20 210235A19LB101000397
425 Karimnagar Saidapur HP MSR 30-20 210235A19LB102000194
426 Karimnagar Sarangapur HP MSR 30-20 210235A19LB102000065
427 Karimnagar Sirsilla HP MSR 30-20 210235A19LB102000127
428 Karimnagar Srirampur HP MSR 30-20 210235A19LB101000401
429 Karimnagar Sultanabad HP MSR 30-20 210235A19LB108000032
430 Karimnagar Thimmapur HP MSR 30-20 210235A19LB102000238
431 Karimnagar Veenavanka HP MSR 30-20 210235A19LB101000408
432 Karimnagar Velgatoor HP MSR 30-20 210235A19LB102000060
433 Karimnagar Vemulawada HP MSR 30-20 210235A19LB102000405
434 Karimnagar Yellareddipeta HP MSR 30-20 CN30D0915Q

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

Page 111 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
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

Page 122 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.
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

10.6 Video Conferencing Equipment


Table10.6.1: List of Videoconferencing Equipment available at SHD, DHQs & MHQs

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

5. HD End point with camera at MHQs, DHQs& RDOs Vidyoroom-HD100 536


42" LED display system Pansonic
6. 131
TH42AM410D
Display system - 42” LCD Display system Videocon -
7. DHQs VSL42FBM 403
1 KVA Online UPS-with Total 4 hours backup Numeric-Digital HP
8. Max-1000 403

9. 1 KVA Online UPS-with Total 4 hours backup Techser TPS-1000 131


10. PC based HD Video conference software Vidyo desktop 200

Page 126 of 151


Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

11. Section 11 - Forms


Form-P1– General Information about the Bidder

Details of the Bidder (Company)


1. Name of the Bidder

2. Address of the Bidder

3. Status of the Company (Public Ltd/ Pvt. Ltd/


Registered Partnership)
4. Details of Incorporation of the Company Date:
Ref. #
5. Details of Commencement of Business Date:
Ref. #
6. Valid GST registration no.
7. Permanent Account Number (PAN)
8. Name & Designation of the contact person to whom
all references shall be made regarding this tender
9. Telephone No. (with STD Code)

10. E-Mail of the contact person:

11. Fax No. (with STD Code)

12. Website
13. Certifications

14. Is the firm registered under Labour Laws Contract


Act? If yes, submit valid registration certificate.
15. Do you have a local representation /office in
Telangana? If so, please give the address of the
office and no. of years of operation of the local
office
16. Financial Details (as per audited Balance Sheets) (in Cr)

17. Year 2014-2015 2015-2016 2016-2017

18. Net Worth

19. Turn Over

20. PAT

Place: _______________________
Date: Bidder’s signature and seal

Page 127 of 151


Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

Form-P2 – Bidder’s experience in similar projects.


The bidder shall be a Company engaged in offering networking solutions, O&M for big
WANs etc, or dealing with Information & Communication technologies providing networking
services. The bidder must have successfully undertaken any one of the following:
1.Two projects with Successful implementation or maintenance of wide area network consisting
of switches/ routers/ network components having minimum 400 separate office locations each
(Separate locations implies different cities, towns or villages) for Central government (GoI) /
Scheduled Banks / State Governments / PSUs or large Private Organizations (Implementation/
Maintenance within own organization shall not be considered)
- in any of the last 4 financial years in India (2014-15, 2015-16, 2016-17, 2017-18)
(or)
2.Three projects with Successful implementation or maintenance of wide area network consisting
of switches/ routers/ network components having minimum 250 separate office locations each
(Separate locations implies different cities, towns or villages) for Central government (GoI) /
Scheduled Banks / State Governments / PSUs or large Private Organizations (Implementation/
Maintenance within own organization shall not be considered) - in any of the last 4 financial years
in India (2014-15, 2015-16, 2016-17, 2017-18)

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

Page 128 of 151


Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

Form-P3 – Bidder’s experience in similar projects.

The bidder must have experience in implementation/maintainance of High Definition Video


Conference solution (including Hardware & Software) in atleast one project with minimum
100 VC nodes each in Govt. Organization/ PSU/ scheduled commercial bank or large Private
Organizations in India during any of the last 4 financial years in India (2014-15, 2015-16,
2016-17, 2017-18).

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

Page 129 of 151


Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

Form-P4–Bidder’s Net(Certifiedworthby Statutory Auditors/ CA)

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.

Page 130 of 151


Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

Form-P6 – Office in Telangana

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

Page 131 of 151


Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

Form-P7 - Declaration for Dedicated Resource Deployment

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,

(Signature of the Bidder)


Printed Name
Designation
Seal
Date:
Business Address:

Page 132 of 151


Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

Form-P8 – Declaration for Back to Back OEM Warranty/AMC


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,

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,

(Signature of the Bidder)


Printed Name
Designation
Seal
Date:
Business Address:

Page 133 of 151


Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

Form P-9 Format for Self-Declaration on Blacklisting

(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___________________

Page 134 of 151


Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

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

(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 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 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 WAN nodes covered.

Place: _______________________
Date: Bidder’s signature and se

Page 135 of 151


Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

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

Work order and Satisfactory performance certificate/


Project completion certificate from the client indicating Yes/ No
the number of WAN nodes covered.

Place: _______________________
Date: Bidder’s signature and se

Page 136 of 151


Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

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

Work order and Satisfactory performance certificate/


Project completion certificate from the client indicating Yes/ No
the number of VC nodes covered.

Place: _______________________
Date: Bidder’s signature and se

Page 137 of 151


Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

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

Description FY 2014-15 FY 2015-16 FY 2016-17 2017-18


Turnover (in INR crores)
Profit Before Tax (in INR
crores)

Place: _______________________
Date: Bidder’s signature and seal

Form–T5

S. Position/ Resource Education No. of Years of Certifications


No Designation Name Qualification Work Experience

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

Page 138 of 151


Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

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.

Signature of Authorised Signatory Date:

Page 139 of 151


Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network& VC Solution

Form F1 – Commercial Bid Cover Letter

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.

Signature of Bidder (with official seal)


Date
Name
Designation
Address
Telephone
Fax
E-mail address

Page 140 of 151


Selection of Network Operator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network

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.

Page 141 of 151


Selection of Network Operator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network

Form F2 (A) - AMC Charges (Incl. all taxes) for TSWAN

QMC (Rs.) QMC (Rs.) QMC (Rs.)


S. No Item Qty
Year 1 Year 2 Year 2

State Headquarters (SHQ)

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

Generator Set (30KVA) with 1 No


7.
DG Panel

Annual Tech Support for CA


8. 1 Lot
NMS as per BoM

9. Air Conditioner 8 Nos


District Headquarters (DHQ) – Full PoP setup
10 Router 20 Nos
11 Switch 20 Nos
12 Desktop Computer 10 Nos
13 UPS – 6KVA 10 Nos
14 Generator – 8 KVA 10 Nos
New District Headquarters (DHQ) – Partial PoP setup
Switch (OEM warranty is
15 21 Nos
available upto March 2020)
Mandal Headquarters (MHQ) – Full PoP setup
16 Router 434
17 Switch 434
18 Desktop Computer 434
19 UPS – 2 KVA 434
New Mandal Headquarters (MHQ) – Partial PoP setup

Page 142 of 151


Selection of Network Operator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network

QMC (Rs.) QMC (Rs.) QMC (Rs.)


S. No Item Qty
Year 1 Year 2 Year 2

Switch (OEM warranty is


20 150
available upto March 2020)

Total QMC
Total AMC (4 * Total QMC)

(Total AMC in words (Year 1): Rs. )

(Total AMC in words (Year 2): Rs. )

(Total AMC in words (Year 3): Rs. )

Note:
The Maintenance contract for the equipment under warranty shall start upon the expiry of the
warranty.

Signature of the Bidder with seal

Page 143 of 151


Selection of Network Operator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network

Form F2 (B) - AMC Charges (Incl. all taxes) for VC Equipment


S. No Item Qty QMC (Rs.) QMC (Rs.) QMC (Rs.)
Year 1 Year 2 Year 3
Videoconferencing Equipment

1 Multi Conferencing Unit at DHQswith


100 ports- Make Vidyo 10

2 Multi Conferencing Unit at SHQ with


200 ports along with 200 concurrent
desktop based VC users- Make 1
Vidyo

3 Portal for global Management of


devices and users- Make Vidyo 1

4 VC Gateway at DHQs- Make Vidyo


38

5 HD End point with camera and


speaker with mic at MHQs, DHQs 536
and RDOs- Make Vidyo
6 42" LED display system - Pansonic
131
TH42AM410D
7 Display system - 42” LCD Disp
system at MHQs and DHQs - 403
Videocon - VSL42FBM
8 1 KVA Online UPS-with Total 4 hours
backup - Numeric 403

9 1 KVA Online UPS-with Total 4 hours


backup – Techser TPS-1000 131

Total QMC
Total AMC (4 * Total QMC)

(Total AMC in words (Year 1): Rs. )

(Total AMC in words (Year 2): Rs. )

(Total AMC in words (Year 3): Rs. )

Note: The Maintenance contract for the equipment under warranty shall start upon the expiry of
the warranty.

Signature of the Bidder with seal

Page 144 of 151


Selection of Network Operator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network

Form F3 Annual Manpower charges (Incl. all taxes)

Unit rate Total Monthly Total Quarterly


S. Number
Staff Position (Man month Cost (Rs.) cost (Rs.)
No (A)
rate) (B) (C) = A*B (D) = C*3
1. State Project 1
Manager
2. SHQ Network
1
Expert
3. Network Security 1
Specialist
4. Videoconferencing 2
Expert
5. NMS Expert 1
6. SHQ
NetworkSupport 6
Engineer
7. Helpdesk analyst 2
cum coordinator
8. Helpdesk
Coordinator for
1
Horizontal office
connectivity
9. DHQ Network
31
Expert
10. DHQ Support
Engineers (SWAN 41
& VC)
11. MHQ Support
Engineers (SWAN 146
& VC)
Total Charges per quarter (D) Rs.
Total Charges per Annum (D*4) Rs.

Signature of the Bidder with seal

Note: Include above table for Year 1, Year 2 & Year 3

Page 145 of 151


Selection of Network Operator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network

Form F4 Shifting charges (Incl. all taxes)

S.No Description Unit Rate

1 Within the Premises


2 Within the Mandal
3 Within the District
4 Within the State

Signature of the Bidder with seal

Note: Shifting charges (Form F4) shall be paid on actuals and shall not be included in
the total FM & MS charges.

Page 146 of 151


Selection of Network Operator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network

Annexure I – Bid Security/ EMD Form


TSTS Ref. No.....
Bid Security (EMD) Form
(To be issued by a bank scheduled in India and having at least one branch in Hyderabad)

Whereas...................................... (Herets bidin Datedafter cal


……........ (Date) for the execution of........................ (
KNOW ALL MEN by these presents that We ................... of ........................ having our registered
office at........................ (hereinafter called the “Bank”)Telanganaare bouTechndologyinto the
Service Ltd. (hereinafterTSTS”)calledinthe“Thesum of ................ for
truly to be made to the said TSTS itself, its successors and assignees by these presents.

The conditions of this obligation are:

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.

Page 147 of 151


Selection of Network Operator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network

Annexure II – Performance Security Form


TSTS Ref. No......
Performance Security Form

(To be issued by a bank scheduled in India and having at least one branch in Hyderabad)

To: ............................ (Address of TSTS)

WHEREAS............................. (Name of Vendor) hereinafter / calledNetworkOperator/“the Vendor


Service Provider” has undertaken, in pursuance ofContract No.....
supply.................. called “the Contract”.

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

WHEREAS we have agreed to give the Vendor a Guarantee:

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.

This guarantee is valid until the ......... day of........ (Date)

Place:
Date: Signature of the Bank and seal.

Page 148 of 151


Selection of Network Operator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network

Annxure III - Sample Contract Form

Contract Ref No: ____________________

THIS AGREEMENT is made on ____ day of _______

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”)

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

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

1.Scope of the Work


Brief outline of the work:Network Operator for Facility Management & Maintenance Services
(FM&MS) of Telangana State Wide Area Network at Hyderabad as per the staggered orders
issued time to time during the contract period ______________________at
______________________________. The detailed scope is as covered in RFP and
subsequent clarifications.

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 _________

V. Bid document Ref No. ______________Dt. _________________

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

Page 149 of 151


Selection of Network Operator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network

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.

In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter


mentioned, the Supplier hereby covenants with the Purchaser to provide the Goods and Services
and to remedy defects therein in conformity in all respects with the provisions of the Contract.

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.

5.1 Brief particulars of the goods/services which shall be supplied /provided by


the Service provider are as under:

Sl. No Solution, service, or material Max. Qty Unit Price


1.
2.
3.

Grand Total

5.2 DELIVERY SCHEDULE :_________________


5.3 WARRANTY: :_________________
5.4 SUPPLIERS RESPONSIBILITY :_________________
5.5 UP TIME % : :_________________
5.6 EXIT CLAUSE : :_________________
5.7 PAYMENT TERMS :_________________

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.

For and on behalf of the Purchaser

Signed:
In the capacity of Managing Director, TSTS

in the presence of
For and on behalf of the Supplier

Signed:

in the capacity of------------------------, M/s. _______________________

Page 150 of 151


Selection of Network Operator for Facility Management & Maintenance Services (FM&MS) of Telangana State Wide Area Network

in the presence of

Items Configuration Required Qty Unit Price

Annexure – IV

Amendments & Other Documents

Sno Amendment No Date Amendment Description

------ | End of Document | ------

Page 151 of 151

You might also like