Upload
ngodiep
View
220
Download
0
Embed Size (px)
Citation preview
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
Reponses to the Pre-bid Queries of
Request for Proposal (RFP)
for
Selection of System Integrator for Pimpri Chinchwad Smart City Limited for Supply, Installation, Testing, Commissioning and O&M for City Network, City Wi-Fi, Smart Kiosk and Variable Message Display (VMD) Solutions
General Queries:
SN Organizati
on
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
1 Micro Focus
Operations and Maintenance phase Page 124
SLA Compliance Report
Please specify whay all complaince report is required, is it standard policy complaince , netwrok devices compliance ,ITIL compliance , software compliance or something else?
No change, as per RFP
2 Micro Focus
6. Service Level Agreement Page 125
Create clear requirements for measurement of the performance of the system and help in monitoring the same during the Contract duration.
Which system are being refered here, is it servers , network ,applications ? SI would need defined set of standard EMS tools to measure SLA, is there any specification for EMS SLA tools?
No change, as per RFP
3 Ishan Infotech
Page no. 32 - point no. 7 - Technical Capability
One Project with 200 access points (mix of outdoor and indoor installations) / 30 kiosks / 20 Outdoor VMDs
Since All 3 Component are required in the RFP Expertise of the bidder or consotium member is must in all three components hence should not be optional.
Please refer corrigendum
4 Ishan Infotech
Additional Query
Since Creation of OFC backbone , and Wi-Fi Infra is part of this bid we request you to add Provisioning of Intenet bandwidth also in the RFP . ISP partner should be class A and NLD License holder from DoT. This will ensure the full turnkey nature of project and PCMC to have manage single agency only.
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organizati
on
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
5 Ishan Infotech
Additional Query
Since PCMC is investing in capex for wi-fi infra and VMD's we suggest for addition of monetization options for the same in the RFP to generate revenue for PCMC through this streams.
No change, as per RFP
6 Ishan Infotech
Page no. 65 - Bill of Materials
We propose that PCMC to provide min. estimated bill of material qty so that evaluation of commercials can be done at par for all bidders. if the same leave up to the bidder than comparative evaluation would be difficult as there would be GAP in individual surveys
Please refer corrigendum
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organizati
on
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
7 Ishan Infotech
Page no. 28 -Financials (Sole bidder or Lead bidder)
The Sole Bidder or any member of the consortium, in case of a consortium, should have an average annual turnover of minimum INR 1000 crore with minimum average annual turnover of INR 200 crore from one or more of the below mentioned “specific business areas” over the last three financial years: 1) Supply & Implementation of ICT Infrastructure for Government clients in India 2) Supply & laying of Telecom Infrastructure / Fibre cable Infra (fibre cable network implementation including trenching, ducting, cable laying, termination, other requisite activities) in India 3) IT System Integration Services for Government clients in India
Requesting to relax the criteria to enable more participation in the bid .
Please refer corrigendum
8 Ishan Infotech
Page no. 28 -Financials (Sole bidder or Lead bidder)
Extracts from the audited balance sheet and profit & loss; OR Certificate from the Statutory Auditor along with extracts from the audited balance sheet and profit & loss
Since average turnover of last three FY is asked audited report for FY17-18 would not be prepared for most of the bidder hence requesting to allow CA /Statutory Auditor certificate of turnover for FY 17-18 .
Please refer corrigendum
9 ITI
Tender Notice,EMD and Sec.no.1.4,Fact sheet/Data sheet , pg.no.13
EMD 2,50,60,000/- and INR 2,50,00,000 (INR Two Crores Fifty Lacs only) through e-Procurement portal
The EMD values mentioned at both places are different.Required clarity on the EMD value
Please refer corrigendum
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organizati
on
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
10 ITI Sec.no.3.3,Earnest Money Deposit,Page no.17
a) EMD, which is required to protect the PCSCL against the risk of Bidders conduct, which would warrant the EMD forfeiture, of requisite amount as per Factsheet/Datasheet, shall be paid online (net banking only) via e-Tendering portal.
EMD in the form of Bank Guarantee (BG) may please be allowed.
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
11 ITI
Sec 4.6,Pre-Qualification Criteria,Page no.28,Technical Capability
The Sole bidder or any member of the consortium, in case of consortium, should have relevant experience in India, in perspective of the RFP’s Scope of Work, for Supply, Install,Testing and Commissioning of ICT Infrastructure related to Outdoor Wi-Fi, Kiosk and Outdoor Variable Message Display boards in last three financial years, as on date of bid submission. 1.One Project with 200 access points (mix of outdoor and indoor installations) / 30 kiosks / 20 Outdoor VMDs OR 2.Two Projects with cumulative number of 300 access Points (mix of outdoor and indoor installations) / 40 kiosks / 40 Outdoor VMDs OR 3.Three Projects with cumulative numbers of 400 access points(mix of outdoor and indoor installations) / 50 kiosks / 50 Outdoor VMDs And Supply & laying of Fibre cable Infra (fibre cable network implementation including trenching,ducting, cable laying, termination, and other requisite activities) in India in last three financial years as on date of bid submission. 1.One project with 200 km of Fibre cable network 2.Two Projects with cumulative 300 km of Fibre cable network 3.Three Project with cumulative 400 km of Fibre cable network
The technical capability has to include : The same eligibiility criteria has been allowed in the last EOI as detailed below may please be incorporated. The sole applicant or any member of thcre consortium, in case of consortium, should have a relevant experience of: Supply, Installation, Commissioning and Operations & Maintenance Services for Smart Poles / Telecom Tower / BTS / GBM(s) Infrastructure & services in last 3 years i.e FY 13-14, FY 14-15, FY 15-16, FY 16-17 and currently having at least 1000 such Smart Poles / Telecom Tower / BTS / GBM(s) operational, as on date of submission of EoI, with minimum operational annual revenue of 200 cr. OR Project experience of Supply,Installation, Commissioning and Operations & Maintenance Services, for any one of the below mentioned “specific business area”, which is either completed or ongoing in last 5 years i.e FY 12-13, FY 13-14, FY 14-15, FY 15- 16, FY 16-17. Specific business area: 1. WiFi Infrastructure & services with at least 200 access points 2. City Kiosk Infrastructure & services with at least 50 kiosks 3. Variable Message Display Infrastructure & services with at least 50 displays
Please refer corrigendum
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organizati
on
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
12 ITI Sec.no.3.3,Earnest Money Deposit,Page no.17
f) The EMD may be forfeited: A Proposal contains deviations (except when provided in conformity with the RFP) conditional offers and partial offers.
May please elaborate on the "devation" clause. Emd forfieted clause may only be imposed for withdrawl of bid during processing and other fradulent practices only.
No change, as per RFP
13 ITI
Sec.no.4.7.1,Technical Bid criteria & Evalution,B2.Fibre Cable Network Projects,Pg.no.32
The Sole bidder or any member of the consortium, in case of a consortium, should have experience of Supply & laying of Fibre cable Infra (fibre cable network implementation including trenching, ducting, cable laying, termination, and other requisite activities) in India in last three financial years as on date of bid submission.
The Sole bidder or any member of the consortium, in case of a consortium, should have experience of Supply & laying of Fibre cable Infra (fibre cable network implementation including trenching, ducting, cable laying, termination, and other requisite activities) in India in last Five financial years as on date of bid submission.
Please refer corrigendum
14 ITI Sec no.1.2,Project profile,Page no.11 and 12
In the fiber backbone and passive pole component,active devices are not included.
It is suggedted to include active devices also in fiber backbone and smart poles for better and seamless integration.
No change, as per RFP
15 Indus Tower
Page No. 3 and EMD (Rs.)
EMD (Rs.) amount
We request you to please clarify the exact EMD (Rs.) amount whether is Rs, 2,50,60,000/- or 2,50,00,000/- (INR Two Crores Fifty Lacs only) to be submitted by each bidder during their bid submission?
Please refer corrigendum
16 Indus Tower
Model of Project Execution
Since PCSCL in its Smart City Proposal has plans that the Operation & Maintenance cost for all projects which have the potential to generate revenue will be borne by private operators, who will further, enter into revenue sharing model with PCSCL, implementing current project on EPC mode would only add to financial burden to the Authority both in the form of CAPEX for implementation and OPEX for Operation and Maintenance for the entire project period.
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organizati
on
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
There are use cases like Bhopal Smart City, Vadodara Smart City and NDMC Smart City etc. who have opted for PPP mode without any monetary investment by Authority. The project in PPP mode also involves revenue sharing by Implementing Agency with the Authority for the entire concession period. Citing reference to our experience from Vadodara Smart City and NDMC Smart City projects where in the Smart Pole with provision for Public Wi-Fi, CCTv Camera for City Surveillance, and Smart Billboards have been implemented in PPP mode with following highlights; • Sustainability to any large infrastructure projects. • CAPEX and OPEX Savings for Authority. • Operation and Maintenance shall be the scope of the Concessionaire • Revenue sharing through effective monetization. • Dedicated Revenue stream for the Authority making it Self sustainable. • Sales, Marketing, Billing, Collection etc. shall be scope of the Concessionaire Since all the components/infrastructure considered for implementation under this RFP has vast capability of generating huge revenue which can directly be utilized as Operation and Maintenance expenses for other projects under Smart City Initiative and thus achieving
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organizati
on
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
the objective set out in Smart City Proposal, also generating dedicated and substantial revenue stream for the SPV so as to make it self sustainable. We suggest PCSCL to please review the current RFP and consider the option for implementing the revenue generating components such as Wi-Fi, VMD, Pole Infrastructure etc. under PPP mode for a period of 15-20 years, which will create a win-win situation for both the Authority and the Implementing Agency.
17 Indus Tower
Page 22. 3.22. Eligible Goods and Services, and OEM Criteria
Point F: The proposed OEM should have installed base of at least 20% of the quoted product or technology.
We request you to please clarify the mentioned clause with an example as many of the technologies/product are emerging technologies in the space of smart city initiative's & are developing stage.
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organizati
on
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
18 Indus Tower
Page 28. 4.6. Pre-Qualification Criteria point 4
Financials (Sole bidder or Lead bidder) The Sole Bidder or any member of the consortium, in case of a consortium, should have an average annual turnover of minimum INR 1000 crore with minimum average annual turnover of INR 200 crore from one or more of the below mentioned “specific business areas” over the last three financial years: * Supply & Implementation of ICT Infrastructure for Government clients in India * Supply & laying of Telecom Infrastructure / Fibre cable Infra (fibre cable network implementation including trenching, ducting, cable laying, termination, other requisite activities) in India * IT System Integration Services for Government clients in India
We request you to please amend the clause as: The Sole Bidder or any member of the consortium, in case of a consortium, should have an average annual turnover of minimum INR 1000 crore with minimum average annual turnover of INR 200 crore from one or more of the below mentioned “specific business areas” over the last three financial years: * Supply & Implementation of ICT Infrastructure for Government/Enterprises/Reputed clients in India * Supply & laying of Telecom Infrastructure / Fibre cable Infra (fibre cable network implementation including trenching, ducting, cable laying, termination, other requisite activities) in India * IT System Integration Services in India
Please refer corrigendum
19 Indus Tower
Page 29. 4.6. Pre-Qualification Criteria point 7
Technical Capability: Work Orders + Signed Contract + Client Completion Certificate / Self certificate of completion with required details (Certified by the Statutory Auditor)
In India, most of such projects in nature are at execution stage under smart cities mission program of the cities. Hence, we request you to also accept such projects along with client certificate mentioning the project scope and deliverables.
Please refer corrigendum
20 Indus Tower
Page 30. 4.6. Pre-Qualification Criteria point 8
Certifications: The Sole bidder or each member of the consortium, in case of consortium, should possess any two of the below mentioned certification which are valid at the time of bidding: - ISO 9001:2000/2008 - ISO 20000:2011 for IT Service Management - ISO 27001:2005 for Information Security Management System
We request you to please amend & revise the clause as "The Sole bidder or each member of the consortium, in case of consortium, should possess any one of the below mentioned certification which are valid at the time of bidding: - ISO 9001:2000/2008 - ISO 20000:2011 for IT Service Management - ISO 27001:2013 for Information Security Management System
Please refer corrigendum
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organizati
on
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
21 Indus Tower
Page 32. B. Project Experience (Max – 50 marks)
B1 IT Infra / System Integration Projects The Sole bidder or any member of the consortium, in case of consortium, should have relevant experience in India, in perspective of the RFP’s Scope of Work, for Supply, Install, Testing and Commissioning of ICT Infrastructure related to Outdoor Wi-Fi, Kiosk and Outdoor Variable Message Display boards in last three financial years, as on date of bid submission. - More than 600 access points (mix of outdoor and indoor installations) / 100 kiosks / 50 outdoor VMDs - 20 marks - Between 500 access points (mix of outdoor and indoor installations) / 80 kiosks / 50 VMDs - 500 access points / 100 kiosks / 40 outdoor VMDs – 16 marks - Up to 400 access points (mix of outdoor and indoor installations) / 50 kiosks / 30 outdoor VMDs – 14 marks
We request you to please amend this clause as :The Sole bidder or any member of the consortium, in case of consortium, should have relevant experience in India, in perspective of the RFP’s Scope of Work, for Supply, Install, Testing and Commissioning of ICT Infrastructure related to Outdoor Wi-Fi, Kiosk and Outdoor Variable Message Display boards in last three financial years, as on date of bid submission. - More than 400 access points (mix of outdoor/indoor installations) / 100 kiosks / 50 outdoor VMDs - 20 marks - Between 300 access points (mix of outdoor/indoor installations) / 80 kiosks / 40 VMDs - VMDs – 16 marks - Up to 400 access points (mix of outdoor/indoor installations) / 50 kiosks / 30 outdoor VMDs – 14 marks
Please refer corrigendum
22 Indus Tower
Page 62 8.10. Proposed Unpriced Bill of Material
Bidder should refer to scope of work of the project and the Indicative BoM provided in the RFP Volume II, and accordingly shall produce the Bill of Material in order to fulfil the RFP and project requirements in totality.
We request you to please specify minimum qty of items in the Bill of materials against each known items as decided by the Authority (i.e. PCSCL) such as no. of Access Point (Outdoor)/(Indoor), Smart Kiosk (With/Without Cash Acceptor), VMDs etc.
Please refer corrigendum
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organizati
on
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
23 Indus Tower
General Materially Adverse Government Action (MAGA)
“Materially Adverse Government Action (MAGA)” means any act or omission by the PCSCL or any relevant public authority, which occurs during the term of this project execution and which (i) renders the Bidder/Concessionaire unable to comply with any of its obligations as per the Agreement and/or (ii) has a material adverse effect on the cost or the profits arising from such performance and/or (iii) any judgment or order of any court of competent jurisdiction or statutory authority in India made against the Bidder/Concessionaire in any proceedings for reasons other than on account of breach thereof, or of any Agreement, or enforcement of the signed Agreement or exercise of any of its rights under the Agreement. We suggest the PCSCL to include the aforementioned clause in the RFP.
No change, as per RFP
24
Shapoorji Pallonji And Company Pvt. Ltd.
Vol-I, ITB, 3.3 Earnest Money Deposit (EMD)
EMD, which is required to protect the PCSCL against the risk of Bidders conduct, which would warrant the EMD forfeiture, of INR 2,50,60,000/- as per Factsheet/Datasheet, shall be paid online (net banking only) via e-Tendering portal.
Since EMD amount is considerably high, we request you to please accept it in form of Bank Gurantee
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organizati
on
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
25
Shapoorji Pallonji And Company Pvt. Ltd.
Vol-I, ITB, 4.6. Pre-Qualification Criteria, Sl. No. 4
The Sole Bidder or any member of the consortium, in case of a consortium, should have an average annual turnover of minimum INR 1000 crore with minimum average annual turnover of INR 200 crore from one or more of the below mentioned “specific business areas” over the last three financial years: · Supply & Implementation of ICT Infrastructure for Government clients in India · Supply & laying of Telecom Infrastructure / Fibre cable Infra (fibre cable network implementation including trenching, ducting, cable laying, termination, other requisite activities) in India · IT System Integration Services
Please accpet revenue from works carried for private sector projects as well. Also consider revenue from IT/ITES works under specific business area.
Please refer corrigendum
26
Shapoorji Pallonji And Company Pvt. Ltd.
Vol-I, ITB, 4.6. Pre-Qualification Criteria, Sl. No. 4 & 4.7.1. Technical Bid Criteria & Evaluation A1
Certificate from the Statutory Auditor along with extracts from the audited balance sheet and profit & loss
Since Statutory Auditors are generally large International Firms and not mandated to issue any Certificates. We request you to please consider certificate from our Chartered Accountant.
No change, as per RFP
27
Shapoorji Pallonji And Company Pvt. Ltd.
Vol-I, ITB, 4.6. Pre-Qualification Criteria, Sl. No. 5
Each of the consortium members, in case of a consortium, should have An average annual turnover of INR 50 crore from Supply & Implementation / laying of ICT Infrastructure / Telecom Infrastructure / Fibre Cable Infra / System Integration in India over the last three financial years as on date of bid submission Or Executed projects of underground laying of Fibre Cable / duct Infra of minimum 500 km in India, cumulative, in last three financial years as on date of bid submission.
Please modify this clause as below:- Any of the consortium members, in case of a consortium, should have An average annual turnover of INR 50 crore from Supply & Implementation / laying of ICT Infrastructure / Telecom Infrastructure / Fibre Cable Infra / System Integration in India over the last three financial years as on date of bid submission Or Executed projects of underground laying of Fibre Cable / duct Infra of minimum 500 km in India, cumulative, in last three financial years as on date of bid submission.
Please refer corrigendum
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organizati
on
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
28
Shapoorji Pallonji And Company Pvt. Ltd.
Vol-I, ITB, 4.6. Pre-Qualification Criteria, Sl. No. 8 - Certifications
The Sole bidder or each member of the consortium, in case of consortium, should possess any two of the below mentioned certification which are valid at the time of bidding: · ISO 9001:2000/2008 · ISO 20000:2011 for IT Service Management · ISO 27001:2005 for Information Security Management System
We request you to please modify this clause as below:- The Sole bidder or any member / all members of the consortium toghter, in case of consortium, should possess any two of the below mentioned certification which are valid at the time of bidding: · ISO 9001:2000/2008 · ISO 20000:2011 for IT Service Management · ISO 27001:2005 for Information Security Management System
Please refer corrigendum
29
Shapoorji Pallonji And Company Pvt. Ltd.
Vol-I, ITB, 4.6, 4.7.1. Technical Bid Criteria & Evaluation, B1 & B2
1. We request you to kindly consider period oflast seven financial years for projectexperience in critera B1 & B2 2. As Statutory Auditors are big firms and can not sign on any project specific certificates, we request you to please accpet certification by company's charterd accountant.
No change, as per RFP
30
Shapoorji Pallonji And Company Pvt. Ltd.
Vol-2, 2.16.2 Payment Schedule
Payment Schedule
We request you to please modify payment schedule as below:-
15% of CV
Please refer corrigendum
City WiFi, Kiosk, VMD and Passive Pole Infra - T + 8 months
15% of CV
10% of CV
City Network Backbone - T + 10 months
20% of CV
Phase II - Go Live - T + 12 months
10% of CV
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organizati
on
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
30% of Contract Value in equal quarterly instalments
31 Karvy House
4.6. Pre-Qualification Criteria S.No.3 Consortium Page No.28
In the event of a consortium, one of the bidder shall be designated as a "Lead Partner/Bidder". Consortium is allowed with up to 3 consortium members including the Lead Bidder. The leadbidder should have majority stake in the consortium which may be an incorporated or non-incorporated JV.
We Request to accept Consortium of 4 members including Lead Bidder
No change, as per RFP
32 Karvy House
4.6. Pre-Qualification Criteria S.No.4 Financials (Sole bidder or Lead bidder) Page No.28
The Sole Bidder or any member of the consortium, in case of a consortium, should have an average annual turnover of minimum INR 1000 crore with minimum average annual turnover of INR 200 crore from one or more of the below mentioned “specific business areas” over the last three financial years: · Supply & Implementation of ICT Infrastructure for Government clients in India · Supply & laying of Telecom Infrastructure / Fibre cable Infra (fibre cable network implementation including trenching, ducting, cable laying, termination, other requisite activities) in India · IT System Integration Services for Government clients in India
We request to amend as The Sole Bidder or any member of the consortium, in case of a consortium, should have an average annual turnover of minimum INR 250 crore with minimum average annual turnover of INR 200 crore from one or more of the below mentioned “specific business areas” over the last three financial years: · Supply & Implementation of ICT Infrastructure for Government clients in India · Supply & laying of Telecom Infrastructure / Fibre cable Infra (fibre cable network implementation including trenching, ducting, cable laying, termination, other requisite activities) in India · IT System Integration Services for Government clients in India
Please refer corrigendum
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organizati
on
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
33 Karvy House
A1 Annual Turnover Page No.32
The sole bidder or any member of the consortium, in case of consortium, should have an average annual turnover of INR 200 crore from one or more of the below mentioned “specific business areas” over the last three financial years i.e. FY 14-15, FY 15-16, FY 16-17 · Supply & Implementation of ICT Infrastructure for Government clients in India · Supply & laying of Telecom Infrastructure / Fibre cable Infra (fibre cable network implementation including trenching, ducting, cable laying, termination, other requisite activities) in India · IT System Integration Services for Government clients in India Marks shall be allotted as given below: · More than INR 500 Crore = 10 marks · More than INR 300 Cr. - up to INR 500 Crore = 8 marks · More than INR 200 Cr. – up to 300 crore – 7 marks
We request to amend as The sole bidder or any member of the consortium, in case of consortium, should have an average annual turnover of INR 200 crore from one or more of the below mentioned “specific business areas” over the last three financial years i.e. FY 15-16, 16-17, 17-18 · Supply & Implementation of ICT Infrastructure for Government clients in India · Supply & laying of Telecom Infrastructure / Fibre cable Infra (fibre cable network implementation including trenching, ducting, cable laying, termination, other requisite activities) in India · IT System Integration Services for Government clients in India Marks shall be allotted as given below: · More than INR 500 Crore = 10 marks · More than INR 300 Cr. - up to INR 500 Crore = 8 marks · More than INR 200 Cr. – up to 300 crore – 7 marks
Please refer corrigendum
34 Karvy House
Turnover Turnover We request to accept turnover of Parent company
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organizati
on
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
35 Karvy House
4.6. Pre-Qualification Criteria, S.no.8, page 33
The Sole bidder or each member of the consortium, in case of consortium, should possess any two of the below mentioned certification which are valid at the time of bidding: · ISO 9001:2000/2008 · ISO 20000:2011 for IT Service Management · ISO 27001:2005 for Information Security Management System
Please refer corrigendum
36 Sterlite Page No. 13 , Section 1.4 Fact Sheet
Earnest Money Deposit (EMD) : Rs. 2,50,00,000 (Rupees Two crores Fifty lakhs only )
In Invitation for Bid (IFB) EMD amount is mentioned as Rs. 2,50,60,000/- . Request yout o please clarify the exact amunt of EMD .
Please refer corrigendum
37 Sterlite Page No. 14 , Section 2.1(d) General
It is compulsory to submit cost of Tender Form Fee and Earnest Money Deposit only in the form of Online payment .
Request you to allow to submit Earnest Money Deposit in the form of Bank Guarantee from any Scheduled Commercial Bank/ Nationalized Bank. In view of this provide the Bank Guarantee Format and Bank details such as : Bank & Branch: Account No. : IFSC Code:
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organizati
on
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
38 Sterlite
Page No.32 ,Section 4.71 Technical Bid Criteria & Evaluation A1 : Annual Turnover
The sole bidder or any member of the consortium, in case of consortium, should have an average annual turnover of INR 200 crore from one or more of the below mentioned “specific business areas” over the last three financial years i.e. FY 14-15, FY 15-16, FY 16-17 ● Supply & Implementation of ICT Infrastructure for Government clients in India ●Supply & laying of Telecom Infrastructure / Fibre cable Infra (fibre cable network implementation including trenching, ducting, cable laying, termination, other requisite activities) in India ●IT System Integration Services for Government clients in India Marks shall be allotted as given below: ● More than INR 500 Crore = 10 marks ● More than INR 300 Cr. - up to INR 500 Crore = 8 marks ● More than INR 200 Cr. – up to 300 crore – 7 marks
We request you to consider last three financial years as FY 15-16, FY 16-17, FY 17- 18 instead of FY 14-15, FY 15-16, FY 16-17 And in support of this Certificate from Chartered Accountant on turnover details from the specific business areas may be considered
Please refer corrigendum
39 Sterlite
Page No.33,Section 4.7.1 Technical Bid Criteria & Evaluation B2 : Fiber Cable Network Projects
Fibre Cable Network Projects The Sole bidder or any member of the consortium, in case of a consortium, should have experience of Supply & laying of Fibre cable Infra (fibre cable network implementation including trenching, ducting, cable laying, termination, and other requisite activities) in India in last three financial years as on date of bid submission. ● More than 1000 km of Telecom / Fibre cable network – 30 marks ● Between 500 – 1000 km of Telecom / Fibre cable network – 24 marks ● Up to 500 km of Telecom / Fibre cable network – 21 marks
We request to modify the consider experience for ongoing projects also, Kindly modify the clause as: In case of ongoing project/s, then a certificate from the Client must be submitted stating the completion of the requisite eligibility criteria laid down in this Tender has been completed by the bidder in its ongoing project. The client certificate must clearly specify the number of route KMs commissioned already
Please refer corrigendum
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organizati
on
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
40 Sterlite Page No. 35, Section 4.7.2 Key Personnel Criteria
1. Project Manager a. Education: Full Time MBA/MCA/M. Tech & B. Tech/B.E. from a reputed institute b. Total Experience: At least 12+ years of overall experience combined in Networking, Solution Designing and Implementation c. Should have more than 5 years of experience of handling such large projects as a project manager d. Should preferably have PMP or Prince2 certification 2. Solution Architect a. Education: Full time MCA/M. Tech/B. Tech/B.E. from a reputed institute b. Total Experience: At least 10 years in IT sector c. Should have experience of more than 3 years as Solution Architecture in large projects of similar nature 3. Network Architect a. B.Tech / M.Tech with at least 10 years from a reputed institute b. Should have experience in designing & implementing network solutions for at least 3 similar projects. Preference will be given to the experts with CCNP certifications 4. QA Manager a. B.Tech / M.Tech/MBA/MCA with from reputed institute b. Should have a minimum of 8+ years of experience 5. Master Trainer a. B.Tech / M.Tech/MBA/MCA with from reputed institute
We request to modify this clause as : 1. Project Manager a. Education: Full Time MBA/PGDBM/PGDM/MCA/M. Tech & B. Tech/B.E. from a reputed institute b. Total Experience: At least 12+ years of overall experience combined in Networking, Solution Designing and Implementation c. Should have more than 5 years of experience of handling such large projects as a project manager d. Should preferably have PMP or Prince2 certification 2. Solution Architect a. Education: Full time MCA/M. Tech/B. Tech/B.E. from a reputed institute b. Total Experience: At least 10 years in IT sector c. Should have experience of more than 3 years as Solution Architecture in large projects of similar nature 3. Network Architect a. B.E./B.Tech / M.Tech with at least 10 years from a reputed institute b. Should have experience in designing & implementing network solutions for at least 3 similar projects. Preference will be given to the experts with CCNP certifications 4. QA Manager a. B.E./B.Tech / M.Tech/MBA/PGDBM/PGDM/MCA with from reputed institute
Please refer corrigendum
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organizati
on
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
b. Should have a minimum 8 years of experience in conducting trainings for similar applications & solutions
b. Should have a minimum of 8+ years of experience 5. Master Trainer a. B.E./B.Tech / M.Tech/PGDBM/MBA/MCA with from reputed institute b. Should have a minimum 8 years of experience in conducting trainings for similar applications & solutions
41 Sterlite
Page 61, Section 8.9 Compliance to Requirement (Technical / Functional Specification )
To be provided by the respective OEMs on its letterhead and should be signed by OEM and bidder’s authorized signatory
We request you to allow No Deviation Certficate from OEM's . However lead bidder will be responsible for submitting clause by clause complaince of technical / functional specification as mentioned in the RFP and its subsequent Corriegendums and addendums
No change, as per RFP. Technical & Functional compliance to be provided by the respective OEMs on its letterhead along with counter signed by the authorized signatory of the bidder
42 Sterlite General 4.6. Pre-Qualification Criteria, 4.7.1. Technical Bid Criteria & Evaluation
In the RFP, under PQ and TQ criteria, it has asked in multiple clause to get Certificate from Statutory Auditor. We request you to kindly allow the documents should be certified by Company Secretary instead of Statutory Auditor.
No change, as per RFP
43 Sterlite Vol 1, Pg. No 34, Section No. 4.7.1
Approach & Methodology & Solutions proposed (Max. 40 marks)
The complete bifurcation for approach & methodology is missing (20 marks missing)
Please refer corrigendum
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organizati
on
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
44 Sterlite Vol 3, Pg. No 21, Section No. 14.2
Invoicing & Payment Settlements There is no mention of any clause for delayed payments from PCMC's end. Please consider providing interests on delayed payments.
No change, as per RFP
45 Sterlite Vol 1 Pg No. 41 Payment Terms
There is no mention of payments at the supply, we suggest that there is a payment of 50 % of Capex value that should be done for the supply of raw materials.
Please refer corrigendum
46 Sterlite Vol 1 Pg No. 41 Payment Terms
We suggest that the Capex amount that is to be given in O&M phase as per the RFP, should be paid during the implementation period. Settling CAPEX account at the time of CAPEX and OPEX account at the time of OPEX will give better reconciliation and transparency to the entire process.
Please refer corrigendum
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organizati
on
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
47 Sterlite Vol 1 Pg No. 29, Section No. 4.6
Pre-qualification Criteria: The Sole bidder or any member of the consortium, in case of consortium, should have relevant experience in India, in perspective of the RFP’s Scope of Work, for Supply, Install, Testing and Commissioning of ICT Infrastructure related to Outdoor Wi-Fi, Kiosk and Outdoor Variable Message Display boards in last three financial years, as on date of bid submission. · One Project with 200 access points (mix of outdoor and indoor installations) / 30 kiosks / 20 Outdoor VMDs Two Projects with cumulative number of 300 access Points (mix of outdoor and indoor installations) / 40 kiosks / 40 Outdoor VMDs OR · Three Projects with cumulative numbers of 400 access points(mix of outdoor and indoor installations) / 50 kiosks / 50 Outdoor VMDs And Supply & laying of Fibre cable Infra (fibre cable network implementation including trenching, ducting, cable laying, termination, and other requisite activities) in India in last three financial years as on date of bid submission. · One project with 200 km of Fibre cable network · Two Projects with cumulative 300 km of Fibre cable network · Three Project with cumulative 400 km of Fibre cable network
Smart Cities are in nascent stage in India. There have been very few such consolidated projects where the number of the VMDs, Access points, Kiosks would meet the numbers as asked in this RFP. Not meeting the required numbers would restrict both the evaluations for Sis i.e. Pre-qualification & technical qualification. We suggest to relax the criterias by reducing the numbers of the elements.
Please refer corrigendum
48 Sterlite Vol 2 Pg. No. 43, Section No. 5
Due payments shall be made promptly by the purchaser, generally within sixty (60) days after submission of an invoice or request for payment by SI.
We suggest to change the timeline of payment to 30 days. If the Client had delayed payments beyond thirty (30) days after the due date,
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organizati
on
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
interest shall be paid to the MSI on any amount due by, at 1% per month for every month or part thereof delay.
49 Sterlite General Suggestion on approval mechanism.
The scope is huge and the timelines can only be achieved once the approvcal process is in place. We suggest to consider the following changes. • Authority will follow single window clearance for all approvals including: • Design approvals (Civil Design, foundation, interiors, active equipment etc.) • ROW (it should include other authorities like R&B, NH, NHAI, PWD etc.) • Location approvals • Authority will designate a Single Point of Contact (SPOC). All requests for approval from MSI will be handled by designated SPOC. Designated SPOC will co-ordinate with all internal and external stakeholders and provide approvals to MSI. • The SPOC should ensure all approvals within three (3) days of submission for approval by MSI. Any approvals considered deemed approved if not cleared within the SLA of three (3) days. • The execution timelines will commence only after all the approvals are accorded.
Please refer the RFP clauses; the same has already been taken care off
50 Sterlite Vol 2, Page No. 99, Section 8
Bill Of Material
The quantities for the material have not been mentioned in the RFP. We request to provide the same so that MSI has a fair idea on the price of the bid which would help optimise the cost and help in normalization of the bid.
Please refer corrigendum
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organizati
on
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
51 Sterlite RFP-III 14.2. Invoicing & Settlement
Payment shall be made within sixty (60) working days of the receipt of invoice along with supporting documents by the PCSCL subject to deduction of applicable liquidated damages (till “Go Live”) or SLA penalties (post “Go Live”) . The penalties are imposed on the vendor as per the SLA criteria specified in the SLA.
What Penalty will purchaser put to itself if payment is delayed beyond 60 days? Project runs on money and any delay in giving due money should be accompanied with punitive action.
No change, as per RFP
52 Sterlite RFP-III 14.2. Invoicing & Settlement
Payment shall be made within sixty (60) working days of the receipt of invoice along with supporting documents by the PCSCL subject to deduction of applicable liquidated damages (till “Go Live”) or SLA penalties (post “Go Live”) . The penalties are imposed on the vendor as per the SLA criteria specified in the SLA.
Pls define Process Flow, TAT & Penalty for SLA report signoff aswell so that timelines related to SLA signoff are disciplined.
No change, as per RFP
53 Sterlite RFP-III 22. Force Majeure
14 day clause
In the event some govt or private infra agency is starting work at location which can damage Smart City network/ elements, Sterlite will inform via writing to purchaser. In such cases, SLA exclusion should be given even if notice is given for 1 day instead of 14 days.
The same can be discussed during the implementation phase
54 Sterlite RFP-III 22. Force Majeure
14 day clause
In the event some govt or private infra agency is starting work at location which can damage Smart City network/ elements, Sterlite will inform via writing to purchaser. In such cases, cost of reinstallation ( including material and services ) to be borne by puchaser.
As per RFP
55 Sterlite RFP-III 22. Force Majeure
22.10
Cases of thefts, Vandalism & Accident to be considered in Force Majeure as these are beyond the control of bidder and SLA exclusions to be given.
As per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organizati
on
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
56 Sterlite RFP-III 22. Force Majeure
22.10
Cases of thefts, Vandalism & Accident to be considered in Force Majeure as these are beyond the control of bidder and cost of reinstallation ( including material and services) to be borne by purchaser.
No change, as per RFP. Please refer Insurance clause of the RFP
57 Sterlite RFP-III 24. Warranty & Maintenance
24.4. As Go Live will start from Final Acceptance, purchaser shall not expect O&M start for partial network till final acceptance.
No change, as per RFP
58 Sterlite RFP-I Support Staff Required
Page-41 Where will this staff sit? At PCMC/PCSCL office or at COC
59 Sterlite RFP-I Support Staff Required
Page-41 What is network monitoring mechansim?
Bidder to coordinate with Purchaser's appointed agencies
60 Sterlite RFP-I Support Staff Required
Page-41 Who is responsible for nwtwork monitoring? How will bidder O&M team will get TTs?
No change, as per RFP
61 Sterlite RFP-I Support Staff Required
Page-41 ( Training) Pls specify number of resources and taring days a7 frequency clearly.
SI to estimate the same at its own end
62 Sterlite General Genral Please specify about the Server Rack specifications and number of racks required
SI to provide details on the server room space & technology requirement for hosting its proposed solution
63 Sterlite General No Specification is given for UPS and battery Please provide the detailed specification for UPS and battery.
The same shall be provided during the project
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organizati
on
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
implementation phase
64 Sterlite General No Specification is given for field rack to house field elements likes switch, UPS, battery bank
Please provide specification for field rack to house field elements such as switch, UPS, battery bank.
The same shall be provided during the project implementation phase
65 Sterlite Volume 2,WC-TR-15,page 70
Support for configuring media streams with different priority to identify specific video streams for preferential quality-of-service treatment
These features are required in enterprise and are not relevent to smart city. Request you to please relax these issues.
No change, as per RFP
66 Sterlite Volume 2,NMS-FR-14, page 75
Display the location of each rogue device on a building floor plan and disable wired switch ports if attached rogue APs are detected
This functionality is part of IPS and not NMS. Hence request to relax this clause.
No change, as per RFP
67 Sterlite Volume 2,NMS-FR-11, page 75
Allows quick location of users and wireless devices for troubleshooting, planning and asset tracking
These features are required in enterprise and are not relevent to smart city. Request you to please relax these issues.
No change, as per RFP
68 Sterlite Volume 2, NMS-FR-12, page 75
Playback location history of individual users over the past day to aid in troubleshooting and recovery of lost devices
No change, as per RFP
69 Sterlite Volume 2, NMS-FR-13, page 75
Last known location of each tracked device is stored indefinitely to help find lost or stolen devices
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organizati
on
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
70 Sterlite Vol 2 Pg No. 41 Payment Terms
We request you to modify the Payment terms as: A. On submission of Project Plan- 5% of CAPEX B. On submission of Survey Report- 5% of CAPEX C. On Delivery of Material for each Solution-60% of CAPEX D. On Installation of Material for each Solution/Site- 10% of CAPEX E. On Commission of each Solution/Site- 10% of CAPEX F. On Go Live of the whole project-10% of CAPEX G. O&M Payment- Equal Monthly Instalments after the end of each month
Please refer corrigendum
71 Sterlite 90 & 2
SI shall be responsible for collecting the GIS coordinates for each of the site during the site survey, pertaining to the installation of IoT device/ sensors, Kiosk, Pole, VMD, OFC network route, network aggregation nodes etc. and shall be responsible for populating the same on the GIS map
Who will facilitate GIS land base map, If same has to facilitate by SI then what level of GIS land base required
GIS base map shall be provided by the purchaser
72 Sterlite 90 & 2
SI shall be responsible for obtaining all permits and approvals from various agencies/departments, necessary for installation of site infra at various locations across the city; Purchaser shall assist SI in obtaining the desired approvals.
Can we expect PCMC help to get the required authority permissions.
Please refer corrigendum
73 Sterlite 90 & 2
During the contract, SI shall coordinate with PCMC/PCSCL’s appointed agencies for other ICT Initiatives (RFP 1 & RFP 3) for finalising the locations, site preparation activity, installation and commissioning of various devices and systems.
Please share the PCMC support team details to alien our schedules. Also escalation matrix Also, share the any guidelines which need to follow while location mapping.
The same shall be provided during the project implementation phase
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organizati
on
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
74 Sterlite 90 & 2
SI, at its own cost, shall be responsible for branding of the respective solution assets and shall coordinate with the purchaser for making suitable branding in terms of design, logo, colours etc. pertaining to Manhole, Kiosk, VMD, Poles, WiFi Hotspots to name a few.
Clarify on design, logo & colour for branding.
The same shall confirmed during the project implementation phase by mutual consent.
75 Sterlite General PCMC Zone Offices,PCMC Ward Offices/PCMC Institutions & other Govt instituations / offices
Request to share lat/long detailed of the same
The same shall be provided during the project implementation phase
76 Sterlite General Route optimization
Can we use back to back connected PCMC (Zone Offices,PCMC Ward Offices/PCMC Institutions & other Govt institutions) offices for OFC connectivity to optimize route, instead of going around through roads.
The same can be finalised during the project implementation phase post Detailed Site Survey
77 Sterlite
Vol 1 4.6. Pre-Qualification Criteria Serial No 5 and 7 Page No 29 Vol 1 4.7.1. Technical Bid Criteria & Evaluation Page 32 Serial No B1 and B2 Page 32 and 33
Work Orders + Signed Contract + Client Completion Certificate / Self certificate of completion with required details (Certified by the Statutory Auditor)
We request you to consider the Client Completion Certificate only to meet the requirement as these documents are signed by Client itself. For project experience related documents, the certification from Statutory Auditor should not be mandatory. However company financial related oducment such as Turnover, Networth should be certified by Statutory Auditor. Please consider.
Only Self certificate is required to be certified by the Statutory Auditor
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organizati
on
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
78 Allied Digital
Page No. 30, 4.6. Pre-Qualification Criteria / #8 - Certifications
The Sole bidder or each member of the consortium, in case of consortium, should possess any two of the below mentioned certification which are valid at the time of bidding: · ISO 9001:2000/2008 · ISO 20000:2011 for IT Service Management · ISO 27001:2005 for Information Security Management System
We request to revise the clause as below. The Sole bidder or any member of the consortium, in case of consortium, should possess any two of the below mentioned certification which are valid at the time of bidding: · ISO 9001:2000/2008 · ISO 20000:2011 for IT Service Management · ISO 27001:2005 for Information Security Management System
Please refer corrigendum
79
Delta Power Solutions (India) Pvt. Ltd.
In Pimpri Chinchwad RFP, VOLUME II - Scope of Work and Requirement Specifications Tender Ref Number- 03/2018-19, Date: 13-04-2018
NO
Specifications are not given for Junction box/UPS/SMPS power backup solutions. Power requirements for smart city equipments are missing in RFP.
The same shall be provided by the purchaser; however, SI shall provide the requisite details as part of its technical bid
80 CMS Computers Ltd.
Vol_1, 4.6. Pre-Qualification Criteria, Sr.No. 7 Page 32-33
The Sole bidder or any member of the consortium, in case of consortium, should have relevant experience in India, in perspective of the RFP’s Scope of Work, for Supply, Install, Testing and Commissioning of ICT Infrastructure related to Outdoor Wi-Fi, Kiosk and Outdoor Variable Message Display boards in last three financial years, as on date of bid submission. · One Project with 200 access points (mix of outdoor and indoor installations) / 30 kiosks / 20 Outdoor VMDs OR · Two Projects with cumulative number of 300
We request you to please rephrase this clause as to increase participation. The Sole bidder or any member of the consortium, in case of consortium, should have relevant experience in India, in perspective of the RFP’s Scope of Work, for Supply, Install, Testing and Commissioning of ICT Infrastructure related to Outdoor Wi-Fi OR Kiosk OR Outdoor Variable Message Display boards in last three financial years, as on date of bid submission. · One Project with 200 access points (mix of outdoor and indoor installations)OR 30 kiosks
Please refer corrigendum
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organizati
on
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
access Points (mix of outdoor and indoor installations) / 40 kiosks / 40 Outdoor VMDs OR · Three Projects with cumulative numbers of 400 access points(mix of outdoor and indoor installations) / 50 kiosks / 50 Outdoor VMDs And Supply & laying of Fibre cable Infra (fibre cable network implementation including trenching, ducting, cable laying, termination, and other requisite activities) in India in last three financial years as on date of bid submission. AND Supply & laying of Fibre cable Infra (fibre cable network implementation including trenching, ducting, cable laying, termination, and other requisite activities) in India in last three financial years as on date of bid submission. · One project with 200 km of Fibre cable network · Two Projects with cumulative 300 km of Fibre cable network · Three Project with cumulative 400 km of Fibre cable network
OR 20 Outdoor VMDs OR · Two Projects with cumulative number of 300 access Points (mix of outdoor and indoor installations) OR 40 kiosks OR 40 Outdoor VMDs OR · Three Projects with cumulative numbers of 400 access points(mix of outdoor and indoor installations) OR 50 kiosks OR 50 Outdoor VMDs And Supply & laying of Fibre cable Infra (fibre cable network implementation including trenching, ducting, cable laying, termination, and other requisite activities) in India in last three financial years as on date of bid submission. AND Supply & laying of Fibre cable Infra (fibre cable network implementation including trenching, ducting, cable laying, termination, and other requisite activities) in India in last three financial years as on date of bid submission. · One project with 200 km of Fibre cable network · Two Projects with cumulative 300 km of Fibre cable network · Three Project with cumulative 400 km of Fibre cable network
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organizati
on
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
81 CMS Computers Ltd.
Vol_1, 4.7.1. Technical Bid Criteria & Evaluation, Sr.No. B1 Page 35-36
The Sole bidder or any member of the consortium, in case of consortium, should have relevant experience in India, in perspective of the RFP’s Scope of Work, for Supply, Install, Testing and Commissioning of ICT Infrastructure related to Outdoor Wi-Fi, Kiosk and Outdoor Variable Message Display boards in last three financial years, as on date of bid submission · More than 600 access points (mix of outdoor and indoor installations) / 100 kiosks / 50 outdoor VMDs - 20 marks · Between 500 access points (mix of outdoor and indoor installations) / 80 kiosks / 50 VMDs - 600 access points / 100 kiosks / 40 outdoor VMDs – 16 marks · Up to 400 access points (mix of outdoor and indoor installations) / 50 kiosks / 30 outdoor VMDs – 14 marks
We request you to please rephrase this clause as to increase participation. The Sole bidder or any member of the consortium, in case of consortium, should have relevant experience in India, in perspective of the RFP’s Scope of Work, for Supply, Install, Testing and Commissioning of ICT Infrastructure related to Outdoor Wi-Fi OR Kiosk OR Outdoor Variable Message Display boards in last three financial years, as on date of bid submission · More than 600 access points (mix of outdoor and indoor installations) OR 100 kiosks OR 50 outdoor VMDs - 20 marks · Between 500 access points (mix of outdoor and indoor installations) OR 80 kiosks OR 50 VMDs - 600 access points / 100 kiosks / 40 outdoor VMDs – 16 marks · Up to 400 access points (mix of outdoor and indoor installations) OR 50 kiosks OR 30 outdoor VMDs – 14 marks
Please refer corrigendum
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organizati
on
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
82 CMS Computers Ltd.
Vol_2, 5. Project Implementation Timelines, Deliverables and Payment Terms Page 123-124
1. Supply & Installation of IT & non IT infra & Systems pertaining to City WiFi, City Kiosk and VMD solution components Supply & Installation of Passive Pole Infra along with requisite accessories - 10 % of the Contract Value 2. Testing & Commissioning of City WiFi solution,City Kiosk solution &VMD solution - 10 % of the Contract Value 3. Supply and laying of duct & fiber network along with requisite accessories at Core Layer, Supply and laying of duct & fiber network along with requisite accessories at Aggregation Layer & Supply and laying of duct & fiber network along with requisite accessories at Access / Service Layer - 40 % of the Contract Value 4. Training & Go Live of City WiFi, City Kiosk, VMD and City Network Solution - 10 % of the Contract Value 5. Operation & Maintenance - 30% of Contract Value in equal quarterly instalments
The project entails high CAPEX investment, we request you to relax the payment terms to enable the bidders to offer competitive pricing. 1. Supply & Installation of IT & non IT infra & Systems pertaining to City WiFi, City Kiosk and VMD solution components Supply & Installation of Passive Pole Infra along with requisite accessories - 40 % of the Contract Value 2. Testing & Commissioning of City WiFi solution,City Kiosk solution &VMD solution - 20 % of the Contract Value 3. Supply and laying of duct & fiber network along with requisite accessories at Core Layer, Supply and laying of duct & fiber network along with requisite accessories at Aggregation Layer & Supply and laying of duct & fiber network along with requisite accessories at Access / Service Layer - 30 % of the Contract Value 4. Training & Go Live of City WiFi, City Kiosk, VMD and City Network Solution - 10 % of the Contract Value 5. Operation & Maintenance - 30% of Contract Value in equal quarterly instalments
Please refer corrigendum
83 CMS Computers Ltd.
Additional Clarification
Pls. confirm how the Right Of Way Permissions would be issued, also confirm that the charges for ROW permission and the reinstatement charges for the excavated area shall be borne by Pimpri Chinchwad Smart City authority.
As per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organizati
on
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
84 BSNL
4.6(4) Prequalification Criteria- Financials (Sole bidder or Lead bidder) Page 28
The Sole Bidder or any member of the consortium, in case of a consortium, should have an average annual turnover of minimum INR 1000 crore with minimum average annual turnover of INR 200 crore from one or more of the below mentioned “specific business areas” over the last three financial years:Supply & Implementation of ICT Infrastructure for Government clients in India · Supply & laying of Telecom Infrastructure / Fibre cable Infra (fibre cable network implementation including trenching, ducting, cable laying, termination, other requisite activities) in India · IT System Integration Services for Government clients in India
1) Copies of relevant extracts from annual report containing balance sheet as well as profit & loss statement duly signed by authorised signatory requested to be allowed.
No change, as per RFP
85 BSNL
4.6(5) Prequalification Criteria -Financials (Consortium member) Page 29
Each of the consortium members, in case of a consortium, should have An average annual turnover of INR 50 crore from Supply & Implementation / laying of ICT Infrastructure / Telecom Infrastructure / Fibre Cable Infra / System Integration in India over the last three financial years as on date of bid submission Or Executed projects of underground laying of Fibre Cable / duct Infra of minimum 500 km in India, cumulative, in last three financial years as on date of bid submission
1) Copies of relevant extracts from annual report containing balance sheet as well as profit & loss statement duly signed by authorised signatory requested to be allowed.
No change, as per RFP
86 BSNL 4.6(6)Net worth Page 29
The Sole bidder or each of the members of the consortium, in case of consortium, should have positive net worth as per the audited consolidated financial statements in each of the last 3 financial years (as on date of bid submission)
Certificate duly signed by authorised signatory requested to be allowed.
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organizati
on
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
87 BSNL
4.6(7)Technical Capability Page 29
The Sole bidder or any member of the consortium, in case of consortium, should have relevant experience in India, in perspective of the RFP’s Scope of Work, for Supply, Install, Testing and Commissioning of ICT Infrastructure related to Outdoor Wi-Fi, Kiosk and Outdoor Variable Message Display boards in last three financial years, as on date of bid submission. · One Project with 200 access points (mix of outdoor and indoor installations) / 30 kiosks / 20 Outdoor VMDs OR · Two Projects with cumulative number of 300 access Points (mix of outdoor and indoor installations) / 40 kiosks / 40 Outdoor VMDs OR · Three Projects with cumulative numbers of 400 access points(mix of outdoor and indoor installations) / 50 kiosks / 50 Outdoor VMDs And Supply & laying of Fibre cable Infra (fibre cable network implementation including trenching, ducting, cable laying, termination, and other requisite activities) in India in last three financial years as on date of bid submission. · One project with 200 km of Fibre cable network · Two Projects with cumulative 300 km of Fibre cable network · Three Project with cumulative 400 km of Fibre cable network
Does it mean any one of the Scope of Work, for Supply, Install, Testing and Commissioning of ICT Infrastructure related to Outdoor Wi-Fi, or Kiosk or Outdoor Variable Message Display boards
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organizati
on
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
88 BSNL
4.6(7)Technical Capability Page 29
The Sole bidder or any member of the consortium, in case of consortium, should have relevant experience in India, in perspective of the RFP’s Scope of Work, for Supply, Install, Testing and Commissioning of ICT Infrastructure related to Outdoor Wi-Fi, Kiosk and Outdoor Variable Message Display boards in last three financial years, as on date of bid submission. · One Project with 200 access points (mix of outdoor and indoor installations) / 30 kiosks / 20 Outdoor VMDs OR · Two Projects with cumulative number of 300 access Points (mix of outdoor and indoor installations) / 40 kiosks / 40 Outdoor VMDs OR · Three Projects with cumulative numbers of 400 access points(mix of outdoor and indoor installations) / 50 kiosks / 50 Outdoor VMDs And Supply & laying of Fibre cable Infra (fibre cable network implementation including trenching, ducting, cable laying, termination, and other requisite activities) in India in last three financial years as on date of bid submission. · One project with 200 km of Fibre cable network · Two Projects with cumulative 300 km of Fibre cable network · Three Project with cumulative 400 km of Fibre cable network
BSNL is a 100% Govt of India owned PSU. As per plan, every year, BSNL is laying thousands of OFC RKM from its own project units.This work includes network implementation including trenching, ducting, cable laying, termination, and other requisite activities) in India.It is kindly requested to consider same as a technical capability criteria. Certificate shall be submitted dy authorised signatory
Please refer corrigendum
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organizati
on
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
89 BSNL 4.6(8) Certifications Page 30
The Sole bidder or each member of the consortium, in case of consortium, should possess any two of the below mentioned certification which are valid at the time of bidding: · ISO 9001:2000/2008 · ISO 20000:2011 for IT Service Management · ISO 27001:2005 for Information Security Management System
Kindly requested to make it as any one of the following instead of two as OFC Laying or Wi-Fi service provider do not need ISO 20000:2011 or ISO 27001:2005. Also requested to allow latest ISO 9001:2015 Certificate in addition to ISO 9001:2000/2008.As ISO 9001:2008 & ISO 9001:2015 both specifies requirements for a quality management system.Moreover,IS0 9001:2008 is now withdrawn
Please refer corrigendum
90 BSNL
4.7.2Technical Bid Criteria & Evaluation(A2) Page 32
The sole bidder or lead bidder of the consortium, in case of a consortium, should have at least 200 resources on payroll at the time of submission of bid. Marks shall be allotted as given below: · More than INR 500 resources - 10 marks · More than 300 resources - up to 500 resources - 8 marks · More than 200 resources - up to 300 resources – 7 marks
Copies of relevant extracts from annual report containing balance sheet as well as profit & loss statement duly signed by authorised signatory showing manpower strength requested to be allowed.
No change, as per RFP
91 BSNL 3.3 Sub-contracting Page 24
The bidder would not be allowed to sub-contract / outsource work, except for the following: Fibre Optic Network build, other cabling and fixtures work, and all civil work during implementation · Facility Management Staff at City Operation Centre
Setting up of Wi-Fi, Smart Kiosk, VMDs work shall be allowed to be executed through lead bidder/ Consortium partner's vendors
No change, as per RFP
92 BSNL
Resource Profile © & 4.7.2 Key Personnel Criteria Page 33
Full Time MBA/MCA/M.Tech Kindly requested to allow part time MBA/MCA/M.Tech also
No change, as per RFP
93 BSNL 20 3.13 Deadline for submission of proposals No change, as per RFP
94 BSNL 42 of 119 5 Project Implementation Timelines, Deliverables and Payment Terms
Payment Terms Please refer corrigendum
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organizati
on
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
95 Red Hat Pg 25, 3.22. Eligible Goods and Services, and OEM Criteria
Kindly confirm if the proposed Server Operating System for all servers ( AAA server + Policy Server + Captive Portal, NMS Servers, Billing Servers etc.) shall be Common Criteria EAL4+ cerified as security shall be an important aspect. Kindly confirm if the continuous availability of security patches and updates to be ensured from OS OEM?
No change, as per RFP
96 Red Hat Pg 25, 3.22. Eligible Goods and Services, and OEM Criteria
Kindly append that the bidder shall not propose any freeware software/community edition. (as any such underlying freeware/community-edition may be a severe security risk).
No change, as per RFP
97 Red Hat Pg 25, 3.22. Eligible Goods and Services, and OEM Criteria Kindly confirm that OEM of the various proposed system software shall have its own India Support center.
No change, as per RFP
98 Red Hat Pg No. 168, KIO.REQ.002
Platform shall support leading operating systems
Please confirm that the bidder shall provide OEM support including patches & Security Updates for Kiosk operating system.
No change, as per RFP
99 Creant Technologies
Pg 25, 3.22. Eligible Goods and Services, and OEM Criteria
Kindly confirm if the proposed Server Operating System for all servers ( AAA server + Policy Server + Captive Portal, NMS Servers, Billing Servers etc.) shall be Common Criteria EAL4+ cerified as security shall be an important aspect. Kindly confirm if the continuous availability of security patches and updates to be ensured from OS OEM?
No change, as per RFP
100 Creant Technologies
Pg 25, 3.22. Eligible Goods and Services, and OEM Criteria Kindly append that the bidder shall not propose any freeware software/community edition. (as any such underlying
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organizati
on
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
freeware/community-edition may be a severe security risk).
101 Creant Technologies
Pg 25, 3.22. Eligible Goods and Services, and OEM Criteria Kindly confirm that OEM of the various proposed system software shall have its own India Support center.
No change, as per RFP
102 Creant Technologies
Pg No. 168, KIO.REQ.002
Platform shall support leading operating systems
Please confirm that the bidder shall provide OEM support including patches & Security Updates for Kiosk operating system.
No change, as per RFP
103 RPG
Volume 1, Page Number - 30, Section - 4.6 (Pre-Qualification Criteria), Point #8
Certifications - The Sole bidder or each member of the consortium, in case of consortium, should possess any two of the below mentioned certification which are valid at the time of bidding: · ISO 9001:2000/2008 · ISO 20000:2011 for IT Service Management · ISO 27001:2005 for Information
We request you allow the IT certifications like ISO 20000:2011 and ISO 27001:2005 from any member of the consortium. This will maximize the participation of bidders leading to a competitive bid.
Please refer corrigendum
104 RPG
Volume 2, Page Number - 42, Section - 5 (Project Implementation Timelines, Deliverables and Payment Terms)
Submission of Detailed Project Plan Project Initiation & Site Survey
We request you to give mobilization advance for the first 2 months
No change, as per RFP
105 L&T
Volume – I - Structure of Bid & Bid Process Specifications, Clause no. 9. Annexure 4 – Format for Submission of the Commercial Bid (To be provided as per eTendering system), Page no. 71
Unit Rate (Inclusive of all Taxes levies, duties etc. as applicable)
Kindly confirm if this is a UNIT RATE CONTRACT OR LUMPSUM CONTRACT. Kindly request you to share the indicative BOQ so that all bidders are in the same league for evaluation.
Please refer corrigendum
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organizati
on
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
106 L&T
Volume – I - Structure of Bid & Bid Process Specifications, Clause no. 3.22. Eligible Goods and Services, and OEM Criteria, Page no. 22
The proposed OEM for Wired & Wireless LAN Access Infrastructure should be placed in either Gartner Magic Quadrant Challengers or Gartner Magic Quadrant Leaders as per the latest Gartner Report in the respective product category.
Propose to remove this clause as the same is restrictive in nature.
No change, as per RFP
107 L&T
Volume - II Scope of Work and Requirement Specification, Clause no. 9. Annexure 2: Indicative List of Locations A., Page no. 101
List of locations as per RFP
Will the entire project scope come only under the region as indicated in the list of locations? Is it expected that the MSI shall do a survey prior to submission of tender? We assume detailed survey shall anyways be done by the successful bidder. Hence, instead it is advised to share the indicative BOQ so that there is no survey requirement for the project. Without a standardized BOQ it is difficult to bring all bidders to the same platform for commercial price discovery.
SI shall conduct the survey post its selection and accordingly the requirements of field infra shall be finalised.
108 L&T
Volume – I - Structure of Bid & Bid Process Specifications, Clause no. 1.4. Factsheet / Datasheet:, Pg. no. 13
Exact value of EMD
In the NIT, the EMD value is 2,50,60,000/- whereas at Clause no. 1.4. Factsheet / Datasheet:, Page no. 13 it is INR 2,50,00,000 (INR Two Crores Fifty Lacs only) through e-Procurement portal. Please confirm which value is correct.
Please refer corrigendum
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organizati
on
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
109 L&T
Volume – I - Structure of Bid & Bid Process Specifications, Clause no. 2.8. Firm Prices, Page no. 16
The Commercial Bid should clearly indicate the price to be charged without any qualifications whatsoever and should include all taxes, duties, fees, levies, works contract tax and other charges as may be applicable in relation to the activities proposed to be carried out. e) The price would be inclusive of all taxes, duties, charges and levies payable under respective statutes
In the post GST regime, it is seen that all tenders the Evaluation is excluding taxes (GST). However, the bidder is requested to give a break up of taxes only for understanding purposes. The oveall contract price which shall be awarded to the bidder shall be excluding taxes. Please confirm.
No change, as per RFP
110 L&T
Volume – I - Structure of Bid & Bid Process Specifications, Clause no. Stage 3: Commercial Evaluation, Pg no. 27
For the purpose of computation of the Financial Bid Value of the respective submitted bid,purchaser shall consider Unit Price (Inclusive of all Taxes, levies, duties etc.) for the respective line item quoted by the respective bidder on eTendering portal and shall consider either of the below quantities for that line item, whichever is higher:
In the post GST regime, it is seen that all tenders the Evaluation is excluding taxes (GST). However, the bidder is requested to give a break up of taxes only for understanding purposes. The oveall contract price which shall be awarded to the bidder shall be excluding taxes. Please confirm.
No change, as per RFP
111 L&T
Volume - II Scope of Work and Requirement Specification, Clause no. 3. Provide Operations & Maintenance Services, Page no. 40
The communication costs (Internet charges, telephone charges, 3G/GPRS connectivity charges) and any other incidental charges related to maintenance period shall be in the scope of the SI and considered to be included in the proposal submitted by the SI for the entire contract duration.
As per TRAI guidelines, reselling of bandwidth is not permitted. It is strongly recommended that all communication expenses, electricity charges, diesel expenses, power, water etc shall be reimbursed by the Customer (PCSCL) on actual basis. Kindly confirm.
These are the charges pertaining to the proposed staff by the SI.
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organizati
on
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
112 L&T
Volume III – Legal Specifications, Clause no. 11. Approvals and Required Consents, Page no. 11
The Parties shall cooperate to procure, maintain and observe all relevant, regulatory and governmental licenses, clearances and applicable approvals (hereinafter the “Required Consents”) necessary for the System Integrator to provide the services. The costs of such approvals shall be borne by the Party normally responsible for such costs according to local custom and practice in the locations where the Services are to be provided. The PCSCL shall also provide necessary support to SI in obtaining the approvals. In the event that any approval is not obtained, SI and the PCSCL shall co-operate with each other in achieving a reasonable alternative arrangement as soon as reasonably practicable for the PCSCL and at the discretion of the PCSCL without any adverse impact on PCSCL’s interest including but not limited to additional time/expenditure, to continue to process its work with as minimal interruption to its business operations as is commercially reasonable until such approval is obtained, provided that SI shall not be relieved of its obligations to provide the Services and to achieve the service levels until the Approvals are obtained if and to the extent that SI 's obligations are dependent upon such Approvals.
Kindly confirm that the cost of all approvals shall be borned by PCSCL. MSI or Bidder shall only liaise for the approvals.
No change, as per RFP
113 L&T
Volume III – Legal Specifications, Clause no. 28. Liquidated Damages, Page no. 38
ii. The maximum amount of liquidated damages shall be 10% of the contract value.
Please restrict the same to 5% of the contract value.
No change, as per RFP
114 L&T General Please confirm that Power equipment like UPS/DC power supply, Space, Air-conditioning etc. for OLT is not in bidders scope.
Yes, the same shall not to be provided by the SI
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organizati
on
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
115 L&T Volume I, Commercial evaluation - e), Page 28
Basis on the above computed bid value, the bidder that has quoted the Lowest Cost Bid (Total Price) shall be awarded the contract. For the purpose of arriving at L1, prices inclusive of all applicable taxes, duties and levies etc. will be considered.
In the post GST regime, it is seen that all tenders the Evaluation is excluding taxes (GST). Please confirm.
No change, as per RFP
116 L&T Volume I, Clause 2.8, Page 16
The Commercial Bid should clearly indicate the price to be charged without any qualifications whatsoever and should include all taxes, duties, fees, levies, works contract tax and other charges as may be applicable in relation to the activities proposed to be carried out.
We understand BOCW tax to be included in the bid price, please confirm.
Price quoted shall be inclusive of all the taxes, levies, duties etc.
117 L&T Volume III, Clause 14.3 F), Page 23
SI shall bear all taxes and duties etc. levied or imposed on SI under the Contract including but not limited to Sales Tax, Customs duty, Excise duty, Octroi, Service Tax, VAT, Works Contracts Tax and all Income Tax levied under Indian Income Tax Act – 1961 or any amendment thereof during the entire contract period
After implementation of GST the ED, CST/VAT, ST and all not applicable. Only GST, as applicable. Also Bidder understands that any statutory variation or addition/deletion of new duties / revision in existing rates as imposed by any statutory authorities during execution of the contract shall be to the PCSCL account. Please confirm
No change, as per RFP
118 L&T
Volume - II Scope of Work and Requirement Specification, Clause no. 5. Project Implementation Timelines, Deliverables and Payment Terms, Page no. 42
As per the current payment terms, the Capex to Opex ratio is fixed at 70:30.
This will make the project inviable for the MSI or Contractor as the project is Capex heavy (due to the passive nature of works). We requuest you to shift the Capex to Opex ratio as 90:10. Our proposal for a viable commercial propsoal is enclosed as Annexure-1 Request you to consider and confirm. We further request for a Mobilization advance of at least 15% to smoothen the cash flow and
Please refer corrigendum
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organizati
on
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
make the project a success. This is typical in most of the BharatNet tenders as well
119 L&T
Volume - II Scope of Work and Requirement Specification, Clause no. 5. Project Implementation Timelines, Deliverables and Payment Terms, Page no. 42
Timelines We are proposing herewith Project Implementation Time line in Annexure -2. Request you to consider and confirm.
No change, as per RFP
120 L&T Volume - II , Clause no. 6.3, Page no. 46
6.1.1 Implementation phase related performance levels 1. Team mobilization and Commencement of Work - Within 15 days of issuance of LoI or Contract Agreement, whichever is earliest
We request you to modify the timelines for Team Mobilization as below. "Team mobilization - within 60 Days of issuance of LOI or Contract Agreement, whichever is earliest. "
No change, as per RFP
121 L&T Volume - I , Clause no. 5.4 b), Page no. 36
On this basis, the draft contract agreement would be finalized for award & signing.
We request you to share Contract Agreement Format.
Please refer RFP Volume III
122 L&T
Volume – I - Structure of Bid & Bid Process Specifications, Clause no. 3.3, Page no. 17
EMD, which is required to protect the PCSCL against the risk of Bidders conduct, which would warrant the EMD forfeiture, of requisite amount as per Factsheet/Datasheet, shall be paid online (net banking only) via e-Tendering portal.
Kindly allow bidders to provision EMD in bank guarantee format. Also kindly share the format
No change, as per RFP
123 L&T General Taxes
Kindly confirm whether PIMPRI CHINCHWAD SMART CITY LIMITED is a government authority or government entity as defined under GST law. Also kindly confirm whether any revenue generation is planned out of this project. As Non-commercial nature of the
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organizati
on
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
project and status of client is crucial to decide on the rate of GST for capex portion..
124 L&T
Volume – I - Structure of Bid & Bid Process Specifications, Clause no. 3.22, Page no. 22
The Bidder shall quote only one specific make and model from only one specific OEM, for each of the goods
Since as System Integrator, We are responsible to meet the technical specification and SLA levels for the entire technical Solution, we request you not to insist for single make /model in the contract. Alternatively, you may kindly approve at least three makes and models for each of the equipment to be provided for this project. This will help the SI to offer a very competitive price to the customer by taking aggressive risks on their costs, which will totally benefit the customer. If only one make is insisted the vendor does not support the Si in times and therefore the cost go up considerably. For your Kind information, in almost all of the government contracts there is a list of Compendium of Suppliers approved for each of the item required for the Project. This list is made part of the contract. During execution of the contract, the SI/Contractor shall have to supply materials of makes/OEMs who are mentioned in that list only. None of the government project were vigilance/RTI is applicable have single make to be provided during bid submission. Hence we request you to kindly accept the same.
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organizati
on
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
125 L&T
Volume – I - Structure of Bid & Bid Process Specifications, Clause no. 1.4, Page no. 13
The method of selection is L1. The Contract will be awarded to the bidder quoting the lowest ‘Total Price’ post technical qualification. Prices inclusive of applicable taxes, levies etc. will be considered for arriving at L1 price.
Since it is technical competitive bid we request to kindly change the evaluation criteria to QCBS with 80:20 ratio for technical: commercial scoring.
No change, as per RFP
126 L&T
Volume – I - Structure of Bid & Bid Process Specifications, Clause no. 4.7.1, Page no. 32
Certificate from the Statutory Auditor on turnover details from the “specific business areas” over the last three (3) financial years
Kindly change the clause to : Certificate from the Statutory Auditor/ Independent Auditor on turnover details from the “specific business areas” over the last three (3) financial years
No change, as per RFP
127 L&T
Volume - II Scope of Work and Requirement Specification, Clause no. 2.2.2.2, Page no. 29 of 119
It shall be the responsibility of SI to get all the necessary permission(s) for laying of fiber including the Right of Way. PCSCL shall provide the necessary support for getting such permissions. Obtaining RoW permissions from concerned authorities shall be the responsibility of SI. No charge for RoW shall be levied.
1.For the sake of clarity, we kindly request you to confirm that all ROW charges and any other commercial/legal charges towards state government and central government will be in PCSCL scope. 2. Bidder’s responsibility shall be limited to do follow up and coordination only. 3. Delay if any in getting such approval beyond 5 Days from date of application shall lead to suitable extension in project schedule without levy of LD. 4. Reinstatement charges shall be paid extra at actuals by PCSCL. please confirm.
1. Please refer Corrigendum 2. As per RFP 3. As per RFP 4. As per RFP, quoted price by the SI should include all the reinstatement & restoration charges
128 L&T Volume III, Clause 13.6, Page 21
Electrical connections installation and electricity consumption charges shall be borne by the SI throughout the contract period (as per the RFP requirements). The PCSCL shall provide approval and necessary documents for electrical power connections, which is to be taken in the name of Pimpri Chinchwad Smart City Limited.
We request you to Reimbursh the recurring charges of the Electricity during contract period at actuals. Please confirm.
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organizati
on
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
129 L&T General Kindly confirm if any offline documents have to be submitted apart from online bid submission
Only online submission shall be required
130 L&T General, Clause no. , Page no.
Assignment Clause to be inserted in the draft of contract
Please add the following clauses in General conditions of contract: 1. "MSI shall not, without the express prior written consent of the PCSCL, assign to any third party the MSA or any part thereof, or any right, benefit, obligation or interest therein or thereunder, except that the MSI shall be entitled to assign either absolutely or by way of charge any monies due and payable to it or that may become due and payable to it under the MSA to any Financial Institution(s) or Bank(s) or NBFC(s)." 2. "In the event MSI assigns the monies due and payable to it or that may become due and payable to it, as per above clause, the financial institution(s) or Bank(s) or NBFC (s) may require PCSCL to acknowledge the assignment of the receivable within a reasonable period of time and shall not be unreasonably withheld; and indicate a suitable date by when the assigned invoices or debit note or other transaction document, would be paid / due to be paid based on mutual understanding between IPSCDL and MSI." *MSI - Master System Integrator
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organizati
on
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
131 L&T Volume I, Non-Disclosure Agreement, Page 66
The confidential information to be disclosed by the Purchaser under this Agreement (“Confidential Information”) shall include without limitation, any and all information in written, representational, electronic, verbal or other form relating directly or indirectly to processes, methodologies, algorithms, risk matrices, thresholds, parameters, reports, deliverables, work products, specifications, architecture, project information, security or zoning strategies & policies, related computer programs, systems, trend analysis, risk plans, strategies and information communicated or obtained through meetings, documents, correspondence or inspection of tangible items, facilities or inspection at any site to which access is permitted by the Purchaser.
Please consider addition of the following: Confidential Informationj information disclosed shall be marked as "Confidential" or if incapable of marking, communicated as "confidential" in writing at the time of disclosure. Confidential Information shall exclude information developed independent of the COnfidential Information. Further, notice in case of compelled disclosure shall be made only if permitted by law.- please confirm.
No change, as per RFP
132 L&T Volume III, Clause 12.13, Page 13
The PCSCL reserves the right to review the terms of the Warranty and Annual Maintenance Agreements entered into between SI and OEMs and no such agreement/contract shall be executed, amended, modified and/or terminated without the prior written consent of the PCSCL. An executed copy of each of such agreements/contracts shall, immediately upon execution be submitted by SI to the PCSCL.
Request you to modify the clause as below: The PCSCL reserves the right to review the terms of the Warranty and Annual Maintenance Agreements entered into between SI and OEMs and no such agreement/contract shall be executed, amended, modified and/or terminated without the prior written consent of the PCSCL. An executed copy of each of such agreements/contracts shall, immediately upon execution be submitted by SI to the PCSCL.
No change, as per RFP
133 L&T Volume III, Clause 12.28, Page 16
12.28. Access to Sites Please provide for Extension of time and compensation in case of delay in providing access to site.
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organizati
on
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
134 L&T Volume III, Clause 17.1, Page 25
i) there are no material actions, suits, proceedings, or investigations pending or, to its knowledge, threatened against it at law or in equity before any court or before any other judicial, quasi-judicial or other authority, the outcome of which may result in the breach of this greement or which individually or in the aggregate may result in any material impairment of its ability to perform any of its material obligations under this Agreement; j) it has no knowledge of any violation or default with respect to any order, writ, injunction or decree of any court or any legally binding order of any Government Instrumentality which may result in any Adverse Effect on its ability to perform its obligations under this Agreement and no fact or circumstance exists which may give rise to such proceedings that would adversely affect the performance of its obligations under this Agreement;
Please clarify on kind of matters / pending litigation subject matters which would be part of this?
No change, as per RFP
135 L&T Volume III, Clause 19 c), Page 28
If the Arbitrator so appointed dies, resigns, incapacitated or withdraws for any reason from the proceedings, it shall be lawful for the PCSCL to appoint another person in his place in the same manner as aforesaid. Such person shall proceed with the reference from the stage where his predecessor had left if both parties consent for the same; otherwise, he shall proceed.
In such a case, the party who has appointed such arbitrator shall re-appoint another arbitrator. If it is the rpesiding arbitrator, both the remaining arbitrators shall re-appoint another arbitrator in his/her place.-pls confirm
Please refer corrigendum
136 L&T General User Acceptance Certificate Please clarify the list of testing procedure and activity for User Acceptance Testing.
The same shall be formulated during the project implementation phase in consultation with SI
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
Network (Passive) Queries:
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
1 Tejas Networks
1.2. Project Profile pg.14
City Network (Passives): · To create a scalable, robust, resilient, secure and long-lasting digital infrastructure that interconnects citizens, government, business and communities and allows better data management and control to offer richer application experiences · The OFC network shall serve as the backbone for all the connectivity requirements and ICT led Smart City initiatives planned or to be planned in the near future
RFP speaks of building a City Network Backbone using Passives, however smart city components can’t be made live without integrating Active Network devices for implementing CITY NETWORK BACKBONE. Kindly clarify on the requirements of Active network devices.
No change, as per RFP
2 Sterlite
RFP-II 6.1.2 City Network related performance levels
MTTR- Fiber
Any delay in rectification due to customer permission or any govt authority permission of local locality permission to be removed from SLA calculations.
Please refer RFP Volume II, Definition of Downtime
3 Sterlite
RFP-II 6.1.2 City Network related performance levels
MTTR- Fiber Min Resolution time to be 10 hours for high priority links.
No change, as per RFP
4 Sterlite
RFP-II 6.1.2 City Network related performance levels
MTTR- Fiber Proposed Penalty mechanism is very harsh. It should be ~1000 Rs for first level, ~1500 for second level etc.
No change, as per RFP
5 Sterlite RFP-II 6.1.3 City Wi-Fi, City Kiosk and VMD
MTTR- Central Systems
If outage in central system is caused by power outages or infra issues, then this outage time should be removed from these SLA Calculations.
Please refer RFP Volume II, Definition of Downtime
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
6 Sterlite RFP-II 6.1.3 City Wi-Fi, City Kiosk and VMD
MTTR- Central Systems
If outage in Wi-fi, Kiosk, VMD is caused due to fiber network, then this outage time should be conisdered in Fiber scope and removed from these smart elements scope as root cause lies in fiber network damage. i.e. Double SLA imposition/ double Penalty imposition due to single fault should not be done.
No change, as per RFP
7 Sterlite RFP-II 6.1.3 City Wi-Fi, City Kiosk and VMD
MTTR- Central Systems As overall SLA of 98% is imposed, individual case of resolution within 2 hours to be removed.
No change, as per RFP
8 Sterlite RFP-II 6.1.3 City Wi-Fi, City Kiosk and VMD
MTTR- Central Systems
As overall SLA of 98% is imposed, individual case of resolution within 2 hours either to be removed OR changed to first resolution by 8 hours and then raising of penalty level by 1 count every 4 hours.
No change, as per RFP
9 Sterlite RFP-II 6.1.3 City Wi-Fi, City Kiosk and VMD
MTTR- Central Systems Proposed Penalty mechanism is very harsh. It should be ~1000 Rs for first level, ~1500 for second level etc.
No change, as per RFP
10 Sterlite RFP-II 6.1.3 City Wi-Fi, City Kiosk and VMD
MTTR- Field Systems
If outage in Wi-fi, Kiosk, VMD is caused due to fiber network, then this outage time should be conisdered in Fiber scope and removed from these smart elements scope as root cause lies in fiber network damage. i.e. Double SLA imposition/ double Penalty imposition due to single fault should not be done.
No change, as per RFP
11 Sterlite RFP-II 6.1.3 City Wi-Fi, City Kiosk and VMD
MTTR- Field Systems Wifi- 99% to be reduced to 97% . No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
12 Sterlite RFP-II 6.1.3 City Wi-Fi, City Kiosk and VMD
MTTR- Field Systems
If outage in central system is caused by power outages or infra issues, then this outage time should be removed from these SLA Calculations.
Please refer RFP Volume II, Definition of Downtime
13 Sterlite RFP-II 6.1.3 City Wi-Fi, City Kiosk and VMD
MTTR- Field Systems As overall SLA of 98% is imposed, individual case of resolution within 2 hours to be removed.
No change, as per RFP
14 Sterlite RFP-II 6.1.3 City Wi-Fi, City Kiosk and VMD
MTTR- Field Systems
As overall SLA of 98% is imposed, individual case of resolution within 2 hours either to be removed OR changed to first resolution by 8 hours and then raising of penalty level by 1 count every 4 hours.
No change, as per RFP
15 Sterlite RFP-II 6.1.3 City Wi-Fi, City Kiosk and VMD
MTTR- Field Systems Proposed Penalty mechanism is very harsh. It should be ~1000 Rs for first level, ~1500 for second level etc.
No change, as per RFP
16 Sterlite RFP-II 6.1.3 City Wi-Fi, City Kiosk and VMD
MTTR- Field Systems Spares dimensioning of 10% is very high and should be either left to bidder or brought down to 4%.
Please refer corrigendum
17 Sterlite RFP-II 6.1.3 City Wi-Fi, City Kiosk and VMD
MTTR- Field Systems Proposed Penalty mechanism is very harsh. It should be ~1000 Rs for first level, ~1500 for second level etc.
No change, as per RFP
18 Sterlite RFP-II 6.1.3 City Wi-Fi, City Kiosk and VMD
MTTR- Field Systems
As overall SLA of 98% is imposed, individual case of resolution within 2 hours either to be removed OR changed to first resolution by 8 hours and then raising of penalty level by 1 count every 4 hours.
No change, as per RFP
19 Sterlite RFP-II 6.1.3 City Wi-Fi, City Kiosk and VMD
Overall Max Penalty Capping Overall Max penalty to be capped at 10% while presently 30% capping is mentioned.
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
20 Sterlite 6.1.4 Penalty for non-restoration of the Site:
Utility Damage
The clause is double blow to bidder. Payment for restoration and pay penalty aswell. It should be limited to restoration only. Penalty clause to be removed altogether.
No change, as per RFP
21 Sterlite RFP-II 6.1.5 Complaint Resolution
Complaint Resolution Pls clarify which kind of comaplints are being referred here.
Complaint pertaining to the listed solution functioning
22 Sterlite RFP-II 6.1.5 Complaint Resolution
Complaint Resolution Customer equipment related complaints, customer understanding related complaints should not be linked with any kind of SLA.
As per RFP; complaints related to proposed systems shall be required to be addressed
23 Sterlite RFP-II 6.1.5 Complaint Resolution
Complaint Resolution Only network element related complaints should be linked with SLA.
No change, as per RFP
24 Sterlite General General Complaints arising from power issues, infra issues to be removed from SLA calculations.
No change, as per RFP
25 Sterlite Volume 2 Section 2.1.2.2 Page 12
Core layer
As per our understanding from the table 36 given on page 101 that we have 3 core locations and 8 aggregation locations,please confirm.
Core PoPs - Approx. 11 Aggregation PoPs - Approx. 30
26 Sterlite Volume 2 Section 2.1.2.2 Page 12
Network firewall Please clarify the specifications of firewall
The same shall be provided during the implementation phase
27 Sterlite Volume 2 Section 2.1.2.2 Page 12
Network IPS/IDS Please clarify the specifications of IPS/IDS The same shall be provided during the
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
implementation phase
28 Sterlite Volume 2 Section 2.1.2.2 Page 12
Network Router Please clarify the specifications of routers
The same shall be provided during the implementation phase
29 Sterlite Volume 2 Section 2.1.2.2 Page 12
Network Switch Please clarify the specifications of switches
The same shall be provided during the implementation phase
30 Sterlite Volume 1 Section 3.22 Page 25
The proposed OEM for Wired & Wireless LAN Access Infrastructure should be placed in either Gartner Magic Quadrant Challengers or Gartner Magic Quadrant Leaders as per the latest Gartner Report in the respective product category.
The oem criterial specified for wireless & wired LAN infra would allow very limited number of OEMs to qualify. Suggest to look into this
No change, as per RFP
31 Sterlite Volume 2 Section 2.2.2.3 Page 30
The SI shall assist purchaser in provisioning Internet Bandwidth connectivity at each of the access point level, having network backhaul at the City Operation Centre. Purchaser shall be procuring the Internet Bandwidth from its other appointed agency.
Please confirm that SI need not to procure the bandwidth while submitting the BoQ
No, the SI is not required to procure the Internet Bandwidth.
32 Sterlite 91 & 2.1.2.1
Preliminary detailed survey shall be carried out by System Integrator for finalizing the route of Optical Fiber Cable basis indicative Network Architecture, refer Fig 2. At the end of the survey, SI shall estimate the network route length to be executed via Horizontal Directional Drilling (HDD), to the best possible extent, and Open Trench Technique.
is it any particular ratio which we need to follow. Like HDD % or OT % or can we make our own decision according field constrains
The same shall be finalised after conduction of Detailed Site Survey
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
33 Sterlite 91 & 2.1.2.1
For each trenching, SI shall take clearance from the Ward Junior Engineer (JE) (or any other appointed authority) for the depth achieved to lay the HDPE pipes and Fiber
Is it any online portal is available to update online about trench details to PCMC authority. To avoid unnecessary delay & miscommunication etc…
No there is no such portal; purchaser shall ensure all related clearance in a fast track mode
34 Sterlite 95 & 2.1.2.3.1
To reduce the digging work, SI shall use the PCMC owned existing duct / pipe wherever available after obtaining due approval from the purchaser. Currently, PCMC owns approximately 100 km of duct infra which can be utilized under this project.
Kindly share the all PCMC existing duct rout & utilization data
The same shall be provided during the implementation phase
35 BSNL 2.1.2.1 Detailed City/Route Survey
SI shall estimate the network route length to be executed via Horizontal Directional Drilling (HDD) & Open Trenching Technique(OTT)
For each bidder, HDD quantity & OTT quantity may be differ & hence total commercials. As awarding of contarct is based on final commercials,to have uniformity for all bidders, it is requested a ratio of HDD/OTT shall be suggested by PCSCL.
No change, as per RFP
36 BSNL 2.1.2.1 Detailed City/Route Survey
Collecting details of the existing facilities like telecommunication, utilities, water etc and the additional requirement
It is requested that, PCSCL shall provide all available data of these U/G utilities
The same shall be provided during the implementation phase; however, SI is supposed to coordinate with other agencies as well to obtain the requisite data
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
37 BSNL 2.1.2.3.1 Pre Requisite for Laying of City Network
The SI shall obtain requisite RoW permissions from the purchaser/requisite authority, at no cost, limited to the approved Network Route Plan, and shall also inform all concerned authorities, and RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions obtain NOC or permissions wherever required, before starting any excavation activity like duct laying/fiber blowing, Manhole/hand hole works etc.
Kindly Clarify regarding responsibility to obtain RoW with no charge in PCNTDA, MIDC,NHAI, Cantonment, PMRDA area where OFC laying is required. Also suggest about railway crossing permission.
Please refer corrigendum
38 BSNL 2.1.2.3.1 Pre Requisite for Laying of City Network
To reduce digging work work, SI shall use the PCMC owned existing duct/pipe whereever available.Currently, PCMC owns approximately 100KM of duct infra which can be utilized under this project.
It is requested that, PCSCL shall provide all this data.
The same shall be provided during the implementation phase
39 BSNL 2.2.2.3 Provisioning of Network Connectivity
SI shall assist purchaser in provisioning Internet Connectivity. This similar points shall also be considered whereever, internet bandwidth is required for other Smart City elements.
Looking into the scope/size of this project & dependancy on Internet connectivity, it is suggested that, lead bidder or any of the consortium partner may be an ISP. This will enable in smooth O& M activity with better cordination. Internet bandwidth commercials may also be made part & parcel of this bid like other Smart City projects.
No change, as per RFP
40 BSNL 2.2.2.3 Provisioning of Network Connectivity
Provisioning of IT active equipment like switches, UPS, power banks etc. at the field level as well as at the centralised level, City Operation Centre, shall be provided by the purchaser’s appointed agency
Kindly clarify about arrangement of MSEDCL Electricity connections for each smart city element with payment about charges
The same shall be provided by the purchaser
41 BSNL 10 of 119, 2.1.2.1 Detailed City/Route Survey
SI shall estimate the network route length to be executed via Horizontal Directional Drilling (HDD) & Open Trenching Technique(OTT)
In the pre bid conference, it was told that total trenching involved is approximately 750KM.It was also told that, bidders have to do HDD/OTT as HDD cost is almost 4 times than OTT. Kindly fix the ratio of HDD/OTT for evalution of bids & in finalization of L1.
Please refer corrigendum
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
42 BSNL
13 of 119, 2.1.2.3.1 Pre Requisite for Laying of City Network
The SI shall obtain requisite RoW permissions from the purchaser/requisite authority, at no cost, limited to the approved Network Route Plan, and shall also inform all concerned authorities, and RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions obtain NOC or permissions wherever required, before starting any excavation activity like duct laying/fiber blowing, Manhole/hand hole works etc.
As this is PCMC's own work, PCMC should give all permissions for smooth & uninterrupted working of this projrct at no cost of bidder.
Please refer corrigendum
43 L&T Page 53 Optical Fiber Cable – Ribbon fiber Unarmored Fiber is used for Outdoor Application, but specification calls for Unarmoured.
No change, as per RFP
44 L&T We recommend Fiber Patch Cords and Fiber Pigtail LSZH please clarify.
No change, as per RFP
45 Inspira 1 OFC.REQ.001 Page No. 133 GR No. TEC/GR/TX/ORM-01/04 SEP.09 Compliant & approved
46 Inspira 2 OFC.REQ.002 Page No. 133 GR No. GR/OFT-01/03. APR 2006 Compliant & approved
47 Inspira 3 OFC.REQ.003 Page No. 133 GR No. G/CBD-01/02. NOV 94 Compliant & approved
48 Inspira 4 FIBRE.REQ.023 Page No. 136 Certificates And Proof Of Factory Testing
No change, as per RFP
49 Inspira 5 PATCHCORD.REQ.011
Page No. 141 Yellow, PVC Material As per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
50 Inspira 5.3.1.1, Page 45
General Requirement- Load balancer - A load balancer will be required to split the user request effectively between the two application servers. Most of the enterprise firewalls will have this feature available as inbuilt feature.
Load balancers are application front end functions that typically placed in front of business applications and perform resource intensive core application delivery functions such as load balancing, connection multiplexing, ssl offloading, compression etc. these functions (especially SSL) can accelarate the application performance.To ensure application availability, security & acceleration we request to include a dedicated hardware Server load balancer in the RFP as per below sizing details, • Server load balancer should be high performance purpose built next generation multi-tenant hardware with multicore CPU support. Support for multiple network functions including application load balancer, intelligent internet traffic management, SSL VPN & application firewall on same platform from same OEM. • Should support minimum two instances of 28Gbps each from day one and scalable to two more instances of same throughput with license upgrade. Each instance must have assigned dedicated hardware resources including vCPU’s, I/O, memory, SSL card , per virtual function & SR-IOV • Platform should support Minimum 35,000 SSL TPS 2K Keys from day one and scalable to 70,000 SSL TPS 2K Keys with license upgrade. TPS means Transaction Per Second not CPS (Connection Per Second).
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
Wi-Fi Queries:
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
1 Micro Focus City Wi-Fi, City Kiosk and VMD S. No.page 129
Availability of field infrastructure including: 1. Access Points
Does SI suppose to propose tools to availability for access points ?
No change, as per RFP
2 Micro Focus Minimum Requirement Specifications Page 155
The solution should support a wide array of REST/SOAP/XML APIs and protocols that customers can use to integrate their own CRMs, helpdesks, SIEM vendors, admission systems and more from day one
please share existing helpdesk tool, and whats expected from API integrations
No change, as per RFP
3 Micro Focus Wireless Network Management System Sl. No.155
NMS should be capable of monitoring both LAN and WLAN and should be from the same Wi-Fi OEM of Wireless Controller and & Wireless Access Points
NMS should only for wifi or is there any scope for NOC as well like servers /network monitoring
No change, as per RFP
4 Hewlett Packard Enterprise
VOLUME II - Scope of Work and Requirement Specifications 7.2 City Wi-Fi a. Wi-Fi Access Point (Outdoor) APO-TR-07 -> Hardware -> Page 66 of 119
The Max transit power of the AP + Antenna should be as per WPC norms for indoor Access Points. OEM to give an undertaking letter stating that the AP will configured as per WPC guidelines for indoor AP and also submit the WPC certificate showing approval
It seems to be a typo-error, request to amend as below: The Max transit power of the AP + Antenna should be as per WPC norms for Outdoor Access Points.
Yes, it’s a typo. Clause to be read as: The Max transit power of the AP + Antenna should be as per WPC norms for Outdoor Access Points.
5 Hewlett Packard Enterprise
VOLUME II - Scope of Work and Requirement Specifications 7.2 City Wi-Fi b. Wi-Fi Access Point (Indoor)
AP should have 2 X 10/100/1000 Ge LAN ports Request you to amend as: AP should have 1 X 10/100/1000 Ge LAN ports.
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
API-TR-04 -> Mechanical -> Page 67 of 119
6 Hewlett Packard Enterprise
VOLUME II - Scope of Work and Requirement Specifications 7.2 City Wi-Fi c. Wi-Fi Controller WC-TR-04 -> Functional -> Page 69 of 119
Wireless solution should support full set of northbound APIs to enable deep visibility into the network. The northbound APIs should provide RF health metrics, app utilization, device type and user data in an easy to integrate format
Request you to please amend as below: Wireless solution should support full set of APIs to enable deep visibility into the network and provide essential details like utilization levels, health, user data etc.
Please refer corrigendum
7 Hewlett Packard Enterprise
VOLUME II - Scope of Work and Requirement Specifications 7.2 City Wi-Fi c. Wi-Fi Controller WC-TR-05 -> Mechanical -> Page 69 of 119
Wireless solution should have the ability to dynamically update individual service modules without requiring an entire system reboot
Request you to please delete this clause. Please refer corrigendum
8 Hewlett Packard Enterprise
VOLUME II - Scope of Work and Requirement Specifications 7.2 City Wi-Fi c. Wi-Fi Controller WC-TR-10 -> Functional -> Page 69 of 119
The wireless solution should be provided, configured and deployed in Active-Active (1:1) High Availability Mode
Request you to please confirm if both Controllers should be deployed in Load Balancing Mode or to be used only for failover.
No change, as per RFP
9 Hewlett Packard Enterprise
VOLUME II - Scope of Work and Requirement Specifications 7.2 City Wi-Fi e. AAA Server AAA-TR-37 -> User
The Solution should support AAA, NAC, BYOD and/or Guest Access
Request you to please specify the licenses requirement for NAC, BYOD &/or Guest Access separately.
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
Access Parameters -> Page 74 of 119
10 Hewlett Packard Enterprise
VOLUME II - Scope of Work and Requirement Specifications 7.2 City Wi-Fi e. AAA Server AAA-TR-38 -> User Access Parameters -> Page 74 of 119
The solution should support 25,000 endpoints for AAA and 25,000 device profiling from day 1
Request you to please confirm if the given no. of devices (25000 endpoints for AAA and 25000 device profiling) can be considered as no. of concurrent devices for sizing the solution.
Yes, these are concurrent devices
11 Hewlett Packard Enterprise
VOLUME II - Scope of Work and Requirement Specifications 8. Annexure 1: Indicative Bill of Material City Wi-Fi -> Page 99 of 119
Unit Qty. has been given
Request you to please confirm the required qty. of Wi-Fi Access Points (Outdoor & Indoor), Wi-Fi Controllers, AAA & Wireless NMS to be considered for solution designing and deployment.
Please refer corrigendum
12 Hewlett Packard Enterprise
VOLUME II - Scope of Work and Requirement Specifications 7.2 City Wi-Fi b. Wi-Fi Access Point (Indoor) API-TR-29 -> Electrical -> Page 69 of 119
AP should support 0° C to +50° C Degree operating temperature
Request you to please elaborate the use case for 0° C to +50° C temperature support for Indoor Access Points.
No change, as per RFP
13 Hewlett Packard Enterprise
VOLUME II - Scope of Work and Requirement Specifications 7.2 City Wi-Fi a. Wi-Fi Access Point (Outdoor)
Request you to incorporate additional clause in Outdoor Access Points for enabling Location based Services
Access point should have Internal/External Bluetooth Low energy beacon to support advance location based services for Mobile engagement solutions and Applications
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
14 Hewlett Packard Enterprise
VOLUME II - Scope of Work and Requirement Specifications 7.2 City Wi-Fi b. Wi-Fi Access Point (Indoor)
Request you to incorporate additional clause in Indoor Access Points for enabling Location based Services
Access point should have Internal/External Bluetooth Low energy beacon to support advance location based services for Mobile engagement solutions and Applications
No change, as per RFP
15 Hewlett Packard Enterprise
VOLUME I - Structure of Proposal & Bid Process Specifications 3.22. Eligible Goods and Services, and OEM Criteria -> Page 22
Each of the proposed OEMs should either have existing capability and infrastructure to provide 24x7x365 technical support in India, or should provide an undertaking that they would establish the requisite infrastructure and capability to provide 24x7x365 technical support, on emerging a winner in this bidding process.
Request you to please mandate that the proposed OEMs should possess the required capability and service centre in India for providing 24x7x365 technical support and faulty product replacement.
No change, as per RFP
16 Hewlett Packard Enterprise
VOLUME I - Structure of Proposal & Bid Process Specifications 3.22. Eligible Goods and Services, and OEM Criteria -> Page 22
Request to add back-to-back OEM warranty clause
Proposed hardware/software/equipments etc. should be proposed with back-to-back OEM warranty coverage & 24x7 OEM support pack for the entire solution and sub-components proposed in the bid.
No change, as per RFP
17 Sterlite
RFP PCMC, Volume - II Scope of Work and Requirement Specification,Section 2.2.2.3, Page 30 of 119 :
Provisioning of Network Connectivity: Provisioning of IT active equipment like switches, UPS, power banks etc. at the field level as well as at the centralised level, City Operation Centre, shall be provided by the purchaser’s appointed agency.
Please specify the back-up time in hours as power back up time for WiFi 's Access Points is not mentioned.
No change, as per RFP
18 Sterlite Volume 2,Section 7.2,Page 74
NMS should be capable of monitoring both LAN and WLAN and should be from the same Wi-Fi OEM of Wireless Controller and & Wireless Access Points
Request you to keep the NMS sepearate and not to club it with the same OEM of AP.
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
19 Sterlite Volume 2, Section 7.2 point number APO-TR-04, page 66
AP should have 1 X 10/100/1000 Ge LAN port and One 1000BASE-X SFP Port
Request to chenage it to "AP should have 1 X 10/100/1000 Ge LAN port and optional 1000BASE-X SFP Port". In smart city mostly AP connect to POE swtitch thus saving the cost. AP with Fibre ports are expensive.
No change, as per RFP
20 Sterlite Volume 2, Section 7.2 point number APO-TR-31,page 67
AP should have Kensington lock slot
Kensington locks are provided by most vendors for indoor AP and not for outdoorAP. Request to relax this clause for equal bid participation
Please refer corrigendum
21 Sterlite Volume 2,Section 7.2 point number APO-TR-35, page 67
AP should have UL2043 plenum rating UL 2043 is applicable for indoor AP. IP67 is fine for outdoor AP. Request to relax this clause for equal bid participation
Please refer corrigendum
22 Sterlite Volume 2, point number API-TR-16, page 68
Access point should support low-density parity check for high-efficiency error correction and increased throughput
This is a part of the 802.11ac standard which is already requested. Request to relax this clause as any 802.11ac AP will comply but the compliance cannot be proved based on any document as datasheet.
No change, as per RFP
23 Sterlite Volume 2,point numberAPI-TR-23, Page 68
Access point should have console port
For local troubleshooting we can SSH or telnet into the AP. Once the AP is mounted the console port will not serve the purpose for local troubleshooting. Since AP will be managed by controller console port is not required.
No change, as per RFP
24 Inspira page 66 Section 7.2 point number APO-TR-04
AP should have 1 X 10/100/1000 Ge LAN port and One 1000BASE-X SFP Port
Request to chenage it to "AP should have 1 X 10/100/1000 Ge LAN port and optional 1000BASE-X SFP Port". In smart city mostly AP connect to POE swtitch thus saving the cost. AP with Fibre ports are expensive. If need we can use a media converter in rare cases.
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
25 Inspira page 67 Section 7.2 point number APO-TR-22
Access point should have console port
Not all AP vendors do have console access, Console is old way of accessing any communication devices.So, the clause Must be “AP access mechanism to be as per standard and to ensure secured connection” could be secured access using SSH, HTTPS, FTP, TFTP, SFTP, Console access etc,. Once the AP is mounted the console port will not serve the purpose for local troubleshooting. Since AP will be managed by controller console port is not required. Different vendors provide different ways to access the AP; for eg having a default IP on its ethernet port. Console port is fine for other networking components like switches or routers.
No change, as per RFP
26 Inspira page 67 Section 7.2 point number APO-TR-31
AP should have Kensington lock slot
Kensington locks are provided by most vendors for indoor AP and not for outdoorAP. Request to relax this clause for equal bid participation
Please refer corrigendum
27 Inspira page 67 Section 7.2 point number APO-TR-35
AP should have UL2043 plenum rating UL 2043 is applicable for indoor AP. IP67 is fine for outdoor AP. Request to relax this clause for equal bid participation
Please refer corrigendum
28 Inspira page 68 point number API-TR-16
Access point should support low-density parity check for high-efficiency error correction and increased throughput
This is a part of the 802.11ac standard which is already requested. Request to relax this clause as any 802.11ac AP will comply but the compliance cannot be proved based on any document as datasheet.
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
29 Inspira page 68 point numberAPI-TR-23
Access point should have console port
For local troubleshooting we can SSH or telnet into the AP. Once the AP is mounted the console port will not serve the purpose for local troubleshooting. Since AP will be managed by controller console port is not required. Different vendors provide different ways to access the AP; for eg having a default IP on its ethernet port. Console port is fine for other networking components like switches or routers.
No change, as per RFP
30 Inspira page 70 WC-TR-15 Support for configuring media streams with different priority to identify specific video streams for preferential quality-of-service treatment
this is point is irrelevant for a smart city deplyment. Smart city deployments do not require prioritisations within video streams. Also this is proprietary to one or two vendors and hence request to relax this clause.
No change, as per RFP
31 Inspira page 74 NMS-FR-01
NMS should be capable of monitoring both LAN and WLAN and should be from the same Wi-Fi OEM of Wireless Controller and & Wireless Access Points
request to relax the same OEM clause as it restricts certain bidders who want to provide LAN and WLAN solution form different venodrs. Also there are many third party NMS which provide similar features. The current clause prhibits equal vendor partcipation.
No change, as per RFP
32 Inspira page 75 NMS-FR-14 Display the location of each rogue device on a building floor plan and disable wired switch ports if attached rogue APs are detected
This functionality is part of IPS and not NMS. Hence request to relax this clause.
No change, as per RFP
33 Inspira page 75 NMS-FR-11 Allows quick location of users and wireless devices for troubleshooting, planning and asset tracking
Request to relax this feature as it is irrelavant to smart city deployments. It generally required in enterprise office or hospital deployment.
No change, as per RFP
34 Inspira page 75 NMS-FR-12 Playback location history of individual users over the past day to aid in troubleshooting and recovery of lost devices
No change, as per RFP
35 Inspira page 75 NMS-FR-13 Last known location of each tracked device is stored indefinitely to help find lost or stolen devices
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
36 Inspira page 76 NMS-FR-20 System should provide DHCP response times for every user. Aggregated DHCP response times for servers
These features are irrelavnt to Smart city deployment and specific to single vendor. Request to realx this clause.
No change, as per RFP
37 Inspira page 76 NMS-FR-21 System should provide Authentication response times for every under. Aggregate Auth server response times per server
No change, as per RFP
38 Inspira page 76 NMS-FR-22 System should provide DNS response times for every user. Aggregated DNS response information per server
No change, as per RFP
39 Inspira Nothing mentioned about switchesto connect WAPs
Please share specs and quantity No change, as per RFP
40 Inspira Page no 66, APO-TR-04 AP should have 1 X 10/100/1000 Ge LAN port and One 1000BASE-X SFP Port
Pls remove the 1G SFP as this gives advantage to certain vendor
No change, as per RFP
41 Inspira Page no 67, APO-TR-32 AP should support Wind Survival Up to 160 Mph Pls amend the feature to 150Mph as the PCMC area is not prone to fast breeze. Also 160Mph gives advantage to certain vendor
Please refer corrigendum
42 Inspira Page 66, APO-TR-01 Access Point radio should be minimum 4x4:4 Spatial Streams MU-MIMO capability
There is no additional benefit with 4x4 MU:MIMO as compared to a 3X3 802.11ac access point. This will only increase budget for PCMC. There are many articles that will dispel the requirement of 4x4 access point as the clients also have to be similarly capable. pls amend this to 3x3
No change, as per RFP
43 Inspira Page no 72, AAA-TR-03 The solution should be scalable and stable solution to support 20,00,000 endpoints for AAA in future using additional appliances
There is no way 2 million endpoints will be used simultaneously. This feature is vendor specific. Pls amend this to 500000
No change, as per RFP
44 Inspira Page no 72, AAA-TR-02 The solution should support 25,000 endpoints for AAA and 25,000 device profiling from day 1
Pls amend this to 24K as this is vendor specific.
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
45 Inspira Page no 73, AAA-TR-18
The solution should have policy creation tools like: • Pre-configured templates • Wizard based interface • LDAP browser for quick look-up of AD attributes • Policy simulation engine for testing policy integrity
The policy simulation engine feature is vendor specific. To allow level playing filed, pls remove this feature
No change, as per RFP
46 Inspira Page no 74, NMS-FR-01
NMS should be capable of monitoring both LAN and WLAN and should be from the same Wi-Fi OEM of Wireless Controller and & Wireless Access Points
As the requirement is only for wireless solution, request you to change it to monitoring of WLAN solution
No change, as per RFP
47 Inspira Page no 72, AAA-TR-02 Shall protected by CLI providing configuration for base appliance settings must provide disk or file encryption
pls provide more information on this feature. Is it applicable if the AAA is hardware based.
No change, as per RFP
48 Inspira Page no 72, AAA-TR-10
AAA server must support both functionality RADIUS server for client device authentication and TACACS / TACACS+ for network device authentication and logging from day 1. Overlay component can be added to achieve both functionality
Pls amend this to RADIUS or TACACS for network device authentication.
No change, as per RFP
49 Inspira Page 67, APO-TR-35 AP should have UL2043 plenum rating Generally indoor AP have plenum rating. Pls remove this point for outdoor AP
Please refer corrigendum
50 Inspira Page 66, APO-TR-08 Access point should support Advanced Cellular Coexistence (ACC)
This feature is not required as both the GSM tower and wifi work on different bands. As this feature is specific to a vendor request you to delete this feature
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
51 Inspira Page 69, WC-TR-02
Wireless solution should support minimum 32,000 concurrent devices on Single Appliance and should support 1,60,000 concurrent devices when deployed in Cluster
The scale of concurrent devices in cluster if very large. This will increase the commercial burden on PCMC. Also this feature is supported only by specific vendor. To have a level playing field, pls remove the feature for 1,60,000 devices in a cluster. pls keep the maximim limit to 32k
No change, as per RFP
52 Inspira Page 71, WIP-TR-06 WIPS Solution should track the location of interferer objects.
objects causing interference is an immovable object like microwave. An alert can be generated for same. Tracking this object is a feature specific to a vendor. Pls include track/generate alert
No change, as per RFP
53 Inspira Page 76, NMS-FR-20 System should provide DHCP response times for every user. Aggregated DHCP response times for servers
This feature is specific to a vendor. Pls remove No change, as per RFP
54 Inspira Page 76, NMS-FR-21 System should provide Authentication response times for every under. Aggregate Auth server response times per server
This feature is specific to a vendor. Pls remove No change, as per RFP
55 Inspira Page 76, NMS-FR-22 System should provide DNS response times for every user. Aggregated DNS response information per server
This feature is specific to a vendor. Pls remove No change, as per RFP
56 Inspira There is no mention of edge switch or backbone switch for connectivity
Pls specify the number of switches required No change, as per RFP
57 Inspira Section 2.2.1 - General Attributes - Page 28 of 119
o) Centralized billing and authentication system shall be provided wherein profile for each individual user can be created with both rule-based access and role-based access
1) We understand the requirement for billing in a City wide Wi-Fi business case would refer to charging of free/paid wifi service in terms of Time or Volume (e.g. x Hours or z Mb). Is this correct understanding? 2) Can you elaborate more on the rule-based and role based access requirement? Is it referring to providing specific Quality of Service to specific location for Wi-Fi access?
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
58 Inspira Section 2.2.1 - General Attributes - Page 28 of 119
p) Users shall be able to manage their account by subscribing / renewing the packages on the self-service portal
For a City Wi-Fi Business case, the subscriptions are mostly prepaid with a certain amount of free usage per day initially followed by paid service. (e.g. 30 mins of free Wi-Fi every day, followed by paid Wi-Fi). For paid wi-fi subscriber can pay using scratch cards, payment gateway or digital wallets. These payments and renewal of existing prepaid subscription can be done from the self-service portal. Is this correct understanding of this requirement?
No change, as per RFP
59 Inspira Section 2.2.1 - General Attributes - Page 28 of 119
q) System shall have the capability to support mobile data offloading with configured service providers
Our System surely has the capability for Mobile Data Offloading, however we would need more details on the service providers to be supported, number of users expected to be offloaded, type of network to be offloaded (3g, 4g), type of elements in the service provider network with whom integration is needed to be done in order to achieve E2E offload authentication. Can you provide these details if available? If not available, we will include the capability and required licenses to support this functionality for a single service provider. More providers can be added as and when required in future by paying additional integration cost.
No change, as per RFP
60 Inspira Section 2.2.1 - General Attributes - Page 28 of 119
General What are the expected number of access points and concurrent subscriber sessions to be online at a point of time?
Please refer corrigendum
61 Inspira AAA Server - Page 72 of 119
AAA-TR-02 - The solution should support 25,000 endpoints for AAA and 25,000 device profiling from day
Is this referring to 25,000 simultaneously connected users?
Yes, this is 25,000 concurrent users.
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
62 Inspira AAA Server - Page 72 of 119
AAA-TR-10 - AAA server must support both functionality RADIUS server for client device authentication and TACACS / TACACS+ for network device authentication and logging from day 1. Overlay component can be added to achieve both functionality
How many and what type of network devices are required to be authenticated using AAA server?
No change, as per RFP
63 Inspira AAA Server - Page 72 of 119
AAA-TR-13 - The solution Must be an easy-to-deploy hardware platform that utilizes identity based policies to secure network access and includes an integrated set of capabilities bundled under one policy platform: • Built-in guest management and device/user on boarding
Can you clarify the requirement for Guest Management and Device/User on boarding? How are these applicable in a City Wifi business case?
No change, as per RFP
64 Inspira AAA Server - Page 73 of 119
AAA-TR-21 - The solution should support complex PKI deployment where TLS authentication requires validating client certificate from multiple CA trust chain. Must also support AAA server certificate being signed by external CA whilst validating internal PKI signed client certificates
How is this functionality going to be used in a city wifi business case?
No change, as per RFP
65 Inspira Billing Application - Page 77 of 119
BILL-FR02 - The system should be capable of configuring different billing cycles, which may be weekly / fortnightly/ monthly / bimonthly / quarterly / yearly etc. as per requirement
What kind of service will be billing through such billing cycles? As long as we understand the requirements are for City Wi-Fi which is mostly prepaid in nature and does not require such billing cycles. If this is required, we need to quote our full fledged billing solution in the proposal, is it reqlly required?
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
66 Inspira Billing Application - Page 77 to 83 of 119
Billing Application in general
The requirements for Billing Application indicates billing is required to be done for a Broadband or Enterprise kind of services. Can you elaborate more on the type of services to be managed under the billing applciation and also the number of subscriber accounts expected to be billed under this application? These parameters are required for sizing of solution and dimensioning of Hardware/Software accordingly.
No change, as per RFP
67 CISCO
2.2 Component 2: City Wi-Fi Scope of Work ; Page 28 under "General Attributes" : Volume II
Each wireless AP/array must be 802.11 a/b/g/n/ac 4x4:4 MIMO WAVE2 capable on 5GHz radio and 2x2:2 MIMO on 2.4GHz radio and be able to scale without adding additional controllers or user licenses.
Request to change the clause to " Each wireless AP/array must be 802.11 a/b/g/n/ac 3x3:3 MIMO WAVE2 capable on 5GHz radio and 3x3:3 MIMO on 2.4GHz radio and be able to scale without adding additional controllers or user licenses."
No change, as per RFP
68 CISCO
2.2 Component 2: City Wi-Fi Scope of Work ; Page 28 under "General Attributes" : Volume II
Each wireless device (AP) must employ a future-proof modular architecture for upgradability to future standards.
Rquest you to please delete this clause Please refer corrigendum
69 CISCO 7.2 City Wi-Fi, a. Wi-Fi Access Point (Outdoor): - Page 66 Volume II
APO-TR-01 - Access Point radio should be minimum 4x4:4 Spatial Streams MU-MIMO capability
Request to change it to "Access Point radio should be minimum 3x3:3 Spatial Streams MU-MIMO capability"
No change, as per RFP
70 CISCO 7.2 City Wi-Fi, a. Wi-Fi Access Point (Outdoor): - Page 66 Volume II
APO-TR-02 - Access point should support concurrent data rate of 1.7 Gbps in the 5 GHz band and 300 Mbps in the 2.4 GHz band
Request to change it to " APO-TR-02 - Access point should support concurrent data rate of 1.3 Gbps in the 5 GHz band and 300 Mbps in the 2.4 GHz band"
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
71 CISCO 7.2 City Wi-Fi, a. Wi-Fi Access Point (Outdoor): - Page 66 Volume II
APO-TR-07 - The Max transit power of the AP + Antenna should be as per WPC norms for indoor Access Points. OEM to give an undertaking letter stating that the AP will configured as per WPC guidelines for indoor AP and also submit the WPC certificate showing approval
request to chane the it to "The Max transit power of the AP + Antenna should be as per WPC norms for outdoor Access Points. OEM to give an undertaking letter stating that the AP will configured as per WPC guidelines for indoor AP and also submit the WPC certificate showing approval"
Please refer corrigendum
72 CISCO 7.2 City Wi-Fi, a. Wi-Fi Access Point (Outdoor): - Page 66 Volume II
APO-TR-08 - Access point should support Advanced Cellular Coexistence (ACC)
Rquest you to please delete this clause No change, as per RFP
73 CISCO 7.2 City Wi-Fi, a. Wi-Fi Access Point (Outdoor): - Page 66 Volume II
APO-TR-13 - Access point should support spectrum analyzer remotely scans the 2.4-GHz and 5-GHz radio bands to identify sources of RF interference
request to chane this to "Access point should support spectrum intellegence remotely scans the 2.4-GHz and 5-GHz radio bands to identify sources of RF interference"
No change, as per RFP
74 CISCO 7.2 City Wi-Fi, a. Wi-Fi Access Point (Outdoor): - Page 66 Volume II
APO-TR-15 - Access point should support IP reputation and security services to identify, classify, and block malicious files, URL and IPS and provide comprehensive protection against advanced online threats
Rquest you to please delete this clause No change, as per RFP
75 CISCO 7.2 City Wi-Fi, a. Wi-Fi Access Point (Outdoor): - Page 67 Volume II
APO-TR-20 - The access point should be capable of performing security scanning and serving clients on the same radio. It should be also capable of performing spectrum analysis and security scanning using same radio
request to change it to "The access point should be capable of performing security scanning and serving clients on the same radio. It should be also capable of performing spectrum intellegence and security scanning using same radio
No change, as per RFP
76 CISCO 7.2 City Wi-Fi, a. Wi-Fi Access Point (Outdoor): - Page 67 Volume II
APO-TR-22 - Access point should support 802.3af/at POE standard
Request to change it to "Access point should support 802.3af/at POE/PoE+/uPoE standard
Please refer corrigendum
77 CISCO 7.2 City Wi-Fi, a. Wi-Fi Access Point (Outdoor): - Page 67 Volume II
APO-TR-23 - Access point should have console port
request to change it to "Access point should have console port with standard RJ-45 connector"
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
78 CISCO 7.2 City Wi-Fi, a. Wi-Fi Access Point (Outdoor): - Page 67 Volume II
APO-TR-31 -AP should have Kensington lock slot
Rquest you to please delete this clause Please refer corrigendum
79 CISCO 7.2 City Wi-Fi, a. Wi-Fi Access Point (Outdoor): - Page 67 Volume II
APO-TR-33 - AP should have Shock and Vibration ETSI 300-19-2-4
request to change it to "AP should have Vibration ETSI 300-19-2-4/MIL-STD-810 or EN61000-4/4/5 for surge protection"
Please refer corrigendum
80 CISCO 7.2 City Wi-Fi, a. Wi-Fi Access Point (Outdoor): - Page 67 Volume II
APO-TR-34 - AP should have CB Scheme Safety
Rquest you to please delete this clause Please refer corrigendum
81 CISCO 7.2 City Wi-Fi, a. Wi-Fi Access Point (Outdoor): - Page 67 Volume II
APO-TR-35 - AP should have UL2043 plenum rating
Rquest you to please delete this clause Please refer corrigendum
82 CISCO 7.2 City Wi-Fi, b. Wi-Fi Access Point (indoor): - Page 68 Volume II
API-TR-08 - Access point should support Advanced Cellular Coexistence (ACC)
Rquest you to please delete this clause No change, as per RFP
83 CISCO 7.2 City Wi-Fi, b. Wi-Fi Access Point (indoor): - Page 68 Volume II
API-TR-09 - Access point should support Wireless mesh connections
Rquest you to please delete this clause No change, as per RFP
84 CISCO 7.2 City Wi-Fi, b. Wi-Fi Access Point (indoor): - Page 68 Volume II
API-TR-12 - Access point should support spectrum analyser remotely scans the 2.4-GHz and 5-GHz radio bands to identify sources of RF interference
request to chane this to "Access point should support spectrum intellegence remotely scans the 2.4-GHz and 5-GHz radio bands to identify sources of RF interference"
No change, as per RFP
85 CISCO 7.2 City Wi-Fi, b. Wi-Fi Access Point (indoor): - Page 68 Volume II
API-TR-14 - Access point should support IP reputation and security services to identify, classify, and block malicious files, URL and IPS and provide comprehensive protection against advanced online threats
Rquest you to please delete this clause No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
86 CISCO 7.2 City Wi-Fi, b. Wi-Fi Access Point (indoor): - Page 68 Volume II
API-TR-19 - The access point should be capable of performing security scanning and serving clients on the same radio. It should be also capable of performing spectrum analysis and security scanning using same radio.
request to change it to "The access point should be capable of performing security scanning and serving clients on the same radio. It should be also capable of performing spectrum intellegence and security scanning using same radio"
No change, as per RFP
87 CISCO 7.2 City Wi-Fi, b. Wi-Fi Access Point (indoor): - Page 68 Volume II
API-TR-23 - Access point should have console port
request to change it to "Access point should have console port with standard RJ-45 connector"
No change, as per RFP
88 CISCO 7.2 City Wi-Fi, b. Wi-Fi Access Point (indoor): - Page 69 Volume II
API-TR-29 - AP should support 0° C to +50° C Degree operating temperature
request to change it to" AP should support 0° C to +40° C Degree operating temperature"
No change, as per RFP
89 CISCO 7.2 City Wi-Fi, b. Wi-Fi Access Point (indoor): - Page 69 Volume II
API-TR-30 - AP should have Kensington lock slot.
Rquest you to please delete this clause Please refer corrigendum
90 CISCO 7.2 City Wi-Fi, b. Wi-Fi Access Point (indoor): - Page 69 Volume II
API-TR-31 - AP should have CB Scheme Safety Rquest you to please delete this clause Please refer corrigendum
91 CISCO 7.2 City Wi-Fi, c. Wi-Fi Controller: - Page 69 Volume II
WC-TR-01 - Wireless solution should support minimum 2,000 Access Points on Single Appliance and should support minimum 10,000 Access Points when deployed in Cluster
request to change it to "Wireless solution should support minimum 5,000 Access Points on Single Appliance and should support minimum 10,000 Access Points when deployed in Cluster"
No change, as per RFP
92 CISCO 7.2 City Wi-Fi, c. Wi-Fi Controller: - Page 69 Volume II
WC-TR-04 - Wireless solution should support full set of northbound APIs to enable deep visibility into the network.The northbound APIs should provide RF health metrics, app utilization, device type and user data in an easy to integrate format
Request to chane it to " Wireless solution should support full set of northbound APIs/SNMP MIBs to enable deep visibility into the network."
Please refer corrigendum
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
93 CISCO 7.2 City Wi-Fi, c. Wi-Fi Controller: - Page 69 Volume II
WC-TR-05 - Wireless solution should have the ability to dynamically update individual service modules without requiring an entire system reboot
Rquest you to please delete this clause Please refer corrigendum
94 CISCO 7.2 City Wi-Fi, c. Wi-Fi Controller: - Page 69 Volume II
WC-TR-10 - The wireless solution should be provided, configured and deployed in Active-Active (1:1) High Availability Mode
The wireless solution should be provided, configured and deployed in Active-Active (1:1)/Active-Standby High Availability Mode
No change, as per RFP
95 CISCO
New Addition
Solution Should provide a robust and capable RESTful API interface that can be used to programmatically apply the location of various assets, process analytics, manage beacons, add or delete notifications, and more.
Request to please add No change, as per RFP
96 CISCO Analytic System should provide Visitors, repeat visitors, dwell times, inside or outside the venue etc.
Request to please add No change, as per RFP
97 CISCO The system shall provide location Analytic service that provides real-time live analytic of demograhic information
Request to please add No change, as per RFP
98 CISCO
The system shall have an ability to have an analytics solution that provides counts of number of WIFI devices detected in a specific custom defined zones
Request to please add No change, as per RFP
99 CISCO The system shall have an ability to create analytics zones in on premise analytics solutions
Request to please add No change, as per RFP
100 CISCO The system shall have an ability to schedule analytics reports that can be viewed by PDF
Request to please add No change, as per RFP
101 Z-COM Inc. 66 (APO- TR-02) Access point should support concurrent data rate of 1.7 Gbps in the 5 GHz band and 300 Mbps in the 2.4 GHz band
Access point should support concurrent data rate of 1.7 Gbps in the 5 GHz band and 600 Mbps in the 2.4 GHz band.
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
102 Z-COM Inc. 66 (APO- TR-07)
The Max transit power of the AP + Antenna should be as per WPC norms for indoor Access Points. OEM to give an undertaking letter stating that the AP will configured as per WPC guidelines for indoor AP and also submit the WPC certificate showing approval
The Max transit power of the AP + Antenna should be 36dBm for both the band as per WPC norms for Access Points. OEM to give an undertaking letter stating that the AP will configured as per WPC guidelines for indoor AP and also submit the WPC certificate showing approval.
Please refer corrigendum
103 Z-COM Inc. 66 (APO- TR-10)
Access point should support Wireless mesh connections
Access point should support Wireless mesh or WDS connections
No change, as per RFP
104 Z-COM Inc. 67 (APO- TR-25)
Must operate as a sensor for Wireless IPS (WIPS)
Must operate as a sensor for Wireless IPS (WIPS) and identify illegal AP by MAC Address.
No change, as per RFP
105 Z-COM Inc. 67 (APO- TR-31) AP should have Kensington lock slot
Please remove, as these said specifications is no relevance as per RFP's requirement.
Please refer corrigendum
106 Z-COM Inc. 67 (APO- TR-33)
AP should have Shock and Vibration ETSI 300-19-2-4
Please refer corrigendum
107 Z-COM Inc. 67 (APO- TR-35) AP should have UL2043 plenum rating Please refer corrigendum
108 Z-COM Inc. 66 (APO- TR-16)
Access point should support Space-time block coding for increased range and improved reception.
No change, as per RFP
109 Z-COM Inc. 67 (APO- TR-34) AP should have CB Scheme Safety AP should have inbuilt surge protection to comply the IEC61000-4-2 (Criteria B)
Please refer corrigendum
110 Z-COM Inc. Addition Request AP should support minimum 120concurrent device.
No change, as per RFP
111 Z-COM Inc. 67 (API-TR- 02)
Access point should support concurrent data rate of 1.7 Gbps in the 5 GHz band and 300 Mbps in the 2.4 GHz band
Access point should support concurrent data rate of 1.7 Gbps in the 5 GHz band and 600 Mbps in the 2.4 GHz band.
No change, as per RFP
112 Z-COM Inc. 67 (API-TR- 06)
Access Point can have internal or external Antenna
Access Point should have minimum 5dBi integrated Omni Antenna
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
113 Z-COM Inc. 68 (API-TR- 15)
Access point should support Space-time block coding for increased range and improved reception
Please remove No change, as per RFP
114 Z-COM Inc. 68 (API-TR- 09)
Access point should support Wireless mesh connections
Access point should support Wireless mesh or WDS connections
No change, as per RFP
115 Z-COM Inc. 68 (API-TR- 25)
Must operate as a sensor for Wireless IPS (WIPS)
Must operate as a sensor for Wireless IPS (WIPS) and identify illegal AP by MAC Address.
No change, as per RFP
116 Z-COM Inc. 69 (API-TR- 30) AP should have Kensington lock slot
Please remove
Please refer corrigendum
117 Z-COM Inc. 69 (API-TR- 32) AP should have UL2043 plenum rating, Please refer corrigendum
118 Z-COM Inc. 69 (API-TR- 31) AP should have CB Scheme Safety AP should have inbuilt surge protection to comply the IEC61000-4-2 (Criteria B)
Please refer corrigendum
119 Z-COM Inc. Addition Request AP should support minimum 120concurrent device.
No change, as per RFP
120 Z-COM Inc. 69 (WC-TR- 02)
Wireless solution should support minimum 32,000 concurrent devices on Single Appliance and should support 1,60,000 concurrent devices when deployed in Cluster.
Wireless solution should support minimum 64,000 concurrent devices on Single Appliance and should support 3,20,000 concurrent devices when deployed in Cluster.
No change, as per RFP
121 Z-COM Inc. Addition Request Controller must have at least 4 x 10Gbps of uplink interfaces.
No change, as per RFP
122 Z-COM Inc. Addition Request WLAN controller shall support Mobile data offload as a feature.
No change, as per RFP
123 Z-COM Inc. Addition Request Must have redundant power supplies with redundant fans.
No change, as per RFP
124 Z-COM Inc. Addition Request Must support RF Management with 20/40/80 MHz channels with 802.11a/b/g/n/ac
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
125 Z-COM Inc. Addition Request Wi-fi Alliance Certified. No change, as per RFP
126 L&T Section 2.2.1 - General Attributes - Page 28 of 119
o) Centralized billing and authentication system shall be provided wherein profile for each individual user can be created with both rule-based access and role-based access
1) We understand the requirement for billing in a City wide Wi-Fi business case would refer to charging of free/paid wifi service in terms of Time or Volume (e.g. x Hours or z Mb). Is our understanding is correct? 2) Can you elaborate more on the rule-based and role based access requirement? Is it referring to providing specific Quality of Service to specific location for Wi-Fi access?
No change, as per RFP
127 L&T Section 2.2.1 - General Attributes - Page 28 of 119
p) Users shall be able to manage their account by subscribing / renewing the packages on the self-service portal
For a City Wi-Fi Business case, the subscriptions are mostly prepaid with a certain amount of free usage per day initially followed by paid service. (e.g. 30 mins of free Wi-Fi every day, followed by paid Wi-Fi). For paid wi-fi subscriber can pay using scratch cards, payment gateway or digital wallets. These payments and renewal of existing prepaid subscription can be done from the self-service portal. Is our undersating is correct?
No change, as per RFP
128 L&T Section 2.2.1 - General Attributes - Page 28 of 119
General What are the expected number of access points and concurrent subscriber sessions to be online at a point of time?
Please refer corrigendum
129 L&T AAA Server - Page 72 of 119
AAA-TR-02 - The solution should support 25,000 endpoints for AAA and 25,000 device profiling from day
Please mention the number of concurrent users need to consider?
Yes, this is 25,000 concurrent users.
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
130 L&T AAA Server - Page 72 of 119
AAA-TR-13 - The solution Must be an easy-to-deploy hardware platform that utilizes identity based policies to secure network access and includes an integrated set of capabilities bundled under one policy platform: • Built-in guest management and device/user on boarding
Please clarify the requirement for Guest Management and Device/User on boarding? How are these applicable in a City Wifi business case?
No change, as per RFP
131 L&T AAA Server - Page 73 of 119
AAA-TR-21 - The solution should support complex PKI deployment where TLS authentication requires validating client certificate from multiple CA trust chain. Must also support AAA server certificate being signed by external CA whilst validating internal PKI signed client certificates
How is this functionality going to be used in a city wifi business case?
No change, as per RFP
132 L&T Billing Application - Page 77 to 83 of 119
Billing Application in general
The requirements for Billing Application indicates billing is required to be done for a Broadband or Enterprise kind of services. Can you elaborate more on the type of services to be managed under the billing applciation and also the number of subscriber accounts expected to be billed under this application? These parameters are required for sizing of solution and dimensioning of Hardware/Software accordingly.
No change, as per RFP
133 L&T Page no 74, NMS-FR-01
NMS should be capable of monitoring both LAN and WLAN and should be from the same Wi-Fi OEM of Wireless Controller and & Wireless Access Points
As the requirement is only for wireless solution, request you to change it to monitoring of WLAN solution only.
No change, as per RFP
134 L&T Page no 72, AAA-TR-02 Shall protected by CLI providing configuration for base appliance settings must provide disk or file encryption
pls provide more information on this feature. Is it applicable if the AAA is hardware based.
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
135 L&T Page 71, WIP-TR-06 WIPS Solution should track the location of interferer objects.
objects causing interference is an immovable object like microwave. An alert can be generated for same. Tracking this object is a feature specific to a vendor. Pls include track/generate alert
No change, as per RFP
136 L&T Page 76, NMS-FR-20 System should provide DHCP response times for every user. Aggregated DHCP response times for servers
This feature is specific to a vendor. Pls remove No change, as per RFP
137 L&T Page 76, NMS-FR-21 System should provide Authentication response times for every under. Aggregate Auth server response times per server
This feature is specific to a vendor. Pls remove No change, as per RFP
138 L&T Page 76, NMS-FR-22 System should provide DNS response times for every user. Aggregated DNS response information per server
This feature is specific to a vendor. Pls remove No change, as per RFP
139 L&T Vol. 2, Page 28 of 119, 2.2.1, General Attributes g)
The Wi-Fi network shall be managed from a central location at City operations centre, though the wireless management system. The management system shall support unified wired and wireless network management, and BYOD (Bring your own device) solution.
Are we refering BYOD devices by End customer or Employees at City Operations Center
No change, as per RFP
140 L&T General
Once user connect's to Wi-Fi, the counter of 60 min starts. If user disconnect in 10 min, will he be allowed to connect back and use remaining 50 min at 1 Mbps, or New counter of 60 min starts.
The same shall be finalised during the project implementation phase
141 L&T Vol 2, Page 30 of 119, 2.2.2.4
Integration with the PCSCL Smart City systems like IoT Platform, AAA server, Access & Identity Management Server, Data Analytics engine, Enterprise Management System, Security systems/appliances, to name a few.
Kindly clarify requirement of integration with IoT platform
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
142 L&T Vol 2, Page 30 of 119, 2.2.2.4
Integration with the PCSCL Smart City systems like IoT Platform, AAA server, Access & Identity Management Server, Data Analytics engine, Enterprise Management System, Security systems/appliances, to name a few.
Kindly clarify requirement of integration with Enterprise Mgmt System
No change, as per RFP
143 L&T Vol 2, Page 29 of 119, 2.2.2.2
PCSCL has envisaged providing unlimited citywide free Wi-Fi service to the citizens, without time limit, but having a cap of 1 Mbps speed for first 60 mins and thereafter downgraded to 0.5 Mbps speed. If the citizen wishes to upgrade to 1 Mbps or more, he/she should upgrade by paying additional charges.
Kindly clarify what different type of Policies would PCSCL would intend to enforce via expected Policy Server other than throttling speed from 1 Mbps to 0.5 Mbps.
No change, as per RFP
144 L&T General
Does System needs to provide different WI-FI services based on different category of people For e.g General Public, PCMC Staff, VIP etc. or uniform WI-Fi services/QoS irrespective of category of user.
No change, as per RFP
145 L&T General What TRAI Regulatory requirements WI-FI system needs to consider other than OTP. For e.g Data Storage period and so on.
No change, as per RFP
146 L&T General What all Payment methods does the WI-FI system needs to support other than Online Payment GW (Credit/Debit/netbanking).
No change, as per RFP
147 L&T Vol. 2, Page 8 of 119
RFP 3 - SITC and O&M for remaining ICT led Smart City Initiatives (IT Infrastructure & systems) along with active equipment (field as well as centralised) for City Network solution and establishment of City Operation Centre (Data Centre, Network Operation Centre, Viewing Centre, and Helpdesk), Command Control
As SITC of Wi-Fi Solution is part of RFP 2 scope, for complete onwership of wireless solution, please clarify if the access switches for Wi-Fi Access Points is also in RFP 2 scope. If yes, request you to provide the specifications.
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
Centre (Viewing Centre, Helpdesk), and Traffic Control Room.
148 Monarch technologies
2.2 Component 2: City Wi-Fi Scope of Work ; Page 28 under "General Attributes" : Volume II
Each wireless AP/array must be 802.11 a/b/g/n/ac 4x4:4 MIMO WAVE2 capable on 5GHz radio and 2x2:2 MIMO on 2.4GHz radio and be able to scale without adding additional controllers or user licenses.
Request to change the clause to " Each wireless AP/array must be 802.11 a/b/g/n/ac 3x3:3 MIMO WAVE2 capable on 5GHz radio and 3x3:3 MIMO on 2.4GHz radio and be able to scale without adding additional controllers or user licenses."
No change, as per RFP
149 Monarch technologies
2.2 Component 2: City Wi-Fi Scope of Work ; Page 28 under "General Attributes" : Volume II
Each wireless device (AP) must employ a future-proof modular architecture for upgradability to future standards.
Rquest you to please delete this clause No change, as per RFP
150 Monarch technologies
7.2 City Wi-Fi, a. Wi-Fi Access Point (Outdoor): - Page 66 Volume II
APO-TR-01 - Access Point radio should be minimum 4x4:4 Spatial Streams MU-MIMO capability
Request to change it to "Access Point radio should be minimum 3x3:3 Spatial Streams MU-MIMO capability"
No change, as per RFP
151 Monarch technologies
7.2 City Wi-Fi, a. Wi-Fi Access Point (Outdoor): - Page 66 Volume II
APO-TR-02 - Access point should support concurrent data rate of 1.7 Gbps in the 5 GHz band and 300 Mbps in the 2.4 GHz band
Request to change it to " APO-TR-02 - Access point should support concurrent data rate of 1.3 Gbps in the 5 GHz band and 300 Mbps in the 2.4 GHz band"
No change, as per RFP
152 Monarch technologies
7.2 City Wi-Fi, a. Wi-Fi Access Point (Outdoor): - Page 66 Volume II
APO-TR-07 - The Max transit power of the AP + Antenna should be as per WPC norms for indoor Access Points. OEM to give an undertaking letter stating that the AP will configured as per WPC guidelines for indoor AP and also submit the WPC certificate showing approval
request to chane the it to "The Max transit power of the AP + Antenna should be as per WPC norms for outdoor Access Points. OEM to give an undertaking letter stating that the AP will configured as per WPC guidelines for indoor AP and also submit the WPC certificate showing approval"
No change, as per RFP
153 Monarch technologies
7.2 City Wi-Fi, a. Wi-Fi Access Point (Outdoor): - Page 66 Volume II
APO-TR-08 - Access point should support Advanced Cellular Coexistence (ACC)
Rquest you to please delete this clause No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
154 Monarch technologies
7.2 City Wi-Fi, a. Wi-Fi Access Point (Outdoor): - Page 66 Volume II
APO-TR-13 - Access point should support spectrum analyzer remotely scans the 2.4-GHz and 5-GHz radio bands to identify sources of RF interference
request to chane this to "Access point should support spectrum intellegence remotely scans the 2.4-GHz and 5-GHz radio bands to identify sources of RF interference"
No change, as per RFP
155 Monarch technologies
7.2 City Wi-Fi, a. Wi-Fi Access Point (Outdoor): - Page 66 Volume II
APO-TR-15 - Access point should support IP reputation and security services to identify, classify, and block malicious files, URL and IPS and provide comprehensive protection against advanced online threats
Rquest you to please delete this clause No change, as per RFP
156 Monarch technologies
7.2 City Wi-Fi, a. Wi-Fi Access Point (Outdoor): - Page 67 Volume II
APO-TR-20 - The access point should be capable of performing security scanning and serving clients on the same radio. It should be also capable of performing spectrum analysis and security scanning using same radio
request to change it to "The access point should be capable of performing security scanning and serving clients on the same radio. It should be also capable of performing spectrum intellegence and security scanning using same radio
No change, as per RFP
157 Monarch technologies
7.2 City Wi-Fi, a. Wi-Fi Access Point (Outdoor): - Page 67 Volume II
APO-TR-22 - Access point should support 802.3af/at POE standard
Request to change it to "Access point should support 802.3af/at POE/PoE+/uPoE standard
Please refer corrigendum
158 Monarch technologies
7.2 City Wi-Fi, a. Wi-Fi Access Point (Outdoor): - Page 67 Volume II
APO-TR-23 - Access point should have console port
request to change it to "Access point should have console port with standard RJ-45 connector"
No change, as per RFP
159 Monarch technologies
7.2 City Wi-Fi, a. Wi-Fi Access Point (Outdoor): - Page 67 Volume II
APO-TR-31 -AP should have Kensington lock slot
Rquest you to please delete this clause Please refer corrigendum
160 Monarch technologies
7.2 City Wi-Fi, a. Wi-Fi Access Point (Outdoor): - Page 67 Volume II
APO-TR-33 - AP should have Shock and Vibration ETSI 300-19-2-4
request to change it to "AP should have Vibration ETSI 300-19-2-4/MIL-STD-810 or EN61000-4/4/5 for surge protection"
Please refer corrigendum
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
161 Monarch technologies
7.2 City Wi-Fi, a. Wi-Fi Access Point (Outdoor): - Page 67 Volume II
APO-TR-34 - AP should have CB Scheme Safety
Rquest you to please delete this clause Please refer corrigendum
162 Monarch technologies
7.2 City Wi-Fi, a. Wi-Fi Access Point (Outdoor): - Page 67 Volume II
APO-TR-35 - AP should have UL2043 plenum rating
Rquest you to please delete this clause Please refer corrigendum
163 Monarch technologies
7.2 City Wi-Fi, b. Wi-Fi Access Point (indoor): - Page 68 Volume II
API-TR-08 - Access point should support Advanced Cellular Coexistence (ACC)
Rquest you to please delete this clause No change, as per RFP
164 Monarch technologies
7.2 City Wi-Fi, b. Wi-Fi Access Point (indoor): - Page 68 Volume II
API-TR-09 - Access point should support Wireless mesh connections
Rquest you to please delete this clause No change, as per RFP
165 Monarch technologies
7.2 City Wi-Fi, b. Wi-Fi Access Point (indoor): - Page 68 Volume II
API-TR-12 - Access point should support spectrum analyser remotely scans the 2.4-GHz and 5-GHz radio bands to identify sources of RF interference
request to chane this to "Access point should support spectrum intellegence remotely scans the 2.4-GHz and 5-GHz radio bands to identify sources of RF interference"
No change, as per RFP
166 Monarch technologies
7.2 City Wi-Fi, b. Wi-Fi Access Point (indoor): - Page 68 Volume II
API-TR-14 - Access point should support IP reputation and security services to identify, classify, and block malicious files, URL and IPS and provide comprehensive protection against advanced online threats
Rquest you to please delete this clause No change, as per RFP
167 Monarch technologies
7.2 City Wi-Fi, b. Wi-Fi Access Point (indoor): - Page 68 Volume II
API-TR-19 - The access point should be capable of performing security scanning and serving clients on the same radio. It should be also capable of performing spectrum analysis and security scanning using same radio.
request to change it to "The access point should be capable of performing security scanning and serving clients on the same radio. It should be also capable of performing spectrum intellegence and security scanning using same radio"
No change, as per RFP
168 Monarch technologies
7.2 City Wi-Fi, b. Wi-Fi Access Point (indoor): - Page 68 Volume II
API-TR-23 - Access point should have console port
request to change it to "Access point should have console port with standard RJ-45 connector"
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
169 Monarch technologies
7.2 City Wi-Fi, b. Wi-Fi Access Point (indoor): - Page 69 Volume II
API-TR-29 - AP should support 0° C to +50° C Degree operating temperature
request to change it to" AP should support 0° C to +40° C Degree operating temperature"
No change, as per RFP
170 Monarch technologies
7.2 City Wi-Fi, b. Wi-Fi Access Point (indoor): - Page 69 Volume II
API-TR-30 - AP should have Kensington lock slot.
Rquest you to please delete this clause Please refer corrigendum
171 Monarch technologies
7.2 City Wi-Fi, b. Wi-Fi Access Point (indoor): - Page 69 Volume II
API-TR-31 - AP should have CB Scheme Safety Rquest you to please delete this clause Please refer corrigendum
172 Monarch technologies
7.2 City Wi-Fi, c. Wi-Fi Controller: - Page 69 Volume II
WC-TR-01 - Wireless solution should support minimum 2,000 Access Points on Single Appliance and should support minimum 10,000 Access Points when deployed in Cluster
request to change it to "Wireless solution should support minimum 5,000 Access Points on Single Appliance and should support minimum 10,000 Access Points when deployed in Cluster"
No change, as per RFP
173 Monarch technologies
7.2 City Wi-Fi, c. Wi-Fi Controller: - Page 69 Volume II
WC-TR-04 - Wireless solution should support full set of northbound APIs to enable deep visibility into the network.The northbound APIs should provide RF health metrics, app utilization, device type and user data in an easy to integrate format
Request to chane it to " Wireless solution should support full set of northbound APIs/SNMP MIBs to enable deep visibility into the network."
Please refer corrigendum
174 Monarch technologies
7.2 City Wi-Fi, c. Wi-Fi Controller: - Page 69 Volume II
WC-TR-05 - Wireless solution should have the ability to dynamically update individual service modules without requiring an entire system reboot
Rquest you to please delete this clause Please refer corrigendum
175 Monarch technologies
7.2 City Wi-Fi, c. Wi-Fi Controller: - Page 69 Volume II
WC-TR-10 - The wireless solution should be provided, configured and deployed in Active-Active (1:1) High Availability Mode
The wireless solution should be provided, configured and deployed in Active-Active (1:1)/Active-Standby High Availability Mode
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
176 Monarch technologies
New Addition
Solution Should provide a robust and capable RESTful API interface that can be used to programmatically apply the location of various assets, process analytics, manage beacons, add or delete notifications, and more.
Request to please add No change, as per RFP
177 Monarch technologies
Analytic System should provide Visitors, repeat visitors, dwell times, inside or outside the venue etc.
Request to please add No change, as per RFP
178 Monarch technologies
The system shall provide location Analytic service that provides real-time live analytic of demograhic information
Request to please add No change, as per RFP
179 Monarch technologies
The system shall have an ability to have an analytics solution that provides counts of number of WIFI devices detected in a specific custom defined zones
Request to please add No change, as per RFP
180 Monarch technologies
The system shall have an ability to create analytics zones in on premise analytics solutions
Request to please add No change, as per RFP
181 Monarch technologies
The system shall have an ability to schedule analytics reports that can be viewed by PDF
Request to please add No change, as per RFP
182 Fortinet APO-TR-04 AP should have 1 X 10/100/1000 Ge LAN port and One 1000BASE-X SFP Port
Change Request : AP should have 2 X 10/100/1000 Ge LAN port with link aggregation to allow data traffic on both ethernet ports to increase throughput and redundancy.
No change, as per RFP
183 Fortinet APO-TR-08 Access point should support Advanced Cellular Coexistence (ACC)
Change Request : Request to remove No change, as per RFP
184 Fortinet APO-TR-15
Access point should support IP reputation and security services to identify, classify, and block malicious files, URL and IPS and provide comprehensive protection against advanced online threats
Change Request : Reques to remove No change, as per RFP
185 Fortinet APO-TR-31 AP should have Kensington lock slot Change Request : " Request to remove " Please refer corrigendum
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
186 Fortinet APO-TR-32 AP should support Wind Survival Up to 160 Mph
Change Request : Access Point should support certified IP67 industrial grade protection. No third party casing will be accepted
Please refer corrigendum
187 Fortinet APO-TR-33 AP should have Shock and Vibration ETSI 300-19-2-4
Change request: Request to remove Please refer corrigendum
188 Fortinet API-TR-08 Access point should support Advanced Cellular Coexistence (ACC)
Change Request : Request to remove No change, as per RFP
189 Fortinet API-TR-14
Access point should support IP reputation and security services to identify, classify, and block malicious files, URL and IPS and provide comprehensive protection against advanced online threats
Change Request : Request to remove No change, as per RFP
190 Fortinet WC-TR-02
Wireless solution should support minimum 32,000 concurrent devices on Single Appliance and should support 1,60,000 concurrent devices when deployed in Cluster
Change Request : " Wireless solution should support minimum 30,000 concurrent devices on Single Appliance and should support 1,50,000 concurrent devices when deployed in Cluster "
No change, as per RFP
191 Fortinet WC-TR-04
Wireless solution should support full set of northbound APIs to enable deep visibility into the network. The northbound APIs should provide RF health metrics, app utilization, device type and user data in an easy to integrate format
Change Request : Request to remove Please refer corrigendum
192 Fortinet WC-TR-05 Wireless solution should have the ability to dynamically update individual service modules without requiring an entire system reboot
Change Request : Request to remove Please refer corrigendum
193 Fortinet WC-TR-08
Wireless solution should support CCMP/AES ,WEP 64- and 128-bit,TKIP,SSL and TLS,RC4 128-bit,RSA 1024-bit,RSA 2048-bit,L2TP/IPsec (RFC 3193), IPSec and PPTP (RFC 2637) Encryption protocols
Change Request : Wireless solution should support CCMP/AES ,WEP 64- and 128-bit,TKIP,SSL and TLS.
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
194 Fortinet WIP-TR-09
The WIPS solution should able to detect and prevent if a client use FATA-Jack 802.11 DoS tool (Available free on internet) and tries to disconnect other stations using spoofed authentication frames that contain an invalid authentication algorithm number
Change Request: Wips solution should able to detect if a client use FATA-jack 802.11 Dos tool(available free on internet) etc., and tries to disconnect other stations using spoofed authentication frames that contain a invalide authentication alogrithm number
No change, as per RFP
195 Fortinet WIP-TR-11
The WIPS solution should detect and protect if a client/tool try to flood an AP with 802.11 management frames like authenticate/associate frames which are designed to fill up the association table of an AP
Change Request: The wips soultion should detect if a client/tool try to floor on ap with 802.11 management frames like authenticate / associate frames which are designed to fill up the association table on a AP
No change, as per RFP
196 Fortinet WIP-TR-12
The WIPS solution should detect and protect if a client/tool keep on sending disassociation frames to the broadcast address (FF:FF:FF:FF:FF:FF) disconnect all stations on a network for a widespread DoS.
Change Request: The wips solution should detect if a client/tool keep on sending disassociation frames to the broadcast address (FF:FF:fF:ff:ff:Ff) disconnect all stations on a network for a widespread Dos
No change, as per RFP
197 Fortinet WIP-TR-14
The WIPS solution should detect and protect if a client/tool try de-authentication broadcast attempts to disconnect all clients in range rather than sending a spoofed deauth to a specific MAC address.
Change Request: The wips solution should detect if a client/tool try de-authentication broadcaset to disconnet all clients in range rather than sending a spoofed deauth to a specific MAC address
No change, as per RFP
198 Fortinet WIP-TR-16
When client radio is in sleep mode to save battery and AP then begins buffering traffic bound for that client until it indicates that it is awake. The WIPS solution should detect and protect if intruder try sending spoofed frames to the AP on behalf of the original client to trick the AP into believing the client is asleep to buffer the AP beyond limit.
Change Request : Request to Remove No change, as per RFP
199 Fortinet NMS-FR-08
System should automatically discover WLAN infrastructure devices and create visibility into wired infrastructure that connects Controllers and APs
Change Request : System should automatically / Manually discover WLAN infrastructure devices and create visibility into
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
wired infrastructure that connects Controllers and APs
200 Fortinet NMS-FR-12 Playback location history of individual users over the past day to aid in troubleshooting and recovery of lost devices
Change Request : Request to remove No change, as per RFP
201 Fortinet NMS-FR-18 System should be able to integrate with any existing NMS (wired or wireless), if provided by the Client
Change Request : Request to remove. No change, as per RFP
202 Fortinet NMS-FR-20 System should provide DHCP response times for every user. Aggregated DHCP response times for servers
Change Request : System should provide DHCP response times for every user.
No change, as per RFP
203 Fortinet NMS-FR-21 System should provide Authentication response times for every under. Aggregate Auth server response times per server
Changge Request : System should provide Authentication response times for every under.
No change, as per RFP
204 Fortinet NMS-FR-22 System should provide DNS response times for every user. Aggregated DNS response information per server
Change Request : Request to remove No change, as per RFP
205 Fortinet NMS-FR-23
System should provide client troubleshooting information including Association time, Authentication success/failure and time, DHCP time and DNS time
Change Request : System should provide client troubleshooting information including Association time, Authentication success/failure and time, DHCP time.
No change, as per RFP
206 Fortinet NMS-FR-27
NMS should support VLAN Management to view current VLAN configuration, VLAN topology, VLAN deployment, ACL Management to simplify definition and deployment of ACLs and perform ACL rule optimisation
Change Request : Request to remove No change, as per RFP
207 Fortinet AAA-TR-01 The Solution should support AAA, NAC, BYOD and/or Guest Access
Change Request : " The Solution should support AAA, BYOD and/or Guest Access
No change, as per RFP
208 Fortinet AAA-TR-02 The solution should support 25,000 endpoints for AAA and 25,000 device profiling from day 1
Change Request : " The solution should support 25,000 endpoints for AAA and 25,000 devices BYOD from day1 "
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
209 Fortinet AAA-TR-06
Ability to mix and match virtual and hardware appliances in one deployment and must be deployable in out-of-band model and support for clustering with 1:1 Active-Active redundancy model. Cluster must be Upgradeable from the GUI. A single pane, which upgrades all the nodes in a cluster. The solution should have policy Manager and license features into a single appliance or cluster
Change Request : "Ability to mix and match virtual and hardware appliances in one deployment and must be deployable in out-of-band model and support for clustering with 1:1 Active-Active redundancy model. Cluster must be Upgradeable from the GUI "
No change, as per RFP
210 Fortinet AAA-TR-11
Ability to take advantage of a phased implementation approach by starting with one element of access management (role based) and later incorporating added security measures (endpoint health)
Change Request : " Ability to take advantage of a phased implementation approach by starting with one element of access management (role based) and later incorporating other features "
No change, as per RFP
211 Fortinet • Data repository for user, device, transaction information
Change Request : " Request to remove " No change, as per RFP
212 Fortinet • Rich policies using identity, device, health, or conditional elements
change Request : " Request to remove " No change, as per RFP
213 Fortinet AAA-TR-14
The solution should support flexible licensing model based on required functionality (i.e. Profile, On board, Posture and/or Guest Access) whenever required
Change Request " The solution should support flexible licensing model based on required functionality (i.e. On board, Guest Access) whenever required
No change, as per RFP
214 Fortinet • LDAP browser for quick look-up of AD attributes Request to remove No change, as per RFP
215 Fortinet • Policy simulation engine for testing policy integrity
Request to remove No change, as per RFP
216 Fortinet AAA-TR-19
The solution should support incorporation of several contextual elements including identity, endpoint health, device, authentication method & types, and conditions such as location, time, day, etc.
Change Request : " The solution should support incorporation of several contextual elements including identity, device, authentication method & types, and conditions such as location, time, day, etc.
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to
Queries
217 Fortinet AAA-TR-25 The solution should support for Single Sign On (SAML 2.0) and Oauth for social logins with Facebook, Twitter, Google etc. from day one
Change Request : " The solution should support Oauth for social logins with Facebook, Twitter, Google etc. from day one "
No change, as per RFP
218 Fortinet AAA-TR-30
The solution should support SQL as authentication source from day one and should support HTTP enforcement (JSON, XML, HTTP payload) from day one
Change Request : " The solution should support SQL as authentication source from day one ".
No change, as per RFP
219 Fortinet AAA-TR-32 The solution should have Enhanced capabilities for endpoint compliance and control
Change Request : Request to remove No change, as per RFP
220 Fortinet AAA-TR-37 The Solution should support AAA, NAC, BYOD and/or Guest Access
Repeated line request to remove No change, as per RFP
221 Fortinet AAA-TR-38 The solution should support 25,000 endpoints for AAA and 25,000 device profiling from day 1
Repeated line request to remove No change, as per RFP
Kiosk Queries:
Sr. No. Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring
Clarification Points of Clarification Response to Queries
1 Micro Focus Volume 2 - Page 77 Estimated volume of users for the billing application
What is the expected volume of users for the mentioned billing application? And if the volume is significant then what is the Performance testing approach bidder should undertake in order to meet the SLA's for this application?
No change, as per RFP
2 Micro Focus Volume 2 - Page 87 - Section 7.3.3
Smart Kiosk Terminal application
What is the expected volume of users for the mentioned Smart Kiosk Terminal software application? And if the volume is significant then what is the Performance testing approach bidder should undertake
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
Sr. No. Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring
Clarification Points of Clarification Response to Queries
in order to meet the SLA's for this application?
3 Forbes
Technosys 14 /Smart Kiosk (IT Infra & Systems):
To establish a Mobile Service Delivery based digital platform for city dwellers to interact with the city administration on the move, engage with larger citizen group and get their participation and feedback around services delivery.
PCMC to confirm whether the kiosk will be installed inside the VAN which will be on the move in the city.
Kiosk shall be deployed in closed environment; typically inside the building
4 Forbes
Technosys 112/City Kiosk Scope of Work
City Kiosk is planned to be installed at various key locations in the city like government offices, bus stops, market places, tourist spots, key footfall areas etc. to ensure service delivery platform all across the city.
PCMC to confirm whether the kiosk will be installed in the Open enviornment or in a closed secured enviornment inside the government offices, bus stops, market places, tourist spots, key footfall areas etc.
Kiosk shall be deployed in closed environment; typically inside the building
5 Forbes
Technosys 114/City Kiosk Terminal Interfaces
Payments Interface
PCMC to confirm whether a EDC terminal will be provided by PCMC to integrate in a kiosk for credit/debit card payments or a separate Card reader and Pinpad needs to be integrated in a kiosk which requires application certifications to accept payments.
The same needs to be provisioned by the SI
6 Forbes
Technosys 114/City Kiosk Terminal Interfaces
Currency acceptor
PCMC to confirm whether a single note or a bunch (40 notes)type note acceptor is required for currency acceptance? PCMC to also confirm whether the notes
Cash deposited in a Kiosk to be collected in a separate box.
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
Sr. No. Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring
Clarification Points of Clarification Response to Queries
deposited in kiosk should be stacked in a stacker box or a free fall of notes in a collection box is acceptable?
7 Forbes
Technosys 114/City Kiosk Terminal Interfaces
Thermal printer: Printer to give out receipts related to transactions carried out. It is expected that the prints generated will be preserved by user for over a year in case the receipt is generated against payment of taxes.
Suggest PCMC to print receipts of transactions only on Thermal printer and Taxes payment to be printed on Lazer printer as the Thermal printing quality depends on the Thermal paper used and cannot lasts for a year.
No change, as per RFP
8 Forbes
Technosys 114/City Kiosk Terminal Interfaces
Phone Handset PCMC to confirm whether a PSTN handset phone is required?
Please refer corrigendum
9 Forbes
Technosys 113/Panic button
To enable citizen to connect with emergency services without having to remember number at time of emergency. An alarm would be generated to the CCC and operator can have a video conference call with the citizen.
PCMC team to share Backend Integration if available for connecting to Emergency Services. Does Vendor needs to share any Video confercing solution or Departmnet to have the same.
On pressing the panic button, Kiosk shall enable the video conferencing of the user with CCC/COC. SI to provision the same as part of Kiosk terminal
10 Forbes
Technosys 113/Camera
Camera is expected to serve two objectives: ● Enable two way video conferencing with emergency response team ● Act as a security deterrent to record users’ interaction with kiosk
Request more clarification on this point No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
Sr. No. Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring
Clarification Points of Clarification Response to Queries
11 Forbes
Technosys 114/Payments Interface
Interface to accept payments through credit card and debit card through kiosk. Wireless payments through NFC should also be supported
Paymnet Interface provision is scope of SI, Kiosk Vendor does not support for same.
Yes it is to be provisioned by the bidder; purchaser shall provide the payment gateway which needs to be integrated with the Kiosk by the SI
12 Forbes
Technosys 114/Currency acceptor
Interface to accept currency by means of kiosk. Kiosk is envisaged to accept only currency notes as per the prevalent denominations. It is expected to have features to detect fake currency notes as well.
What is the scope for fake note Detection? Kiosk machine should not accept any fake notes
13 Forbes
Technosys 115/City Kiosk Service Portfolio
Provision of Srveices as shared in Figure 6
PCMC / SI needs to share required API as well as interfaces to support required functions
SI is required to integrate various services with the Kiosk services; purchaser shall facilitate in providing APIs for its existing systems/applications.
14 Forbes
Technosys 165/KIO.REQ.007
The user-interface panel shall built-in capacitive touch screen for interactive purposes including but not limited to: • Maps and navigation services i.e. displaying routes across Pimpri Chinchwad. • Displaying of bus routes across Pimpri Chinchwad • Displaying of Ward
SI/ PCMC to share required Backend Details for integration for providing all such services in Kiosk.
The same shall be provided during the project implementation phase
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
Sr. No. Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring
Clarification Points of Clarification Response to Queries
Facilities across Pimpri Chinchwad • Integration with SARATHI • Integration with existing grievance portal of PCMC, State Govt. & Central Govt. • Environmental related information via integration with environmental sensors. • Places of attraction in Pimpri Chinchwad. • Places near me services which may include hotels, government offices, shops, tourist attraction, Wi-Fi Spots, Police Stations etc. • Information about the events organized at PCMC Auditorium & other places in PCMC • Integration with PCMC’s RTS services • Emergency contact numbers such as hospitals, police, fire, etc. • Integration with digital wallets, credit and debit cards for payments. • Integration with Smart City Card (in future) & PMPML MI Card
15 Forbes
Technosys 166/Smart Kiosk shall be upgradable through a
Remote upgrade How will be resposible for providing the server hardware for hosting central monitoring application
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
Sr. No. Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring
Clarification Points of Clarification Response to Queries
central system remotely over internet
16 Forbes
Technosys
170/It shall be possible to monitor critical parameters related to health of the kiosk device remotely
Remote Management Please elaborate on which parameters will be considered for monitoring.
No change, as per RFP
17 Sterlite Volume 2, Page112 Payment Gateway for Kiosk
Please confirm who would provide the payment gateway for kiosk.
SI shall be required to use the payment gateway of the purchaser
18 Sterlite
Volumne 2, Section 7.4,VMD.FR.001 Page 174
The system should be capable to display warnings, traffic advice,route guidance and emergency messages to motorists from the citizens in real time through central software or through Local.
Whether we need native Application Software or Web Based Application? Please confirm if live pushing of data is also required.
SI to integrate the proposed VMD system with purchaser's IoT platform to facilitate transmission of various messages to the VMD
19 Sterlite volume 2, Page 197 Outdoor Kiosk For outdoor location who will provide the shelter for outdoor kiosk.
Kiosk shall be deployed in closed environment; typically inside the building
20 BSNL 2.3.2.2 Smart Kiosk detailed site survey
Smart Kiosk Infrastructure Site Selection
Many indicative locations have been shown at transit locations, slum areas, Railway stations,private education instituites. Kindly requested to clarify about arrangement of space for site at such locations including rent charges if any along with charges of other utilities.
Purchaser shall provide the requisite space at no charge to the SI
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
Variable Message Display (VMD) Queries:
Sr. No.
Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to Queries
1. Extreme Media
7.4 Variable Message Display (VMD) VMD Technical Requirements: , page 93-95
VMD.REQ.001. Colour LED : Full Colour, class designation C2 as per IRC/EN 12966 standard
"EN 12966 is european standard certifiaction, where in the LED display is tested as per their enviromental consitions. Whereas Indian conditions varies as compared to European consitions. i. Thus Request you to consider BIS as a mandetory certification which is a Indian Government autority issuing certificate for the product which can be used in indian environmental conditioons, ii. CE,FCC can be optional, iii. Request you to change IP 65 (Front) and IP 54 (Back) for whole cabinet as a regulatory compliance, 6. Beam Width : To be removed 7. Luminance : To be removed 8. Contrast Ratio : To be removed "
No change, as per RFP
2. Extreme Media
VMD.REQ.005. Luminance Class/Ratio: L3 as per IRC/EN 12966 standards for daytime and night time condition
No change, as per RFP
3. Extreme Media
VMD.REQ.011. Beam Width : B6+ as per IRC/EN12966 standards
Please refer corrigendum
4. Extreme Media
VMD.REQ.012. Pixel Pitch : 10mm or better, At least 300mm as per IRC /EN 12966 standards
No change, as per RFP
5. Extreme Media
VMD.REQ.017. Viewing Angle : 140 degree/B6+ as per IRC/EN12966 standard- Viewing angle shall ensure message readability for motorists in all lanes of the approach road.
Please refer corrigendum
6. Extreme Media
VMD.REQ.045. Certifications : FCC,CE, RoHS, Display should be UL/ETL/CB certified
iWe also request to remove CB abd RoHS as BIS certifies the product, and CE and FCC can be optional
No change, as per RFP
7. 3M Vol 2 , 93 Beam Width : B6+ as per IRC/EN12966 standards
As there is no B6+ in EN12966. It should be B7. Please refer corrigendum
8. 3M Vol 2 , 94
Viewing Angle: 140 degree/B6+ as per IRC/EN12966 standard- Viewing angle shall ensure message readability for motorists in all lanes of the approach road.
As there is no B6+ in EN12966. It should be B7. Please refer corrigendum
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
Sr. No.
Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to Queries
9. 3M Vol 2 , 94 Multiple Data Communication interface/Port : RJ45 Ethernet, RS232, RS 485, FC port and any other suitable
Multiple Data Communication interface/Port : RJ45 Ethernet / RS232 / RS 485 / FC port or any other suitable
Please refer corrigendum
10. 3M Vol 2 , 99 VMD Board LED Cube (0.96 * 0.96 mtr) Please clarify what does LED cube refer to? Does it refer to the cabinet size of display size ?
Please refer corrigendum
11. 3M Vol 2 , 99 VMD Board LED Cube (0.96 * 0.96 mtr) Cube-1. All field associated accessories & systems VMD Board-1
The quantity mentioned is 1, but in the locations it the number of locations mentioned in Pg 36 is 60 Nos. Kindly clarify
Please refer corrigendum
12. 3M Additional Critical Point for Variable Message Display
Proof of Concept : Real time automated display of information is key aspect of VMS. This must be tested on ground during technical evaluation for compliance and acceptance of bid hence Proof of Concept (PoC)must be introduced in the technical evaluation of Variable Message Signages. PoC should demonstrate automated below listed live functionality without any manual data input- a. Traffic data i. Live Journey time ii. Live Congestion updates iii. Alternate route suggestion b. Live weather updates i. Temperature, Windspeed,Humidity c.Real time Air Quality data d. Emergency message system through android app e. Static messages i. Safety messages ii. Public messages f. Auto brightness and other features as per the RFP We recommend 3 days PoC to be added as part of technical evaluation and acceptance criteria for VMS.
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
Sr. No.
Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to Queries
13. 3M Additional Critical Point for Variable Message Display
should have UPS provisioning as per SLA requirements. The enclosure of UPS and battery should be floor mountable with IP 54 protected housing and lockable.
Please refer corrigendum
14. Sterlite
RFP PCMC, Volume - II Scope of Work and Requirement Specification,Section 7.4 Page 95 of 119:
VMD Technical Requirements: VMD.REQ.040 : Power Requirements : Inverter of adequate power capacity having 2 hours of back up shall be provided by the vendor to counter any power failure.
We recommend using UPS in place of "Inverter" Please refer corrigendum
15. Sterlite
RFP PCMC, Volume - II Scope of Work and Requirement Specification,Section 7.4 Page 95 of 119:
VMD Technical Requirements: VMD.REQ.042 : Components Requirement : Should include all related components. These components include the SNMP Manageable VMD controller with can be controlled from remote, LEDs, LED matrix boards, pixel arrangements showing horizontal and vertical pitch and total number of pixels, power supply (including surge Protection, inverter and back-up batteries), communication ports, cable termination, enclosure and mounting accessories.
We recommend using UPS in place of "Inverter" Please refer corrigendum
16. Ador Page No. 100 : VMD Board LED Cube (0.96 * 0.96 mtr)
Point No. 21 21. VMD Board LED Cube (0.96 * 0.96 mtr) Cube 1
Pitch is not mentioned. VMD size is mentioned but What Pitch they require
No change, as per RFP
17. Ador Page No - 94 Point No. VMD.REQ.034
Signal Input – DVI : Image Processor for Each LED Wall Display
DVI port is old one, now for Image processing we can use HDMI port and VGA port are used. Please elaborate what is expected from input DVI and output RJ45
Please refer corrigendum
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
Sr. No.
Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to Queries
18. Ador VMD.REQ.017 Page No. 94
Viewing angle: 140 degree/B6+ as per IRC/EN12966 standard- Viewing angle shall ensure message readability for motorists in all lanes of the approach road.
B6+ is sufficient remove 140* angle because in B6+ the viewing angle would be different.
Please refer corrigendum
19. Ador
VMD.REQ.009 & VMD.REQ.022 Page no 93 and 94
Minimum 800 Hz & Refresh Rate (Page No :93) Flicker & Refresh Frequency should not be less 90 Hz. No visible Flicker to naked eye. (Page No 94)
The refresh rates are different in both the points.So, Remove from one of the place.
Please refer corrigendum
20. Ador VMD.REQ.023 Page 94
Multiple Data Communication interface/Port : RJ45 Ethernet, RS232, RS 485, FC port and any other suitable
We suggest to retain RJ45 others ports are not required
Please refer corrigendum
21. Ador VMD.REQ.041 Page 94
Power Requirements: The enclosure for the inverter and battery should be pole mountable with IP65 protected housing and shall be lockable.
Should have UPS provisioning as per SLA requirements. The enclosure of UPS and battery should be floor mountable with IP 54 protected housing and lockable.
Please refer corrigendum
22. Techbean
Page No 93 Technical requirement VMD.REQ.001
Full Colour, class designation C2 as per IRC/EN 12966 standard
IRC/EN 12966 is European standard, not necessary for India
No change, as per RFP
23. Techbean VMD.REQ.005 L3 as per IRC/EN 12966 standards for daytime and night time condition
IRC/EN 12966 is European standard, not necessary for India
No change, as per RFP
24. Techbean VMD.REQ.011 B6+ as per IRC/EN12966 standards IRC/EN 12966 is European standard, not necessary for India
Please refer corrigendum
25. Techbean VMD.REQ.013 At least 300mm as per IRC /EN 12966 standards
IRC/EN 12966 is European standard, not necessary for India
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
Sr. No.
Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to Queries
26. Techbean VMD.REQ.015 Minimum 7500 NITs most OEM provide 5500 or more. For viewing in sunlight 5000 is also enough.
No change, as per RFP
27. Techbean VMD.REQ.016 Minimum 1200:1 or R3 as per IRC/EN 12966 standard
IRC/EN 12966 is European standard, not necessary for India
No change, as per RFP
28. Techbean VMD.REQ.017
140 degree/B6+ as per IRC/EN12966 standard- Viewing angle shall ensure message readability for motorists in all lanes of the approach road.
IRC/EN 12966 is European standard, not necessary for India
Please refer corrigendum
29. Techbean VMD.REQ.026 DIP Most OEM provide SMD as compared to DIP No change, as per RFP
30. Techbean VMD.REQ.029 1R/1G/1B Most OEM provide SMD as compared to DIP No change, as per RFP
31. Techbean VMD.REQ.045 FCC,CE, RoHS, Display should be UL/ETL/CB certified
Standard for most OEM & BIS is mandatory per govt regulation
No change, as per RFP
32. Techbean
Additionally Please add as below for ensuring a good solution is provided and support is available
LED Controller: Should be from the same OEM to ensure compatibility and smooth after sales service support as the LED display OEM and also the controller should be BIS certified
No change, as per RFP
33. Techbean
IP 54 box for housing the media player box, power distribution unit and other accessories - Should be provide with an AC and in In vendor’s scope
No change, as per RFP
34. Techbean OEM Presence: OEM should be directly presence in India with its registered office for at least 5 years from the date of the tender
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
Sr. No.
Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to Queries
35. Techbean
Performance Track Record: OEM should have at least 50 LED displays installed and running successfully for the last one year in one single network, controlled centrally with content published centrally
No change, as per RFP
36. Alpha Digital 174 Full color LED IRC/EN 12966 is European standard, not necessary for India
No change, as per RFP
37. Alpha Digital 174 Remove IRC/EN 12966 is European standard, not necessary for India
No change, as per RFP
38. Alpha Digital 174 Remove IRC/EN 12966 is European standard, not necessary for India
please refer corrigendum
39. Alpha Digital 174 Remove IRC/EN 12966 is European standard, not necessary for India
No change, as per RFP
40. Alpha Digital 175 >5500 NITS most OEM provide 5500 or more. For viewing in sunlight 5000 is also enough.
No change, as per RFP
41. Alpha Digital 175 Remove IRC/EN 12966 is European standard, not necessary for India
No change, as per RFP
42. Alpha Digital 175 Remove IRC/EN 12966 is European standard, not necessary for India
please refer corrigendum
43. Alpha Digital 175 SMD Most OEM provide SMD as compared to DIP No change, as per RFP
44. Alpha Digital 175 3in1 - SMD Most OEM provide SMD as compared to DIP No change, as per RFP
45. Alpha Digital 176 CL, CE, CB, FCC & BIS FCC,CE, RoHS or BIS, Display should be UL/ETL/CB certified
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
Sr. No.
Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to Queries
46. Alpha Digital
Additionally Please add as below for ensuring a good solution is provided and support is available
LED Controller: Should be from the same OEM to ensure compatibility and smooth after sales service support as the LED display OEM and also the controller should be BIS certified
No change, as per RFP
47. Alpha Digital
IP 54 box for housing the media player box, power distribution unit and other accessories - Should be provide with an AC and in In vendor’s scope
No change, as per RFP
48. Alpha Digital OEM Presence: OEM should be directly presence in India with its registered office for at least 5 years from the date of the tender
No change, as per RFP
49. Alpha Digital
Performance Track Record: OEM should have at least 50 LED displays installed and running successfully for the last one year in one single network, controlled centrally with content published centrally
No change, as per RFP
50. Delta WW
Page No 93 Technical requirement VMD.REQ.001
Full Colour, class designation C2 as per IRC/EN 12966 standard
IRC/EN 12966 is European standard, not necessary for India
No change, as per RFP
51. Delta WW VMD.REQ.005 L3 as per IRC/EN 12966 standards for daytime and night time condition
IRC/EN 12966 is European standard, not necessary for India
No change, as per RFP
52. Delta WW VMD.REQ.011 B6+ as per IRC/EN12966 standards IRC/EN 12966 is European standard, not necessary for India
Please refer corrigendum
53. Delta WW VMD.REQ.013 At least 300mm as per IRC /EN 12966 standards
IRC/EN 12966 is European standard, not necessary for India
No change, as per RFP
54. Delta WW VMD.REQ.015 Minimum 7500 NITs most OEM provide 5500 or more. For viewing in sunlight 5000 is also enough.
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
Sr. No.
Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to Queries
55. Delta WW VMD.REQ.016 Minimum 1200:1 or R3 as per IRC/EN 12966 standard
IRC/EN 12966 is European standard, not necessary for India
No change, as per RFP
56. Delta WW VMD.REQ.017
140 degree/B6+ as per IRC/EN12966 standard- Viewing angle shall ensure message readability for motorists in all lanes of the approach road.
IRC/EN 12966 is European standard, not necessary for India
Please refer corrigendum
57. Delta WW VMD.REQ.026 DIP Most OEM provide SMD as compared to DIP No change, as per RFP
58. Delta WW VMD.REQ.029 1R/1G/1B Most OEM provide SMD as compared to DIP No change, as per RFP
59. Delta WW VMD.REQ.045 FCC,CE, RoHS, Display should be UL/ETL/CB certified
Standard for most OEM & BIS is mandatory per govt regulation
No change, as per RFP
60. Delta WW
LED Controller: Should be from the same OEM to ensure compatibility and smooth after sales service support as the LED display OEM and also the controller should be BIS certified
No change, as per RFP
61. Delta WW
IP 54 box for housing the media player box, power distribution unit and other accessories - Should be provide with an AC and in In vendor’s scope
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
Sr. No.
Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to Queries
62. Delta WW
Performance Track Record: OEM should have at least 50 LED displays installed and running successfully for the last one year in one single network, controlled centrally with content published centrally
No change, as per RFP
63. Delta WW
OEM Presence: OEM should be directly presence in India with its registered office for at least 5 years from the date of the tender
No change, as per RFP
64. L&T LED DIP SMD No change, as per RFP
65. L&T Pixel Configuration 1R/1G/1B 3in1 - SMD No change, as per RFP
66. L&T Cabinet 10000/m2 remove No change, as per RFP
67. L&T Brightness 7000-7500 cd/m² (ensure excellent images) >5500 No change, as per RFP
68. L&T Color Temperature 6000K-95000 K 6500 K No change, as per RFP
69. Inspira Color 16 million colors 68 billion colors or more No change, as per RFP
70. Inspira Working Temperature
-10°C ~ 60°C -20 to 50 deg No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
Sr. No.
Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to Queries
71. Inspira Refresh rate <=1920 hertz 960Hz or higher No change, as per RFP
72. Inspira Ingress Protection IP 55- Cabinet IP 54 No change, as per RFP
73. Inspira IP 65- Front side. IP 65 No change, as per RFP
74. Inspira
Certification
Display should have certifications for CB, FCC, CE,
CL, CE, CB, FCC & BIS No change, as per RFP
75. Inspira RoHS, IP65 from front side and IP55 for whole cabinet as
Remove No change, as per RFP
76. Inspira a regulatory compliance. Remove No change, as per RFP
77. Inspira Beam Width B7 Remove No change, as per RFP
78. Inspira Luminance Luminance of L3 Remove No change, as per RFP
79. Inspira Contrast Ratio R3 Remove No change, as per RFP
80. Inspira Vol 2 , 93 Beam Width : B6+ as per IRC/EN12966 standards
There is no B6+ in EN12966. Please clarify. It should be B7.
Please refer corrigendum
81. Inspira Vol 2 , 94
Viewing Angle: 140 degree/B6+ as per IRC/EN12966 standard- Viewing angle shall ensure message readability for motorists in all lanes of the approach road.
There is no B6+ in EN12966. Please clarify. It should be B7.
Please refer corrigendum
82. Inspira Vol 2 , 94 Multiple Data Communication interface/Port : RJ45 Ethernet, RS232, RS 485, FC port and any other suitable
Please can we read as "Multiple Data Communication interface/Port : RJ45 Ethernet / RS232 / RS 485 / FC port or any other suitable".
Please refer corrigendum
83. Inspira Vol 2 , 99 VMD Board LED Cube (0.96 * 0.96 mtr) What does LED cube refer to?? Does it refer to the cabinet size of display size ?
Please refer corrigendum
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
Sr. No.
Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to Queries
84. Inspira Vol 2 , 99
VMD Board LED Cube (0.96 * 0.96 mtr) Cube-1 All field associated accessories & systems VMD Board-1
The quantity mentioned in 1. but in the locations it the number of locations mentioned in Pg 36 is 60 Nos. Kindly clarify
Please refer corrigendum
85. Inspira Vol 2 , 93 Beam Width : B6+ as per IRC/EN12966 standards
As there is no B6+ in EN12966. It should be B7. Please refer corrigendum
86. Inspira Vol 2 , 94
Viewing Angle: 140 degree/B6+ as per IRC/EN12966 standard- Viewing angle shall ensure message readability for motorists in all lanes of the approach road.
As there is no B6+ in EN12966. It should be B7. Please refer corrigendum
87. Inspira Vol 2 , 94 Multiple Data Communication interface/Port : RJ45 Ethernet, RS232, RS 485, FC port and any other suitable
Multiple Data Communication interface/Port : RJ45 Ethernet / RS232 / RS 485 / FC port or any other suitable
Please refer corrigendum
88. Inspira Vol 2 , 99 VMD Board LED Cube (0.96 * 0.96 mtr) Please clarify what does LED cube refer to? Does it refer to the cabinet size of display size ?
Please refer corrigendum
89. Inspira Vol 2 , 99
VMD Board LED Cube (0.96 * 0.96 mtr) Cube-1 All field associated accessories & systems VMD Board-1
The quantity mentioned is 1, but in the locations it the number of locations mentioned in Pg 36 is 60 Nos. Kindly clarify
Please refer corrigendum
90. Inspira
Additional Critical Point for Variable Message Display/Suggestion
VMD Board LED Cube (0.96 * 0.96 mtr) Cube-1 All field associated accessories & systems VMD Board-1
Proof of concept during the technical evaluvation will help the authorities to validate the complainces of the solutions in the RFP
Please refer corrigendum
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
Sr. No.
Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to Queries
91. Inspira Suggestion: Experience fo OEM
Experience: The OEM shall have an experience of 60+ boards installed, commissioned and connected to a command center in one smart city project. The OEM shall produce a declaration and a work completion certificate, duly signed by the SI/Competent Authority. Also OEM shall have executed projects and have live installations in at least 3 cities in India
Variable Message Signs is a critical component of the smart city, a previous experirnce in an equivalent big project will enhance the work in the PCMC smart city project
No change, as per RFP
92. Inspira Suggestion: Certification for OEM
The OEM for Variable Message Signs shall be ISO 9001: 2008 certified. The OEM shall have an in house R&D laboratory with sufficient technical staff to address to any technical requirement during implementation of the project.
Quality is of prime importance for the solutions provided by an OEM. Thus this certificatio at OEM level shall be provided
No change, as per RFP
93. Inspira Additional Critical Point for Variable Message Display
In the event of central server failure, each of the VMS boards should be individually capable of continuous & uninterrupted display of real time automated traffic & other information as per last configuration thereby ensuring continuous operation. VMS solution shall work in an automated fashion. No manual intervention shall be required for displaying the contextual, real-time information.
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
Pole Queries:
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to Queries
1 Indus Tower Scope of Work
Pole Infrastructure:- - Unipole with/without cantilever (800) - Unipole for VMD (50) - Gantry Poles (10)
The Pole infrastructure envisaged in the RFP can be converted to revenue generating infrastructure by replacing it with Smart Poles with Telecom Infrastructure. The same Smart Pole will serve the purpose for mounting CCTV Cameras, Public Wi-Fi, Traffic sensors, Iot devices, VMDs etc. within the city at various markets and traffic junctions fulfilling the objective as detailed in the RFP. We suggest PCSCL to consider Smart Poles, Public Wi-Fi & VMD as a single solution and be implemented on PPP model as a separate project by the concessionaire.
No change, as per RFP
2 Indus Tower
Page 38 2.5 Component 5: Pole Infrastructure Scope of Work
To lay the foundation of a Smart City, PCSCL intends to create uniform passive Pole Infrastructure in the city in a planned & structured manner, to avoid repeated digging and infrastructure laying work in the city.
We suggest to PCSCL that the pole infrastructure erected to mount the various smart elements such as access points/CCTV/Sensors etc. should not house any Telecom Components for establishing Telecom Infra. Also, the Bidder should not be allowed to monetize the Poles erected for Public Wi-Fi/VMD etc. under current project scope. Please clarify if our understanding is correct. Also, in contrary to above clarification we sincerely request PCSCL to take Telecom Infra + Smart Street Infra as a separate project on a concession model for a minimum period of 15-20 years . Further, installation of Telecom Infra require an IP 1 license as per DoT/TRAI directives and provisioning Public Wi-Fi services by an ISP and
No change, as per RFP
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to Queries
hence can only be implemented by firms/service provider's possessing such license.
3 Sterlite RFP Volume - II, Section-2.5.1, Page no.- 39,
Gantry structure across the road for mounting large Video Message Display (VMD) units and hoardings, mainly at the city exit/entry, highways etc.
Please mention the width of the Gantry to be considered across the road as the same is not specified in the "Section-7.5 b" page no. 97 of the RFP Volume-II.
Bidder to estimate the same at its end.
4 Sterlite RFP Volume - II, Section-7.5_a, Page no.- 95
General Pole with/without Cantilever Please specify the cantilever length for the genral pole with cantiliver.
Bidder to estimate the same at its end. Cantilever length shall be basis on the types of devices / sensors, which are planned to be installed for eg. General surveillance camera, lane specific camera, RLVD camera, other sensors etc.
5 Sterlite
RFP Volume - II, Sections- 7.5_POLE.REQ.002 & 7.5_POLE.REQ.003 Page No.-95
Hot dip galvanized pole with silver coating of 86 micron as per IS:2629 min 10 cm diameter pole and suitable bottom and top thick HT plate along with base plate size 30x30x15 cms suitable for wind speed 50m/sec with suitable arm bracket. & The pole would be fixed on an adequate and strong foundation so as to withstand city weather conditions and wind speed of 150km / hr. Foundation shall also be able to withstand load of cantilever as per the site requirements.
There is an ambiguity in wind speed to be considered-- As per the section "POLE.REQ.002" the wind speed given for structural design consideration is 50 m/s i.e 180 Kmph whereas as per the section "POLE.REQ.003" the wind speed to be considered is 150 Kmph. Please clarify about the wind speed to be taken for the design consideration.
Please refer corrigendum
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to Queries
6 Sterlite
RFP Volume - II, Section- 7.5_POLE.REQ.002, Page no.- 95
Hot dip galvanized pole with silver coating of 86 micron as per IS:2629 min 10 cm diameter pole and suitable bottom and top thick HT plate along with base plate size 30x30x15 cms suitable for wind speed 50m/sec with suitable arm bracket and with J type foundation bolts . Fabrication in accordance with IS 2713 (1980)
The Base plate thickness "15 cm", It seems the typo error. It should be 15mm instead of 15 cm.
Please refer corrigendum
7 Sterlite
RFP Volume - II, Sections- 7.5_POLE.REQ.001 & 7.5_POLE.REQ.008 Page No.-95&96
Shall be minimum 20ft (6.5mts) height as per NHAI norms. & The height of the pole shall be as per requirement of the location varying from 6.Mts to 12/15 Mts.
Please clarify about the minimum pole height to be considered among 6 mtr and 6.5 mtrs.
Please refer corrigendum
8 Sterlite
RFP Volume - II, Section- 7.5_POLE.REQ.008 Page No.-96
The height of the pole shall be as per requirement of the location varying from 6.Mts to 12/15 Mts.
Please specify about the 12Mtr. and 15Mtr. height Pole application and number of such poles required.
Please refer corrigendum
9 Sterlite RFP Volume - II, Section- 7.5_b Page No.-97
Gantry structure
Lightning arrestor and earthing requirement isn't mentioned in the specification. Please specify if lightning arrestor and earthing need to be considered with gantry structure.
Please refer corrigendum
10 Sterlite
RFP Volume - II, Section- 7.5_c Page No.-98
Unipole for VMD Please specify if lightning arrestor and earthing need to be considered with the VMD Pole.
Please refer corrigendum
11 L&T Vol 2 , 95 Shall be minimum 20ft (6.5mts) height as per NHAI norms
Minimum height is 5.5 mts as per norms. Please refer corrigendum
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to Queries
12 L&T Vol 2 , 95
Hot dip galvanized pole with silver coating of 86 and with J type foundation bolts . Fabrication in accordance with IS 2713 (1980) micron as per IS:2629 min 10 cm diameter pole and suitable bottom and top thick HT plate along with base plate size 30x30x15 cms suitable for wind speed 50m/sec with suitable arm bracket
Are Circular Poles with one coat of epoxy & two coats of PU paints accepted ? If galvanization is required then the polygonal pole will be provided. Is this accepted ?Kindly clarify. Baseplate size should be minimum 30X30X1.5 cms
Please refer corrigendum
13 L&T Vol 2 , 96 Sign board depicting the area under surveillance and with the serial number of the pole
Please elaboarate. What is the expected size and specification of sign board ?
Please refer corrigendum
14 L&T Vol 2 , 97
The minimum vertical clearance between the finished road surface and the bottom of the support structure/bottom of the VMD (whichever is lower) shall be 6.5 m as per NHAI guidelines
Minimum height is 5.5 mts as per norms. Please refer corrigendum
15 L&T Vol 2 , 98 Shall be approx. 20ft (6.5mts) height as per NHAI norms and site requirements
Minimum height is 5.5 mts as per norms. Please refer corrigendum
16 L&T Vol 2 , 98 IS3589 This code is for water & sewage pipes. This should be IS1161 for structural purpose
Please refer corrigendum
17 L&T Vol 2 , 98 Work platform dimension - 5000x3080x1100mm
Why is the platform dimension 5000*3080*1100mm when the size of the board is 4.8m *2.88m ? Kindly clarify Is the work platform placed at the front or back ?
Please refer corrigendum
18 L&T Vol 2 , 98 Paint : Shot Blasting + Zinc Phosphate primer +PU Paint
How many coats of primer or paint is required ? Is sand blasting acceptable ?
Bidder to estimate the same
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to Queries
19 L&T Vol 2 , 98
Foundation : The pole would be fixed on an adequate and strong foundation so as to withstand city weather conditions and wind speed of 150km / hr
What is the SBC ? No change, as per RFP
20 L&T Vol 2 , 98 Pole Design should be approved by structural Engineer appointed by PCSCL and must follow appropriate guidelines
Guidelines and list to be provided No change, as per RFP
21 L&T Page 39 CAT 6 Last Mile Connectivity Specification of CAT6 Cable and Components is missing.
Bidder to propose the same in line with the RFP requirements
22 L&T
If CAT6 Cable need to support PoE ++ Appliction, for Wifi and CCTV Camera, Pls confirm the wattage of the cable. Important Note: CAT6 PVC Cable will not support PoE++
Bidder to provision for CAT 6 cable as per the RFP requirements i.e. POE & POE +
23 L&T POLE.REQ.002 & b) Gantry Structure
Hot Dip Galvanized after Fabrication with Silver coating of 86 micron as per IS:2629; Fabrication in accordance with IS-2713 (1980)
1. IS:2629 code is applicable for Galvanizing recommended practice and not for coating thickness. We considered, HDG coating thickness is as per IS:4759 / ASTM A123 comply with minimum average coating 86 micron. 2. IS 2713 code is applicable for tubular steel poles for overhead power lines and not for tapered pole. Manufacturing and fabrication is as per Valmont's M-1 specifications.
Please refer corrigendum
24 L&T POLE.REQ.002 Base plate of size 30x30x15 cm The base plate thickness 15cm (150mm) mentioned in the specifications seems to be wrong/typo error, please check and confirm.
Please refer corrigendum
25 L&T POLE.REQ.002 Wind Speed 50mps As per IS 875_3 (2015) Pune falls under 39mps.Please clarify.
Please refer corrigendum
26 L&T POLE.REQ.003 Wind Speed 150 kmph As per IS 875_3 (2015) Pune falls under 39mps. Attcahed IS 875_3 (2015). Please clarify.
Please refer corrigendum
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to Queries
27 L&T POLE.REQ.001 / POLE.REQ.008
Pole Height - 6.5mtrs / 6 to 12/15mtrs Please see below NHAI guidelines. Please clarify exact minimal height.
Please refer corrigendum
28 L&T POLE.REQ.002 Min. 10 cm diameter pole
Pole shape would be Octagonal / Polygonal & Tapered section, Pole top & bottom diameters arrived as per design requirement. This is to provide sleek & aesthetic look & conforming to IS 875 & PLG 07 for CCTV / RLVD / ANPR Camera Poles. The Design Life to be provided shall be 25 years.
Please refer corrigendum
29 L&T POLE.REQ.007 Cantilever Is the Cantilever shall be self-sustaining structure on pole? Need any special dimention
As per site requirement
30 L&T Unipole POLE.REQ.003
Work Platform Dimension - 5000x3080x1100mm
Please clarify on the width of the platform. Please refer corrigendum
31 L&T Unipole POLE.REQ.003
Paint Galvanizing : ASTM A123/153 Painting : PU painting after Galvanizing
Bidder to estimate the same
32 Inspira Vol 2 , 95 Shall be minimum 20ft (6.5mts) height as per NHAI norms
Minimum height is 5.5 mts as per norms. Please refer corrigendum
33 Inspira Vol 2 , 95
Hot dip galvanized pole with silver coating of 86 and with J type foundation bolts . Fabrication in accordance with IS 2713 (1980) micron as per IS:2629 min 10 cm diameter pole and suitable bottom and top thick HT plate along with base plate size 30x30x15 cms suitable for wind speed 50m/sec with suitable arm bracket
Are Circular Poles with one coat of epoxy & two coats of PU paints accepted ? If galvanization is required then the polygonal pole will be provided. Is this accepted ?Kindly clarify. Baseplate size should be minimum 30X30X1.5 cms
Please refer corrigendum
34 Inspira Vol 2 , 96 Sign board depicting the area under surveillance and with the serial number of the pole
Please elaboarate. What is the expected size and specification of sign board ? Request implementation of Type XI grade sheeting for these signs
Please refer corrigendum
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to Queries
35 Inspira Vol 2 , 97
The minimum vertical clearance between the finished road surface and the bottom of the support structure/bottom of the VMD (whichever is lower) shall be 6.5 m as per NHAI guidelines
Minimum height is 5.5 mts as per norms. Please refer corrigendum
36 Inspira Vol 2 , 98 Shall be approx. 20ft (6.5mts) height as per NHAI norms and site requirements
Minimum height is 5.5 mts as per norms. Please refer corrigendum
37 Inspira Vol 2 , 98 IS3589 This code is for water & sewage pipes. This should be IS1161 for structural purpose
Please refer corrigendum
38 Inspira Vol 2 , 98 Work platform dimension - 5000x3080x1100mm
Please clarify why is the platform dimension 5000*3080*1100mm when the size of the board is 4.8m *2.88m ? Also whether the work platform is placed at the front or back ?
Please refer corrigendum
39 Inspira Vol 2 , 98 Paint : Shot Blasting + Zinc Phosphate primer + PU Paint
How many coats of primer or paint is required ? Is sand blasting acceptable ?
Bidder to estimate the same at its end
40 Inspira Vol 2 , 98
Foundation : The pole would be fixed on an adequate and strong foundation so as to withstand city weather conditions and wind speed of 150km / hr
What is the SBC ? No change, as per RFP
41 Inspira Vol 2 , 98 Pole Design should be approved by structural Engineer appointed by PCSCL and must follow appropriate guidelines
Guidelines and list to be provided No change, as per RFP
42 3M Vol 2 , 95 Shall be minimum 20ft (6.5mts) height as per NHAI norms
Minimum height is 5.5 mts as per norms. Please refer corrigendum
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to Queries
43 3M Vol 2 , 95
Hot dip galvanized pole with silver coating of 86 and with J type foundation bolts . Fabrication in accordance with IS 2713 (1980) micron as per IS:2629 min 10 cm diameter pole and suitable bottom and top thick HT plate along with base plate size 30x30x15 cms suitable for wind speed 50m/sec with suitable arm bracket
Are Circular Poles with one coat of epoxy & two coats of PU paints accepted ? If galvanization is required then the polygonal pole will be provided. Is this accepted ?Kindly clarify. Baseplate size should be minimum 30X30X1.5 cms
Please refer corrigendum
44 3M Vol 2 , 96 Sign board depicting the area under surveillance and with the serial number of the pole
Please elaboarate. What is the expected size and specification of sign board ?
Small Sign boards to capture following details: Pole Number, Pictures like surveillance, Wi-Fi, No Horn, Speed limits, etc.
45 3M Vol 2 , 97
The minimum vertical clearance between the finished road surface and the bottom of the support structure/bottom of the VMD (whichever is lower) shall be 6.5 m as per NHAI guidelines
Minimum height is 5.5 mts as per norms. Please refer corrigendum
46 3M Vol 2 , 98 Shall be approx. 20ft (6.5mts) height as per NHAI norms and site requirements
Minimum height is 5.5 mts as per norms. Please refer corrigendum
47 3M Vol 2 , 98 IS3589 This code is for water & sewage pipes. This should be IS1161 for structural purpose
Please refer corrigendum
48 3M Vol 2 , 98 Work platform dimension - 5000x3080x1100mm
Please clarify why is the platform dimension 5000*3080*1100mm when the size of the board is 4.8m *2.88m ? Also whether the work platform is placed at the front or back ?
Please refer corrigendum
49 3M Vol 2 , 98 Paint : Shot Blasting + Zinc Phosphate primer + PU Paint
How many coats of primer or paint is required ? Is sand blasting acceptable ?
Bidder to estimate the same
PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC,
Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]
SN Organization
RFP Document Reference (s)
(Page Number and Section Number)
Content of RFP Requiring Clarification
Points of Clarification Response to Queries
50 3M Vol 2 , 98
Foundation : The pole would be fixed on an adequate and strong foundation so as to withstand city weather conditions and wind speed of 150km / hr
What is the SBC ? No change, as per RFP
51 3M Vol 2 , 98 Pole Design should be approved by structural Engineer appointed by PCSCL and must follow appropriate guidelines
Guidelines and list to be provided As per the Industry Standard
52 Ador POLE.REQ.007 Page no. 96
Requirement : Cantilever should be fixed appropriately as per the requirement of the site and shall adhere with requisite guidelines.
Please provide more details No change, as per RFP
Sd/-
(Shravan Hardikar, IAS)
CEO & Director,
Pimpri Chinchwad Smart City Limited (PCSCL)