Request for Proposal for Selection of Master System Integrator for BharatNet Phase-II Project in the State of

Issued By:

Chhattisgarh Infotech Promotion Society

(CHiPS)

SDC Building, 02nd floor, Near Police Control Room, Civil Lines Raipur, Chhattisgarh– 492001 Fax:- 0771-4066205, Ph No. 0771-4014158 E-mail: [email protected], Website: www.chips.gov.in Selection of Master System Integrator for BharatNet Phase-II CHiPS

1. Disclaimer

Chhattisgarh infotech Promotion Society (CHiPS) intend to implement BharatNet Phase-II Project. This document has been prepared on the basis of available information in CHiPS and other publicly available documents which CHiPS believes to be reliable. The sole objective of this document (the Request for Proposal or the RFP) is to solicit Technical and financial bids from interested parties for taking part in the future process leading to Selection of Master System Integrator for BharatNet Phase-II in the State of Chhattisgarh. While this document has been prepared in good faith, no representation or warranty, express or implied, is or shall be made, and no responsibility or liability shall be accepted by CHiPS or any of their employees, consultants, advisors or agents as to or in relation to the accuracy or completeness of this document and any liability thereof is hereby expressly disclaimed. Interested Parties may carry out their own study/ analysis/ investigation as required before submitting their Technical and Commercial bids. This document does not constitute an offer or invitation, or solicitation of an offer, nor does this document or anything contained herein, shall form a basis of any agreement or commitment whatsoever. Some of the activities listed to be carried out by CHiPS subsequent to the receipt of the responses are indicative only. CHiPS has the right to continue with these activities, modify the sequence of activities, add new activities or remove some of the activities, as dictated by the best interests of CHiPS.

Page 2 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

2. Glossary of Terms

Abbreviation Description ABD As-Build Diagram BBNL Bharat Broadband Network Limited BG Bank Guarantee Bidder Sole Bidder or Lead Bidder representing and acting on behalf of the Consortium BoQ Bill of Quantity CHiPS Chhattisgarh infotech Promotion Society DD Demand Draft DoT Department of Telecommunication EMD Earnest Money Deposit FAT Final Acceptance Test FAT Factory Acceptance Test FDMS Fibre Distribution Management System GoI Government of GP Gram Panchayat HDPE High-Density Polyethylene LoI Letter of Intent MAF Manufacturer Authorization Form MoU Memorandum of Understanding MPLS Multiprotocol Label Switching MSI Master System Integrator NDA Non-Disclosure Agreement NIT Notice Inviting Tender NOC Network Operation Center O&M Operations & Maintenance OEM Original Equipment Manufacturer OFC Optical Fibre Cable OTDR Optical Time-Domain Reflectometer PBH Primary Business Hour PLB Permanently Lubricated PMA Preferential Market Access PoP Point of Presence RCC Reinforced Concrete Cement RF Radio Frequency RFP Request for Proposal RoW Right of Way SLA Service Level Agreement S-NOC State Network Operation Center SoR Schedule of Requirement TAC Type Approval Certificate TEC GR Telecommunication Engineering Center Generic Requirements TSEC Technical Specification Evaluation Certificate USOF Universal Service Obligation Fund VPN Virtual Private Network

Page 3 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

Abbreviation Description Wi-Fi Wireless Fidelity

Page 4 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

Table of Contents

1. Notice Inviting Tender ...... 10 2. Fact Sheet ...... 11

3. General ...... 13 3.1 About CHiPS ...... 13

3.2 About Chhattisgarh ...... 13 3.3 About BharatNet Phase-II ...... 14

3.4 Cluster Wise Division ...... 14 4. Instructions to the Bidders ...... 15

4.1 General ...... 15 4.2 Compliant Tenders/Completeness of Response ...... 15

4.3 Procedure for Submission of Bids ...... 16 4.4 Other Conditions of Bid Submission ...... 16

4.5 Cost to Bid...... 16 4.6 Contents of the RFP...... 17 4.7 Clarification on RFP ...... 17

4.8 Responses to Pre-Bid Queries and Issue of Corrigendum...... 17 4.9 Amendment of RFP ...... 17

4.10 Language of Bids ...... 17 4.11 Documents Comprising the Bids ...... 17

4.12 Procedure for Submission of Bids ...... 18 4.13 Bid Prices ...... 19 4.14 Firm Prices ...... 19 4.15 Discount...... 19

4.16 Bidder Qualification...... 19 4.17 Earnest Money Deposit (EMD)...... 20

4.18 Period of Validity of Bids ...... 21 4.19 Format and Signing of Bid ...... 21 4.20 Revelation of Prices ...... 21 4.21 Terms and Conditions of Bidders ...... 21

4.22 Consortium ...... 21 4.23 Change in composition of the Consortium ...... 21

4.24 Local Conditions ...... 21

Page 5 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

4.25 Last Date for Receipt of Bids ...... 22 4.26 Late Bids ...... 22

4.27 Modification and Withdrawal of Bids ...... 22 4.28 Contacting the Purchaser ...... 23

4.29 Opening of Technical Bids by Purchaser ...... 23 4.30 Purchaser's Right to Vary Scope of Contract ...... 23

4.31 Purchaser's Right to Accept Any Bid & to Reject Any or All Bids...... 23 4.32 Notification of Award ...... 23

4.33 Award of Contract ...... 23 4.34 Annulment & Re-award ...... 24 4.35 Placing of Work Order ...... 24 4.36 Tender Related Conditions ...... 24

4.37 Rejection Criteria...... 25 4.38 Performance Bank Guarantee...... 25

4.39 Fraud and Corrupt Practices ...... 26 4.40 Disqualification of the Bidder ...... 27

4.41 Verification and Disqualification ...... 27 5. General Conditions of the Contract ...... 29

5.1 Definitions ...... 29 5.2 Interpretations ...... 30

5.3 Expected To Examine All Instructions...... 31 5.4 All Costs ...... 31 5.5 Professional Excellence and Ethics ...... 31 5.6 Failure of Successful Bidder ...... 31

5.7 Amendment/Cancellation ...... 31 5.8 Right to accept or reject any or all Bids ...... 32

5.9 Conditional Bids ...... 32 5.10 Acceptance Testing ...... 32 5.11 Proprietary Rights ...... 32

5.12 Delays in performance of supplier’s obligation...... 32 5.13 Damages ...... 32 5.14 Applicable Law ...... 32 5.15 Notices...... 32

5.16 Taxes & Duties ...... 32

Page 6 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

5.17 Defence of Suits ...... 32 5.18 Conditions Precedent ...... 33

5.19 Representations & Warranties...... 33 5.20 Scope of Work ...... 34

5.21 Key Performance Measurements...... 35 5.22 Commencement and progress ...... 35

5.23 Standards of Performance ...... 35 5.24 Sub-contract ...... 35

5.25 Bidder’s Obligations ...... 35 5.26 MSI’s Personnel...... 40 5.27 Contract Administration ...... 40 5.28 Purchaser’s Right of Monitoring, Inspection and Periodic Audit ...... 41

5.29 Purchaser’s Obligations ...... 41 5.30 Intellectual Property Rights ...... 41

5.31 Record of Contract Documents ...... 42 5.32 Ownership and Retention of Documents ...... 42

5.33 Ownership of Equipment ...... 42 5.34 Indemnity ...... 42

5.35 Confidentiality...... 43 5.36 Taxes...... 43

5.37 Warranty...... 44 5.38 Term and Extension of the Contract ...... 44 5.39 Prices ...... 44 5.40 Change Orders/ Alteration/ Variation ...... 45

5.41 Suspension of Work ...... 47 5.42 Time is of Essence ...... 47

5.43 Completion of Contract ...... 47 5.44 Special Conditions of Contract ...... 47 5.45 Event of Default by the Bidder ...... 47

5.46 Consequences of Event of Default ...... 48 5.47 Termination ...... 48 5.48 Consequences of Termination ...... 49 5.49 Penalty ...... 50

5.50 Liquidated Damages ...... 50

Page 7 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

5.51 Dispute Resolution ...... 50 5.52 Insurance ...... 51

5.53 Transfer of Ownership ...... 52 5.54 Limitation of the Bidder’s (MSI) Liability towards the Purchaser ...... 52

5.55 Conflict of Interest ...... 52 5.56 Severance ...... 53

5.57 Governing Language ...... 53 5.58 “No Claim” Certificate ...... 53

5.59 Publicity ...... 54 5.60 Force Majeure ...... 54 5.61 General ...... 54 5.62 Exit Management Plan...... 56

5.63 IT Act 2008 ...... 57 5.64 Pre-Contract Integrity Pact ...... 57

6. Bid Evaluation ...... 58 6.1 Evaluation of Technical Bids ...... 58

6.2 Evaluation of Commercial Bids ...... 61 6.3 Final Bid Evaluation ...... 61

7. Scope of Work ...... 62 7.1 Project Background & Objectives ...... 62

7.2 Route Survey and ROW Clearance ...... 63 7.3 Network Design & Architecture ...... 64 7.4 Medium of Connectivity ...... 66 7.5 Project Stakeholders ...... 68

7.6 Chhattisgarh infotech Promotion Society (CHiPS)...... 68 7.7 Master System Integrator (MSI)...... 68

7.8 Project Phase I – Planning and Survey ...... 69 7.9 Project Phase II – Project Implementation Phase ...... 70 7.10 Project Phase III – Operations & Maintenance (O&M) Phase ...... 83

8. Payment Schedule ...... 90 9. Implementation Plan, Deliverables and Penalties ...... 92 10. Service Level Agreement ...... 96 10.1 Purpose...... 96

10.2 Service Level Agreements & Targets ...... 96

Page 8 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

10.3 General principles of Service Level Agreements ...... 96 10.4 Service Levels Monitoring ...... 96

10.5 Measurements & Targets ...... 97 10.6 Reporting Procedures...... 101

10.7 Issue Management Procedures...... 101 10.8 Service Level Change Control ...... 102

10.9 Exclusions ...... 104 11. Annexures...... 105

11.1 Annexure-1: Request for Clarifications/ Pre-bid queries ...... 105 11.2 Annexure-2: Implementation Priority List ...... 106 11.3 Annexure-3: Guidelines for E-Procurement ...... 109 11.4 Annexure-4: Technical Bid Cover Letter (Company Letter head) ...... 112

11.5 Annexure-5: Technical Bid Compliance Checklist...... 113 11.6 Annexure-6: Certificate for No Conflict of Interest Certificate (Company Letter head) ...... 116

11.7 Annexure-7: Format for Power of Attorney for Sole Bidder ...... 117 11.8 Annexure-8: Declaration Pro-forma (Company Letter head)...... 118

11.9 Annexure – 9: Form of Power Of Attorney for Consortium ...... 119 11.10 Annexure-10: Schedule of Requirements ...... 121

11.11 Annexure-11: Pre-Contract Integrity Pact ...... 123 11.12 Annexure-12: Consortium Deed...... 128

11.13 Annexure-13: Commercial Bid Cover Letter ...... 129 11.14 Annexure-14: Commercial Bid Format ...... 131 11.15 Annexure-15: Format for Performance Bank Guarantee ...... 148 11.16 Annexure-16: TEC-GR Nos for Technical Specifications ...... 150

11.17 Annexure-17: Technical Specifications – Minimum Requirement ...... 152 11.18 Annexure-18: Acceptance Test Procedure ...... 257

11.19 Annexure-19: Engineering Instructions for OFC Construction Practices ...... 274 11.20 Annexure-20: Radio Specifications...... 306 11.21 Annexure-21: Format for Manufacturer Authorization Letter ...... 312

11.22 Annexure-22: Non-Disclosure Agreement (NDA) ...... 314

Page 9 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

1. Notice Inviting Tender

Chhattisgarh infotech Promotion Society (CHiPS), having its Registered Office at SDC Building, 02nd Floor, Near Civil Lines Police Control Room, Raipur, Chhattisgarh– 492001, invites responses (“Proposals”/ “Bids”) to this Request for Proposal (“RFP”) from eligible Bidders to be appointed as Master System Integrator (MSI) for BharatNet Phase-II in the State of Chhattisgarh . Interested bidders are advised to study this RFP carefully before submitting their proposals in response to the RFP. Submission of a proposal in response to this RFP shall be deemed to have been done after careful study and examination of this document with full understanding of its terms, conditions and implications. Interested bidders may download the RFP from the website URL mentioned in the Fact Sheet. Any subsequent corrigenda/ clarifications shall also be made available on the website URL mentioned in the fact sheet. Proposals must be received not later than time and date mentioned in the Fact Sheet. Proposals that are received after the deadline WILL NOT be considered in this procurement process. To obtain first-hand information on the assignment, Bidders are encouraged to attend a pre-bid meeting. Attending the pre-bid meeting is optional.

Page 10 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

2. Fact Sheet

Item Description Tender Issued By Chhattisgarh infotech Promotion Society (CHiPS) Name of the Project Work Selection of Master System Integrator (MSI) for BharatNet Phase-II in the State of Chhattisgarh Tender Reference No. 05/CEO/CHiPS/MSI/BHARATNET/2018 Place of availability of Tender Documents https://eproc.cgstate.gov.in (RFP) https://www.chips.gov.in Tender Document Request for Proposal Date of Issue of Tender 31 /01/2018 Tender Type (Open/ Limited/ EOI/ Open Auction/ Single) Tender Category (Services/ Goods/ works) Goods & Services Type/ Form of Contract (Work/ Supply/ Supply/ Service/ Buy Auction/ Service/ Buy/ Empanelment/ Sell) Is Offline Submission Allowed (/No) No Withdrawal Allowed (Yes/ No) Yes (on or before the last date and time of bid submission) Bid Validity days 180 days Cost of Tender Document Rupees Twenty Five Thousand only (INR 25,000/-) To be paid by online through e-Procurement portal (https://eproc.cgstate.gov.in) Earnest Money Deposit (EMD) INR 50,00,00,000/- (Rupees Fifty Crores only) EMD may be submitted in the form of Bank Guarantee (BG) as per format mentioned in the RFP on stamp paper of value required under law duly signed by authorized representative of Bank: 1) Scan copy of BG should be uploaded in e-Procurement portal along with actual online bid submission. 2) Original copy of BG should be submitted to CHiPS office between 03:00 PM to 05:00 PM on the last date of bid submission Address to send Pre-bid Queries The Chief Executive Officer Office of CHiPS, SDC Building, 02nd floor, Near Police Control Room, Civil Lines, Raipur, Chhattisgarh–492001 Phone: 0771-4014158 FAX No. : 0771-4066205 Website: www.chips.gov.in Email: [email protected] Nature of Bid Process Two stage bidding in two envelopes Envelope/ File – I 1.1 EMD 1.2 Technical Bid Envelope/ File – II 2.1 Commercial Bid Method of Selection Lowest Cost (L1) Last Date for Submission of written queries 14/02/2018 by 03:00PM by bidders (Queries received in writing or email in the format as per Annexure-1, by last date for submission of queries shall be discussed during the pre-bid meeting)

Page 11 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

Item Description Date of Pre-Bid Meeting 19/02/2018 at 03:00 PM Place for Pre-bid Meeting CHiPS, SDC Building, 02nd floor, Near Police Control Room, Civil Lines, Raipur, Chhattisgarh–492001 Last date and time for Submission of Bids 08/03/2018 at 03:00 PM

Last date and time for Submission of Original copy of BG should be submitted to CHiPS office Original copy of BG for EMD between 03:00 PM to 05:00 PM on the last date of bid submission Opening of Technical Bid 08/03/2018 at 05:00 PM Opening of Commercial Bids To be informed later through e-Procurement Portal or mail and telephone (Bidder should furnish the mobile number and e-mail of one authorized representative) Address for Communication The Chief Executive Officer CHiPS, SDC Building, 02nd floor, Near Police Control Room, Civil Lines, Raipur, Chhattisgarh–492001

Phone: 0771-4014158 FAX No. : 0771-4066205 Website: www.chips.gov.in Email: [email protected]

Page 12 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

3. General

. About CHiPS CHiPS, a Registered Society promoted by the Government of Chhattisgarh, is the nodal agency and prime mover for propelling IT growth and implementation of IT plans in the State. The Hon’ble Chief Minister heads the High Powered Governing Council of CHiPS. It includes Minister for Finance & Commercial Taxes, Minister for Commerce & Industry, Minister for Education, and Minister for Panchayat & Rural Development, Chief Secretary, representative from the Ministry of Information Technology in Government of India and eminent persons from IT industry. CHiPS is involved as State Designated Agency (SDA) in NeGP MMP’s implementation of some mega IT Projects like CHOiCE, e-Procurement, SDC, SWAN, Wi-Fi, Digital Secretariat, SLCM, GIS and CSCs. A professional approach is being adopted for the implementation of IT Projects using the services of e-governance experts and consultants from corporate and academia. . About Chhattisgarh Chhattisgarh, a 21st century State, came into being on November 1, 2000. Good Governance is the highest priority in this Fast Track State. There is both policy stability as well as political stability. Government has been kept small and the State is in excellent fiscal health. Chhattisgarh is truly a land of opportunities. With all major minerals including diamonds in abundance, it is the richest State in mineral resources. There are mega industries in Steel, Aluminium and Cement. Chhattisgarh contributes substantially to the Human Resources of India. Several hundred students from the State qualify for admissions in prestigious academic institutions every year. Bhilai, the knowledge capital of the State, alone sends over 50 students to the elite Indian Institutes of Technology every year. It has large power surplus is attracting power-intensive industries, and the State is poised to become the power- hub of the nation. Its central location helps easy power transmission to any part of the country. 12% of India's forests are in Chhattisgarh, and 44% of the State's land is under forests. Identified as one of the richest bio- diversity habitats, the Green State of Chhattisgarh has the densest forests in India, rich wildlife, and above all, over 200 non- timber forest produces, with tremendous potential for value addition. One third of Chhattisgarh's population is of tribes, mostly in the thickly forested areas in the North and South. The central plains of Chhasgarh are known as the ―Rice Bowl‖ of Central India. Female literacy has doubled in the last decade, and male literacy is higher than India's average. Gender ratio is next only to Kerala. Bastar is known the world over for its unique and distinctive tribal heritage. The Bastar Dashera is the traditional celebration of the gaiety of tribal. Many virgin, unexplored tourism destinations are there is all the parts of Chhattisgarh. Chhattisgarh is the 29th state of India, formed on 1 November, 2001. With an area of 135,194 sq. km (52,199 sq. miles), it is the 10th largest state in India by area and with a population of around 25.541 million, Chhattisgarh is the 17th most-populated state in the country. Chhattisgarh is a resource-rich state; it is a source of electricity and steel for the country, accounting for 15% of the total steel produced in India. The recorded forest area in the state is 59,722 sq.km which is around 44.21% of its geographical coverage. Some of the key demographic and IT indicators for the State of Chhattisgarh have been summarized below:

Indicator (Demographic/ IT) Chhattisgarh India Total population (Cr.) 2.6 121.0 Decadal growth (%) 22.60 17.70 Literacy (%) 71.04 74.04 Male Literacy (%) 81.45 82.14 Female Literacy (%) 60.59 65.46

Page 13 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

Indicator (Demographic/ IT) Chhattisgarh India Overall Tele-density (%) 61.61 84.09 Internet Penetration (%) 1.2 3.1 CHiPS shall be the primary body for the implementation of Chhattisgarh BharatNet Phase II project. It shall execute end-to-end connectivity in the State of Chhattisgarh as mentioned in the detailed scope of work as per section 7. . About BharatNet Phase-II The Government of Chhattisgarh intends to setup an Optical Fibre Cable Network from the Block Head Quarters to Gram Panchayats to provide high speed broadband connectivity by connecting the 85 Blocks, 5987 Gram Panchayats across the State. The proposed network architecture for BharatNet Phase-II project follows ring architecture with Internet Protocol – Multi Protocol Label Switching (IP-MPLS) technology. The network shall be leveraged to deliver scalable bandwidth to households, institutions and enterprises. It is planned to have an IP-MPLS ring at GP level with provisioning of 6 dedicated core of fibre as mandated by Government of India. The implementation of project shall be done by the Master System Integrator (MSI) selected through this tender. The scope of work for the MSI shall include Design, Supply, Installation, Integration, Testing and Commissioning of Underground OFC through IP-MPLS Network, Radio and setting up of State Network Operations Centre (S- NOC) including Operations & Maintenance and service provisioning of the created network for 8 years. . Cluster Wise Division The project shall be implemented in the clustered approach covering the prioritized districts, basis the potential uptake of services. These clusters are as follows: The priority for implementation to be taken up in the following order; 1. Clusters C, 2. Cluster D, 3. Cluster A & 4. Cluster B. Fibre shall be laid as per Annexure-2. However, the priority for implementation may change basis on actual route survey & planning exercise carried out by the agency appointed by CHiPS.

Cluster A Cluster B Cluster C Cluster D Balod Bilaspur Bastar Jashpur Balodabazar Janjgir – Bijapur Koriya Champa Bemetara Korba Dantewada Surajpur Dhamtari Mungeli Kondagaon Surguja Durg Raigarh Narayanpur ---- Gariabandh ---- Sukma ---- Kabirdham ---- Kanker ---- Mahasamund ------Raipur ------ ------

Page 14 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

4. Instructions to the Bidders

. General 4.1.1 While every effort has been made to provide comprehensive and accurate background Information, requirements and specifications, Bidders must form their own conclusions about the services required. Bidders and recipients of this TENDER may wish to consult their own legal advisers in relation to this TENDER. 4.1.2 All information supplied by Bidders may be treated as contractually binding on the Bidders, on successful award of the assignment by the CHiPS on the basis of this TENDER. 4.1.3 No commitment of any kind, contractual or otherwise shall exist unless and until a formal written contract has been executed by or on behalf of the CHiPS. Any notification of preferred bidder status by the CHiPS shall not give rise to any enforceable rights by the Bidder. CHiPS may cancel this public procurement at any time prior to a formal written contract being executed by or on behalf of the CHiPS. 4.1.4 This TENDER supersedes and replaces any previous public documentation & Communications, and Bidders should place no reliance on such communications. 4.1.5 Please refer Annexure-3 for e-procurement guidelines. . Compliant Tenders/Completeness of Response 4.2.1 Bidders are advised to study all instructions, forms, terms, requirements, appendices and other information in the TENDER documents carefully. Online submission of the bid/ proposal shall be deemed to have been done after careful study and examination of the TENDER document with full understanding of its implications 4.2.2 Prior to evaluation of Bids, CHiPS shall determine whether each Bid is responsive to the requirements of this RFP. A Bid shall be considered responsive if: a) it is received as per the relevant format set out under this RFP.; b) it is received by the Bid Due Date including any extension thereof pursuant to the terms of this RFP; c) it is accompanied by the EMD as specified in Clause 4.17; d) it is accompanied by the power(s) of attorney or board resolution as relevant to a Sole / Lead Bidder of a Consortium (as may the case be) as per the terms of this RFP; e) it contains all the information (complete in all respects) as requested in this RFP and/or Bidding Documents (in formats same as those specified); f) it does not contain any condition or qualification limiting or affecting the manner or substance of performance of obligations of the Bidder under this RFP, unless specifically required as per the terms of this RFP; g) if a Bidder imposes conditions, which is in addition to or in conflict with the conditions mentioned herein, its Bid shall be liable to be summarily rejected. In any case none of such conditions will be deemed to have been accepted unless specifically mentioned in the LOA of the Bid issued by CHiPS; h) It does not contain any suppression of information or facts as required to be furnished by the Bidder under this RFP or as may be relevant to be furnished by the Bidder in relation to the Project; i) It does not comprise any incomplete information, subjective / conditional / contingent /

Page 15 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

partial offers; j) is valid for a period of 180 (one hundred and eighty days); and k) It is not non-responsive as per any other terms of this RFP. 4.2.3 CHiPS reserves the right to reject any Bid which is non-responsive and no request for alteration, modification, substitution or withdrawal shall be entertained by CHiPS in respect of such Bid. Provided, however, that CHiPS may, in its discretion, allow the Bidder to rectify any infirmities or omissions if the same do not constitute a material modification of the Bid, subject to its written approval and confirmation in this regard. 4.2.4 Failure to comply with the requirements of this paragraph may render the Proposal non-compliant and the Proposal may be rejected. Bidders must: • Comply with all requirements asset out within this TENDER. • Include all supporting documentations specified in this TENDER . Procedure for Submission of Bids 4.3.1 Bids (Technical bid & Commercial bid) shall be submitted online on website https://eproc.cgstate.gov.in 4.3.2 The participating Bidders in the tender should register themselves on e-procurement portal. 4.3.3 The Bidders can login to e-procurement portal in secure mode only by signing through the Digital certificates. 4.3.4 The Bidders should scan and upload the respective documentary evidence as mentioned in Eligibility Criteria. 4.3.5 The bidders shall sign on all the statements, documents, certificates uploaded by them, owning responsibility for their correctness/authenticity. 4.3.6 The rates should be filled online as well as share as per the commercial bid format (Annexure – 14) . Other Conditions of Bid Submission 4.4.1 After uploading the documents online, Bank Guarantee in original towards the EMD shall be submitted by the bidder in sealed envelope to the CHiPS office as per date & time mentioned in the fact sheet. The cover thus prepared should also clearly indicate the name, address, telephone number, E-mail ID and fax number of the Bidder to enable the Bid to be returned unopened in case it is declared "Late". 4.4.2 Failure to furnish original copy of Bank Guarantee in respect of EMD shall result in rejection of the bid. CHiPS shall not be liable for postal delay. Similarly, if any of the certificates, documents, etc., uploaded by the Bidder online are found to be false/fabricated/bogus, the Bidder shall be disqualified, blacklisted and action shall be initiated as deemed fit and the Bid Security shall be forfeited. 4.4.3 CHiPS shall not hold any risk and responsibility regarding non-clarity / non-legibility of the scanned and uploaded documents. 4.4.4 The documents that are uploaded online on the portal shall only be considered for Evaluation of bids. 4.4.5 In-case of any discrepancy found between the documents submitted online and as hardcopy to CHiPS as part of the bid response, the documents submitted online shall be considered for evaluation. . Cost to Bid 4.5.1 The Bidder shall bear all costs associated with the preparation and submission of its bid, including cost of presentation for the purposes of clarification of the bid, if so desired by the CHiPS. CHiPS

Page 16 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the Tendering process. . Contents of the RFP 4.6.1 The Bidder is expected to examine all Sections, Annexures & corrigendum’s in the RFP and furnish all information as stipulated therein . Clarification on RFP 4.7.1 A prospective Bidder requiring any clarification on the RFP may submit queries, in writing, at the Purchaser's mailing address and email ID mentioned in Section 2 – Fact Sheet. Queries must be submitted in the format mentioned in Annexure-1. 4.7.2 The Purchaser shall not respond to any queries not adhering as per the format mentioned in Annexure-1. 4.7.3 All queries on the RFP should be received in Spreadsheet format (.xls) only on or before the last date as mentioned by the Purchaser in Section 2 – Fact Sheet. . Responses to Pre-Bid Queries and Issue of Corrigendum 4.8.1 CHiPS at its sole discretion may provide response to the queries. However, CHiPS makes no representation or warranty as to the completeness or accuracy of any response made in good faith, nor does CHiPS undertake to answer all the queries that have been posed by the bidders. 4.8.2 At any time prior to the last date for receipt of bids, CHiPS may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, modify the TENDER Document by a corrigendum. 4.8.3 The Corrigendum (if any) & clarifications to the queries from all bidders will be posted on the CHiPS website www.chips.gov.in and CG-e-procurement portal https://eproc.cgstate.gov.in. 4.8.4 Any such corrigendum shall be deemed to be incorporated into this tender. 4.8.5 In order to provide prospective bidders reasonable time for taking the corrigendum into account, CHiPS may, at its discretion, extend the last date for the receipt of bids. 4.8.6 Verbal clarifications and information given by CHiPS or its employees or representatives shall not in any way or manner be binding on CHiPS. . Amendment of RFP 4.9.1 At any time prior to the last date for receipt of bids, the purchaser, may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, modify the RFP by an amendment. The amendment shall be notified on CHiPS website www.chips.gov.in and CG-e-procurement portal https://eproc.cgstate.gov.in and should be taken into consideration by the prospective agencies while preparing their bids. 4.9.2 In order to provide prospective Bidders reasonable time to take the amendment into account to prepare their bids, the Purchaser may, at its discretion, extend the last date for the receipt of bids . Language of Bids 4.10.1 The Bids prepared by the Bidder, all correspondence and documents relating to the bids exchanged by the Bidder and the Purchaser, shall be written in English language, provided that any printed literature furnished by the Bidder may be written in another language so long the same is accompanied by an English translation in which case, for purposes of interpretation of the bid, the English translation shall govern . Documents Comprising the Bids 4.11.1 The bid prepared by the Bidder shall comprise of the following components: 4.11.2 Technical Bid - The Technical bid shall comprise of the following:

Page 17 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

• EMD in the form of Refundable & Irrevocable Bank Guarantee • Annexure-4: Technical Bid Cover Letter (Company Letter head) • Annexure-5: Technical Bid Compliance Checklist with all supporting documents required for eligibility • Annexure-6: Certificate for No Conflict of Interest • Annexure-7: Power of Attorney executed in favour of the Authorized Signatory OR Board Resolution in grating the requisite authority in favour of the person granting power of attorney to the authorised signatory • Annexure-8: Declaration Pro-forma • Annexure-9: Power of Attorney for Consortium (in case of consortium) • Annexure-10: Schedule of Requirements • Annexure-11: Pre-Contract Integrity Pact • Annexure-12: Consortium Deed (in case of consortium)

4.11.3 Commercial Bid - The Commercial Bid shall comprise of the following: • Annexure-13: Commercial Bid Cover Letter (Company Letter head) • Annexure-14: Commercial Bid Format . Procedure for Submission of Bids 4.12.1 The bid prepared by the Bidder shall comprise of the following cover (to be uploaded at e- procurement portal as individual files): 4.12.2 Envelope / File - I (Technical Bid) • Envelope / File – I: shall comprise of all the documents (in PDF format): o Scanned copy of EMD in the form of ‘Refundable & Irrevocable Bank Guarantee’ o Documents mentioned in Clause 4.11.1 • Bidder shall upload these documents on or before the last date of bid submission as mentioned in Section 2 – Fact Sheet • Bidder shall submit original copy of EMD in the form of Refundable & Irrevocable Bank Guarantee’, on or before the last date of bid submission as mentioned in Section 2 – Fact Sheet. The address of CHiPS, name and address of the bidder and the Tender Reference Number shall be marked on the envelope. The envelope shall also be marked with a sentence “NOT TO BE OPENED BEFORE the Date and Time of Bid Opening”. If the envelope is not marked as specified above, CHiPS shall not assume any responsibility for its misplacement, pre-mature opening etc. 4.12.3 Envelope / File - II (Commercial Bid) • Envelope / File - II shall comprise of all the documents (in PDF format) mentioned in Clause 4.11.3 and uploaded on the e-proc portal • All prices under the Commercial Bid should be in Indian National Rupee (INR) and should comply with all the rules and regulation of RBI, and the relevant Government instrumentality at their own cost. In the event of any discrepancy between the Commercial Bid quoted in words and in figures, words shall prevail. • CHiPS may at its sole discretion and in accordance with the terms of this RFP, declare the Bidder quoting the lowest Price Bid as the lowest bidder (“L1 Bidder”). CHiPS shall not be responsible for any erroneous calculation of Taxes. Any upward/downward revision of GST shall be applicable at the time of invoicing. However, to arrive at the bid value of the respective Bid, Bidder has to quote the charges inclusive of all taxes, duties, levies etc. excluding GST. The Commercial Bid shall be inclusive of all freight, forwarding, transit insurance and installation charges.

Page 18 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

• CHiPS shall reserve the right to negotiate with the L1 Bidder for further reduction of the price. • The price quoted by the bidder excluding GST as per the commercial format shall be considered for deciding the L1 price • In the event of any difference between figures and words, the amount indicated in words in the Price Bid shall be taken into account. Note: Prices should not be indicated/ mentioned in the Technical Bid but should only be mentioned in the Commercial Bid. 4.12.4 The Bidder shall submit only one (1) bid in response to the RFP. If the Bidder submits more than one bid, it shall lead to disqualification of bidder and shall also cause the rejection of all the bids which such Bidder has submitted. . Bid Prices 4.13.1 The Bidder shall indicate in the format prescribed, the unit rates and total Bid Price of the equipment / services, it proposes to provide under the Contract. Prices shall be filled online as per template provided on e-procurement portal (indicative BOM and relative calculations are in Annexure-14: Commercial Bid Format) 4.13.2 In absence of information requested in above Clause, a bid may be considered incomplete and be summarily rejected 4.13.3 The Bidder shall prepare the bid based on details provided in the RFP. It must be clearly understood that the Scope of Work is intended to give the Bidder an idea about the order and magnitude of the work and is not in any way exhaustive and guaranteed by the Purchaser. The Bidder shall carry out all the tasks in accordance with the requirement of the RFP and it shall be the responsibility of the Bidder to fully meet all the requirements of the RFP. . Firm Prices 4.14.1 Prices quoted in the bid must be firm and final and shall not be subject to any upward modifications, on any account whatsoever. However, the Purchaser reserves the right to negotiate the prices quoted by the MSI to effect downward modification. The Bid Prices shall be indicated in Indian Rupees (INR) only. 4.14.2 The Commercial bid should clearly indicate the price to be charged and the applicable Taxes as per actuals. It is mandatory that such charges wherever applicable/ payable should be indicated separately. However, should there be a change in the upward or downward revision in GST, the same may apply. . Discount 4.15.1 The Bidders are advised not to indicate any separate discount in the Commercial Bid. Discount, if any, should be merged with the quoted prices. Discount of any type, indicated separately, shall not be taken into account for evaluation purpose. However, in the event of such an offer is found to be the lowest without taking into account the discount, the Purchaser shall avail such discount at the time of award of Contract. . Bidder Qualification 4.16.1 The "Bidder" as used in the RFP shall mean the one who has signed the Tender Form. The Bidder may be either the Principal Officer or his duly Authorized Representative, in either cases he/ she shall submit a certificate of authority. All certificates and documents (including any clarifications sought and any subsequent correspondences) received hereby, shall be furnished and signed by the authorized representative and the Principal Officer.

Page 19 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

4.16.2 It is further clarified that the individual signing the tender or other documents in connection with the tender must certify whether he/ she signs as the Constituted attorney of the firm, or a company 4.16.3 The authorization shall be indicated by written Power-of-Attorney accompanying the bid 4.16.4 The power or authorization and any other document consisting of adequate proof of the ability of the signatory to bind the Bidder shall be annexed to the bid 4.16.5 Any change in the Principal Officer or his duly Authorized Representative shall be intimated to CHiPS in advance . Earnest Money Deposit (EMD) 4.17.1 The Bidder shall furnish, as part of its bid, an Earnest Money Deposit (EMD) of the amount mentioned in the Section 2 – Fact Sheet 4.17.2 The EMD is required to protect the Purchaser against the risk of Bidder’s conduct which would warrant the security's forfeiture, pursuant to Section 7 – Scope of Work 4.17.3 The EMD must be submitted, by Bank Guarantee of any Scheduled Commercial Bank/ Nationalized Bank drawn in favour of CHiPS, payable at Raipur. 4.17.4 The EMD of unsuccessful bidders shall be discharged/ returned within 60 days of award of Contract to the successful Bidder. 4.17.5 The EMD of successful bidder shall be discharged/returned upon the bidder executing the Contract, pursuant to Clause 4.33: Award of Contract and furnishing the Bank Guarantee/Security Deposit, pursuant to Clause 4.38: Performance Bank Guarantee. 4.17.6 CHiPS may, in its sole discretion and at the Successful Bidder’s option, adjust the amount of EMD in the amount of PBG to be provided by him in accordance with the provisions of the Agreement. 4.17.7 CHiPS shall be entitled to forfeit and appropriate the EMD as damages inter alia in any of the events specified in Clause 4.17.8 and Clause 4.17.10 herein. The Bidder, by submitting its Bid pursuant to this RFP, shall be deemed to have acknowledged and confirmed that CHiPS will suffer loss and Damages on account of withdrawal of its Bid or for any other default by the Bidder during the period of validity of the Bid as specified in this RFP. No relaxation of any kind on EMD shall be given to any Bidder. 4.17.8 The EMD shall be forfeited as Damages without prejudice to any other right or remedy that may be available to CHiPS under the Bidding Documents and/ or under the Agreement, or otherwise, if: a. Bidder submits a non-responsive Bid; b. Bidder engages in a corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice as specified in Clause 4.39 of this RFP; c. Bidder withdraws its Bid during the period of Bid validity as specified in this RFP and as extended by mutual consent of the respective Bidder(s) and CHiPS; and d. the Successful Bidder fails within the specified time limit:

• to sign and return the duplicate copy of LOA; or • to execute the Agreement; or • to furnish the PBG within the period prescribed therefore in the Agreement. e. the Successful Bidder, having executed the Agreement, commits any breach thereof prior to furnishing the PBG. 4.17.9 No interest shall be paid by the Purchaser on the EMD 4.17.10 The EMD may be forfeited:

Page 20 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

a. if a Bidder withdraws its bid during the period of bid validity specified by the Bidder in the Bid; or b. in the case of a successful Bidder, if the Bidder fails;

• to sign the Contract in accordance with Clause 4.33 : Award of Contract; or • to furnish Performance Bank Guarantee in accordance with Clause 4.38: Performance Bank Guarantee . Period of Validity of Bids 4.18.1 Bids shall have validity period as mentioned in Section 2 - Fact Sheet after the date of opening of Technical Bid. A bid valid for a shorter period may be summarily rejected by the Purchaser as non- responsive. 4.18.2 Prior to the expiry of the validity of the period of validity of the bids, the Purchaser may request the Bidder(s) for an extension of the period of validity up to 180 days or more. The request and the responses thereto shall be made in writing (or through e-mail). The period of validity of their Bids shall require extension in the period of validity of EMD submitted by the bidders or submission of new EMD to cover the extended period of validity of their Bids. A Bidder whose EMD is not extended, or that has not submitted a new EMD, shall be considered to have refused the request to extend the period of validity of its Bid. . Format and Signing of Bid 4.19.1 The original documents of the bid shall be typed or written in indelible ink. The original and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract. All pages of the bid, except for un-amended printed literature, shall be initialled and stamped by the person(s) persons signing the bid. 4.19.2 The response to the bid should be submitted along with legible, appropriately indexed, duly filled Information sheets and sufficient documentary evidence as per Checklist. Responses with illegible, incomplete Information sheets or insufficient documentary evidence shall be rejected. 4.19.3 The bid shall contain no interlineations, erasures or overwriting except as necessary to correct errors made by the Bidder, in which case such corrections shall be initialled by the person(s) signing the bid 4.19.4 The Bidder shall duly sign and seal its bid with the exact name of the firm/company to whom the contract is to be issued. . Revelation of Prices 4.20.1 Prices in any form or by any reason before opening the Commercial Bid should not be revealed, failing which the offer shall be liable to be rejected . Terms and Conditions of Bidders 4.21.1 Any terms and conditions of the Bidders shall not be considered as forming part of their Bids . Consortium 4.22.1 Consortium is allowed of maximum 3 members (including Lead Bidder) . Change in composition of the Consortium 4.23.1 In case of Consortium, change in composition of the Consortium shall not be permitted . Local Conditions 4.24.1 It shall be incumbent upon each Bidder to fully acquaint himself with the local conditions and other relevant factors at the proposed site which would have any effect on the performance of the contract and / or the cost

Page 21 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

4.24.2 The Bidder is expected to make a site visit to obtain for himself on his own responsibility, all information that may be necessary for preparing the bid and entering into contract. Obtaining such information shall be at Bidder’s own cost 4.24.3 Failure to obtain the information necessary for preparing the bids and/or failure to perform the activities that may be necessary for the providing services before entering into contract shall in no way relieve the MSI from performing any work in accordance with the RFP 4.24.4 It shall be imperative for each Bidder to fully inform themselves of all legal conditions and factors which may have any effect on the execution of the contract as described in the bidding documents. 4.24.5 It is the responsibility of the Bidder that such factors have properly been investigated and considered while submitting the bid proposals and that no claim whatsoever including those for financial adjustment to the contract awarded under the bidding documents shall be entertained by the Purchaser and that neither any change in the time schedule of the contract nor any financial adjustments arising thereof shall be permitted by the Purchaser on account of failure of the Bidder to appraise themselves of local laws and site conditions 4.24.6 It shall be deemed that by submitting a Bid, the Bidder has: a. made a complete and careful examination of the Bidding Documents; b. received all relevant information requested from CHiPS; c. accepted the risk of inadequacy, error or mistake in the information provided in the Bidding Documents or furnished by or on behalf of CHiPS relating to any of the matters . Last Date for Receipt of Bids 4.25.1 Bids shall be submitted by the bidder no later than the time and date specified in Section 2 – Fact Sheet 4.25.2 Original documents as per Clause 4.12 shall be received by the Purchaser at the address specified under Section 2 – Fact Sheet no later than the time and date specified in Section 2 – Fact Sheet 4.25.3 The Purchaser may, at its discretion, extend the last date for submission of bids by amending the RFP, in which case all rights and obligations of the Purchaser and Bidders previously subject to the last date shall thereafter be subject to the last date as extended . Late Bids 4.26.1 Any bid submitted by the bidder after the last date and time for submission of bids pursuant to Section 2 – Fact Sheet or Original Documents received by purchaser after the last date and time for submission pursuant to Clause 4.12, shall be rejected . Modification and Withdrawal of Bids 4.27.1 No bid may be altered/ modified subsequent to the closing time and date for receipt of bids. Unsolicited correspondences from Bidders shall not be considered. 4.27.2 No bid may be withdrawn in the interval between the last date for receipt of bids and the expiry of the bid validity period specified by the Bidder in the Bid. Withdrawal of a bid during this interval may result in the Bidder’s forfeiture of its EMD and shall be declared a “defaulting bidder”. In such situation the tendering process shall be continued with the remaining bidders as per their ranking. 4.27.3 If the bidder relents after being declared as selected bidder, it shall be declared as defaulting bidder and EMD of such defaulting bidder shall be forfeited and CHiPS reserves right to blacklist/ debarred such bidder for next 3 years from participating in any CHiPS tender. In such situation, L2 bidder shall be invited to match the prices of L1 bidder. However, in-case of refusal of acceptance by the L2 bidder to match the price of L1 bidder, CHiPS would carry out discussions with the subsequent bidders

Page 22 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

. Contacting the Purchaser 4.28.1 No Bidder shall contact the Purchaser on any matter relating to its bid, from the time of the bid submission to the time the Contract is awarded 4.28.2 Any effort by a Bidder to influence the Purchaser’s bid evaluation, bid comparison or Contract award decisions may result in the rejection of the Bidder’s bid . Opening of Technical Bids by Purchaser 4.29.1 The Bids received form the Bidders shall be opened online. The opening of the Bids shall be carried out online in the physical presence of the designated representatives of CHiPS and the Bidders. However, this RFP does not mandate the physical presence of the Bidders. The absence of the physical presence of the Bidders shall in no way affect the outcome of the evaluation of the Bids. 4.29.2 CHiPS shall subsequently examine and evaluate the Bids in accordance with the provisions set out in this Clause 4.12 4.29.3 To facilitate evaluation of Bids, CHiPS may, at its sole discretion, seek clarifications in writing from any Bidder regarding its Bid. . Purchaser's Right to Vary Scope of Contract 4.30.1 The Purchaser may at any time, by a written order given to the Bidder, make changes to the scope of the Contract as specified . Purchaser's Right to Accept Any Bid & to Reject Any or All Bids 4.31.1 The Purchaser reserves the right to accept any or all bid, and to annul the Tendering process or reject all bids at any time prior to award of Contract, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for the Purchaser's action 4.31.2 Further, in the event that the RFP has been terminated on account of any default of the Bidder/Successful Bidder, CHiPS reserves the right to encash the EMD and/or PBG to the extent required to make good the losses suffered by it on account of such default having been committed by the Bidder 4.31.3 This RFP does not constitute an offer by CHiPS. The Bidder’s participation in the Bidding Process may result CHiPS selecting the Bidder to engage towards execution of the Scope of Work of the Project . Notification of Award 4.32.1 Prior to the expiry of the period of bid validity, pursuant to Section 2- Fact Sheet and Clause 4.18: Period of Validity of Bid, the Purchaser shall notify the successful Bidder in writing by registered letter/ courier, that its bid has been accepted 4.32.2 The notification of award shall constitute the formation of the Contract 4.32.3 Upon furnishing of Performance Bank Guarantee of 10% of the CAPEX value of the contract by MSI, the Purchaser may notify successful Bidder and shall discharge/return its EMD . Award of Contract 4.33.1 There shall be only one successful bidder 4.33.2 At the same time as the Purchaser notifies the MSI that its bid has been accepted, the Purchaser shall send the MSI the pro forma for Contract, incorporating all agreements between the parties 4.33.3 Within 7 days of receipt of the Contract, the MSI shall sign and date the Contract and return it to the Purchaser 4.33.4 The Contract period shall be of 8 years (1 Year for Implementation + 7 Years for O&M) from date of signing of Contract

Page 23 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

4.33.5 The Bidder whose bid is accepted shall be required to submit Performance Bank Guarantee as mentioned in the Clause: 4.38 along with acceptance of work order, within 15 days. PBG shall be in the form of Bank Guarantee (BG) from any nationalized or scheduled bank 4.33.6 Bidder has to agree for honouring all RFP conditions and adherence to all aspects of fair trade practices in executing the work orders placed by CHiPS 4.33.7 If the name of the system/ service/ process is changed for describing substantially the same in a renamed form; then all techno-fiscal benefits agreed with respect to the original product, shall be passed on to CHiPS and the obligations with CHiPS taken by the Vendor with respect to the product with the old name shall be passed on along with the product so renamed 4.33.8 CHiPS may, at any time, terminate the contact by giving written notice to the bidder without any compensation, if the bidder becomes bankrupt or otherwise insolvent, provided that such termination shall not prejudice or affect any right of action or remedy which has accrued or shall accrue thereafter to CHiPS 4.33.9 If at any point during the Contract, the Bidder fails to deliver as per the RFP terms and conditions or any other reason amounting to disruption in service, the Termination and Exit Management clause shall be invoked . Annulment & Re-award 4.34.1 Failure of the Successful Bidder to comply with all the requirements shall constitute sufficient grounds for the annulment of the award of the Agreement, in which event CHiPS may make the award to the next lowest evaluated Bidder or call for new bids (as per clause 4.41.3 b) . Placing of Work Order 4.35.1 Quantities mentioned Annexure-14: Commercial Bid Format are indicative and CHiPS reserves the right at the time of issuance of work order to increase or decrease the quantity of goods and / or services from the original requirements as specified in the terms & conditions of the RFP 4.35.2 For procurement of Hardware/service, Work Order shall be placed to MSI 4.35.3 Objection, if any, to the Work Order must be reported to CHiPS by the MSI within five (5) working days counted from the Date of issuance of work Order for modifications, otherwise it is assumed that the MSI has accepted the Work Order 4.35.4 If the MSI is not able to do the complete work as mentioned in the scope of work within the specified period, the penalty clause shall be invoked 4.35.5 The O&M Phase of GP in a block will start once the electronics at GP is commissioned and the GP is discovered in NMS at S-NOC and End-to-End Acceptance Test certificate has been issued for Optical Fibre infrastructure and electronics for that GP. The interim work order of O&M of all such GPs shall be provided proportionately till the Project Go-Live date 4.35.6 The unified date of start of Project O&M Phase for a period of 7 years will start from “Project Go- Live” when the electronics for all the GPs covered under BharatNet Phase-II in the State of Chhattisgarh are commissioned and discovered in NMS at S-NOC and end-to-end Acceptance Test certificate has been issued for Fibre infrastructure and electronics. The work order for O&M phase shall be given for a period of 3 years initially followed by another work order for the remaining period of 4 years on the prices quoted by the bidder as part of the commercial bid. 4.35.7 The decision of CHiPS shall be final and binding on the MSI. CHiPS reserves the right to accept or reject an offer without assigning any reason whatsoever . Tender Related Conditions 4.36.1 The MSI shall confirm unconditional acceptance of full responsibility of completion of job and for executing the ‘Scope of Work’ of this RFP. This confirmation should be submitted as part of the

Page 24 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

Technical Bid. The Sole bidder or lead bidder shall also be the sole point of contact for all purposes of the Contract. 4.36.2 The MSI should not be involved in any litigation that may have an impact of affecting or compromising the delivery of services as required under this Contract. If at any stage of Tendering process or during the currency of the Contract, any suppression/ falsification of such information is brought to the knowledge of the Purchaser, the Purchaser shall have the right to reject the bid or terminate the Contract, as the case may be, without any compensation to the MSI. . Rejection Criteria 4.37.1 Besides other conditions and terms highlighted in the RFP, bids may be rejected under following circumstances: a. Technical Rejection Criteria

• Bids submitted without or improper EMD • Technical Bid containing commercial details • Bids received through Telex/ Telegraphic/ Fax/ E-Mail/ post etc. except, wherever required, shall not be considered for evaluation • Bids which do not confirm unconditional validity of the bid as prescribed in the RFP • If the information provided by the Bidder is found to be incorrect/ misleading at any stage/ time during the Tendering Process • Any effort on the part of a Bidder to influence the Purchaser’s bid evaluation, bid comparison or Contract award decisions • Bids submitted by the Bidder after the last date and time of bid submission prescribed by the Purchaser, pursuant to Section 2 – Fact Sheet • Bids without power of attorney and any other document consisting of adequate proof of the ability of the signatory to bind the Bidder • Failure to furnish all information required by the RFP or submission of a bid not substantially responsive to the RFP in every respect • Bidders not quoting for the complete Scope of Work as indicated in the RFP, addendum (if any) and any subsequent information given to the bidders • Bidders not complying with the functionality, specifications and other Terms and Conditions as stated in the RFP • The Bidder not conforming unconditional acceptance of full responsibility of providing Goods and Services in accordance with the Section 5: General Conditions of Contract and Section 7: Scope of Work • If the bid does not conform to the timelines indicated in this RFP

b. Commercial Rejection Criteria

• Incomplete Commercial Bid • Commercial Bids that do not conform to this RFP’s Commercial Bid format • If there is an arithmetic discrepancy in the commercial bid calculations, the Purchaser shall rectify the same. If the Bidder does not accept the correction of the errors, bid may be rejected. • If bidder quotes NIL charges/ consideration, the bid shall be treated as unresponsive and shall not be considered . Performance Bank Guarantee 4.38.1 Within 15 days of the receipt of notification of award from the Purchaser, the successful bidder shall be required to submit an Implementation - Performance Bank Guarantee (PBG) of 10% of

Page 25 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

the CAPEX value of the contract and should be valid up to 60 days after “Project Go-Live”. PBG shall be in the form of Bank Guarantee (BG) from any nationalized or scheduled bank. 4.38.2 The bidder shall be required to submit an additional bank guarantee of 110% of the mobilization advance of the CAPEX value of the contract and should be valid up to 60 days after Project Go-Live. 4.38.3 The Implementation PBG and additional PBG against mobilization advance shall be returned to bidder upon Project Go-live and against the submission of O&M PBG amounting 10% of the OPEX value of the contract and should be valid up to 7 years or completion of contract, whichever is later. 4.38.4 The above PBG should be in accordance to General Conditions of the Contract, in the prescribed contract format as per the Annexure-15: Format for Performance Bank Guarantee. 4.38.5 Failure of the MSI to comply with the requirement of Clause 4.34.1 shall constitute sufficient grounds for the annulment of the contract and forfeiture of the EMD. . Fraud and Corrupt Practices 4.39.1 The MSI and their respective officers, employees, agents and advisers shall observe the highest standards of ethics during the Bidding Process and subsequent to the issue of the Award of Work and during the subsistence of the Contract. Notwithstanding anything to the contrary contained herein, or in the Award of Work or the Contract, the Purchaser shall reject a Bid, withdraw the Award of Work, or terminate the Contract, as the case may be, without being liable in any manner whatsoever to the MSI as the case may be, if it determines that the MSI, as the case may be, has, directly or indirectly or through an agent, engaged in corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice in the Bidding Process. In such an event, the Purchaser shall forfeit and appropriate the Bid Security or Performance Security, as the case may be, as mutually agreed genuine pre-estimated compensation and damages payable to the Purchaser towards, inter alia, time, cost and effort of the Purchaser, without prejudice to any other right or remedy that may be available to the Authority hereunder or otherwise. 4.39.2 Without prejudice to the rights of the Purchaser under Clause 4.35.1 hereinabove and the rights and remedies which the Purchaser may have under the Award of Work or the Contract, if a MSI, as the case may be, is found by the Authority to have directly or indirectly or through an agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice during the Bidding Process, or after the issue of the Award of Work or the execution of the Contract, such MSI shall not be eligible to participate in any RFP issued by the Purchaser during a period of 2 (two) years from the date such MSI, as the case may be, is found by the Purchaser to have directly or indirectly or through an agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practices, as the case may be. 4.39.3 For the purposes of the Clause 4.39.1, the following terms shall have the meaning hereinafter respectively assigned to them: a. “corrupt practice” means (i) the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to influence the actions of any person connected with the Bidding Process (for avoidance of doubt, offering of employment to or employing or engaging in any manner whatsoever, directly or indirectly, any official of the Authority who is or has been associated in any manner, directly or indirectly, with the Bidding Process or the Work Order or has dealt with matters concerning the Contract or arising therefrom, before or after the execution thereof, at any time prior to the expiry of one year from the date such official resigns or retires from or otherwise ceases to be in the service of the Authority, shall be deemed to constitute influencing the actions of a person connected with the Bidding Process); or (ii) save, engaging in any manner whatsoever,

Page 26 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

whether during the Bidding Process or after the issue of the Work Order or after the execution of the Contract, as the case may be, any person in respect of any matter relating to the Project or the Work Order or the Contract, who at any time has been or is a legal, financial or technical adviser of the Purchaser in relation to any matter concerning the Project; b. “fraudulent practice” means a misrepresentation or omission of facts or suppression of facts or disclosure of incomplete facts, in order to influence the Bidding Process; c. “coercive practice” means impairing or harming, or threatening to impair or harm, directly or indirectly, any person or property to influence any person’s participation or action in the Bidding Process; d. “undesirable practice” means (i) establishing contact with any person connected with or employed or engaged by the Authority with the objective of canvassing, lobbying or in any manner influencing or attempting to influence the Bidding Process; or (ii) having a Conflict of Interest; and e. “restrictive practice” means forming a cartel or arriving at any understanding or arrangement among MSI with the objective of restricting or manipulating a full and fair competition in the Bidding Process . Disqualification of the Bidder 4.40.1 A Bidder / MSI shall be liable for disqualification and forfeiture of the EMD submitted by it, if any legal, financial or technical adviser of CHiPS in relation to the Project is engaged by the Bidder, its members or any Associate thereof, as the case may be, in any manner for matters related to or incidental to such Project during the Bidding Process or subsequent to the (i) issuance of the LOA or (ii) execution of the Agreement 4.40.2 In the event any such adviser is engaged by the Successful Bidder or the Contractor, as the case may be, after issuance of the LOA or execution of the Agreement for matters related or incidental to the Project, then notwithstanding anything to the contrary contained herein or in the LOA or the Agreement and without prejudice to any other right or remedy of CHiPS, including the forfeiture and appropriation of the EMD or PBG, as the case may be, the LOA and/or the Agreement shall be liable to be terminated without CHiPS being liable in any manner whatsoever to the Successful Bidder or Contractor for the same 4.40.3 For the avoidance of doubt, this disqualification shall not apply where such adviser was engaged by the Bidder, its member or Associate in the past but its assignment expired or was terminated prior to the Bid Due Date. Nor will this disqualification apply where such adviser is engaged after a period of 3 (three) years from the date of completion of Scope of Work of the Project. . Verification and Disqualification 4.41.1 CHiPS reserves the right to verify all statements, information and documents submitted by the Bidder in response to the Bidding Documents and the Bidder shall, when so required by CHiPS, make available all such information, evidence and documents as may be necessary for such verification. Any such verification, or lack of such verification, by CHiPS shall not relieve the Bidder of its obligations or liabilities hereunder nor will it affect any rights of CHiPS hereunder 4.41.2 CHiPS reserves the right to reject any Bid and appropriate the EMD if: a. at any time, a material misrepresentation is made or uncovered, or b. L1 expresses its desire to or does withdraw its Bid, or c. The Bidder does not provide, within the time specified by CHiPS, the supplemental information sought by CHiPS for evaluation of the Bid within a reasonable time as determined by CHiPS in its sole discretion

4.41.3 Such misrepresentation/ improper response/intent to withdraw shall lead to the disqualification of the Bidder. If the Bidder is a Consortium, then the entire Consortium may be

Page 27 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

disqualified/rejected. If such disqualification/rejection occurs after the Bids have been opened and the L1 Bidder gets disqualified/rejected, then CHiPS reserves the right to: a. invite the remaining Bidders to submit fresh Bids in accordance with this RFP; or b. approach the next lowest Bidder (L2) for matching the price of L1. Should L2 choose to match the price bid of L1, CHiPS may issue the LOA to L2. However, in-case of refusal of acceptance by the L2 bidder to match the price of L1 bidder, CHiPS would carry out discussions with the subsequent bidders c. take any such measure as may be deemed fit in the sole discretion of CHiPS, including annulment of the Bidding Process 4.41.4 In case it is found during the evaluation or at any time before signing of the Agreement or after its execution and during the period of subsistence thereof, that one or more of the qualification conditions have not been met by the Successful Bidder/Contractor (as may be the case), or the Bidder has made material misrepresentation or has given any materially incorrect or false information, the Successful Bidder/Contractor shall be disqualified forthwith if not yet appointed as the Contractor either by issue of the LOA or entering into of the Agreement, and if the Successful Bidder has already been issued the LOA or has entered into the Agreement, as the case may be, the same shall, notwithstanding anything to the contrary contained therein or in this RFP, be liable to be terminated, by a communication in writing, by CHiPS to the Successful Bidder/Contractor, as the case may be, without CHiPS being liable in any manner whatsoever to the Successful Bidder or Contractor. In such an event, CHiPS shall be entitled to forfeit and appropriate the EMD or PBG, as the case may be, as Damages, without prejudice to any other right or remedy that may be available to CHiPS under the Bidding Documents and/ or the Agreement, or otherwise 4.41.5 Bidders are advised to study all instructions, forms, terms, requirements, appendices and other information in the RFP carefully. Online submission of the Bid shall be deemed to have been done after careful study and examination of the RFP with full understanding of its implications and failure to comply with the requirements of the RFP, in addition to submission of all the documents as required hereunder, may render the Bid non-compliant and the same may be rejected

Page 28 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

5. General Conditions of the Contract

. Definitions 5.1.1 In this RFP, unless the context otherwise requires 5.1.1.1 “Applicable Laws” includes all applicable statutes, enactments, acts of legislature or laws, ordinances, rules, by-laws, regulations, notifications, guidelines, policies, directions, directives, requirement or other governmental restriction and orders or judgements of any Governmental authority, tribunal, board, court or other quasi-judicial authority or other governmental restriction or any similar form of decision applicable to the relevant Party and as may be in effect on the date of execution of Agreement and during the subsistence thereof, applicable to the Project; 5.1.1.2 “Confidential Information" means all information as defined in Section 5 - General Conditions of the Contract 5.1.1.3 “Contract” or means the Agreement entered into between the MSI and the Purchaser as recorded in the Contract form signed by the Purchaser and the MSI including all attachments and Annexes thereto, the RFP and all Annexes thereto and the agreed terms as set out in the bid, all documents incorporated by reference therein and amendments and modifications to the above from time to time; 5.1.1.4 “Contract Value” means the price payable to the MSI under this Contract for the full and proper performance of its contractual obligations 5.1.1.5 “Deliverables” means the products, infrastructure, licenses and services agreed to be delivered by the MSI in pursuance of the Contract as elaborated in the RFP and includes all documents related to the user manual, technical manual, designs, process documentations, the artefacts, the training materials, process and operating manuals, service mechanisms, policies and guidelines , inter alia payment and/or process related etc. and all their respective modifications; 5.1.1.6 “Effective Date” means the date on which the Contract is executed by both the Parties 5.1.1.7 “End-to-End Connectivity” means Complete Design, supply, Installation, Integration, Commissioning and Testing of the created network (duly approved by the agency appointed by CHiPS) which shall include OTDR link test, Power On & Self-Testing, IP-MPLS ring fail over testing for both cases i.e. in case of path/equipment failure, Radio equipment testing (If applicable), As Build Diagram (ABD reports), integration equipment at GP with State and Central BBNL NOC and Final acceptance certificate; 5.1.1.8 “OEM” or “Original Equipment Manufacturer” means the original manufacturer and owner of the Intellectual Property Rights of any Software or Equipment to be used in the Project and to which CHiPS has been granted license to use 5.1.1.9 “Contract Performance Guarantee” or “Performance Bank Guarantee” shall mean the guarantee provided by a Scheduled Commercial Bank/ Nationalized Bank to CHiPS by the successful bidder 5.1.1.10 “Project” means BharatNet Project for Design, Supply, Installation, Integration, Testing, Commissioning of OFC (Underground) IP-MPLS Network, Radio Network and State Network Operations Centre (S-NOC) including Operations & Maintenance and facilitating service provisioning of the created network for the period of 8 years on turnkey basis as per the terms and conditions laid in the RFP and provision of Services in conformance to the SLA 5.1.1.11 “Project Go-Live” means the date when the electronics for all the GPs covered under BharatNet Phase-II in the State of Chhattisgarh are commissioned and discovered in NMS at SHQ S-NOC and End-to-End Acceptance Test certificate has been issued for Fibre infrastructure and electronics 5.1.1.12 “Purchaser” means Chhattisgarh infotech Promotion Society (CHiPS) 5.1.1.13 “Purchaser’s Representative” or “Purchaser’s Technical Representative” means the person or the persons appointed by the Purchaser from time to time to act on its behalf for overall co-ordination, supervision, and project management

Page 29 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

5.1.1.14 “Project Implementing Agency is also termed as Master System Integrator (MSI)” means the successful bidder whose bid has been accepted by the Purchaser and with whom the order for “Selection of Master System Integrator for BharatNet Phase – II” has been placed as per requirements and terms & conditions specified in this RFP and shall be deemed to include the Bidder’s successors, representatives (approved by the Purchaser), heirs, executors, administrators and permitted assigns, as the case may be, unless excluded by the terms of the contract 5.1.1.15 “MSI s’ Team” means the Successful Bidder along with all of its partners / OEMs, who have to provide goods & services to the Purchaser under the scope of this RFP / Contract. This definition shall also include any authorized service providers/partners/agents and representatives or other personnel employed or engaged either directly or indirectly by the MSI for the purposes of this MSI / Contract 5.1.1.16 “Project Store” means list of locations provided by the MSI to store the material as required in District/Block; 5.1.1.17 “Request for Proposal/ (RFP)” means the documents containing the general, technical, functional, commercial and legal specifications for the implementation of the BharatNet Phase-II Project including different Annexures and includes the clarifications, explanations, minutes of the meetings, corrigendum(s) and amendment(s) issued from time to time during the bidding process and on the basis of which bidder has submitted its Proposal 5.1.1.18 “Schedule of Requirements” or “SoR” means the requirement regarding BharatNet Project provided by bidder in its bid, stating the prices and the quantity of the materials to be procured by the bidder (on behalf of CHiPS) 5.1.1.19 “State Level Committee” means a committee involving representatives of the Purchaser and senior officials of the MSI shall be formed for the purpose of this Contract. This committee shall meet at intervals, as decided by the Purchaser later, to oversee the progress of the Project 5.1.1.20 “Tender” or “Tender Document” means RFP 5.1.1.21 “Timelines” means the duration of the contract as described in the RFP 5.1.1.22 “Working Day” means any day on which any of the office of CHiPS shall be functioning, including gazetted holidays, restricted holidays or other holidays, Saturdays and Sundays . Interpretations 5.2.1 In this RFP, unless otherwise specified: a. Unless otherwise specified, a references to clauses, sub-clauses, or Section is a reference to clauses, sub-clauses, or Section of this RFP including any amendments or modifications to the same from time to time b. Words denoting the singular include the plural and vice versa and use of any gender includes the other genders c. References to a “company” shall be construed so as to include any company, corporation or other body corporate, wherever and however incorporated or established d. Words denoting to a “person” shall be construed to include any individual, partnerships, firms, companies, public sector units, corporations, joint ventures, trusts, associations, organizations, executors, administrators, successors, agents, substitutes and any permitted assignees or other entities

Page 30 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

(whether or not having a separate legal entity). A reference to a group of persons is a reference to all of them collectively, to any two or more of them collectively and to each of them individually e. A reference to any statute or statutory provision shall be construed as a reference to the same as it may have been, or may from time to time be, amended, modified or re-enacted f. Any reference to a “day” (including within the phrase “business day”) shall mean a period of 24 hours running from midnight to midnight g. References to a “business day” shall be construed as a reference to a day (other than a Sunday) on which CHiPS office is generally open for business h. References to times are to Indian Standard Time i. Reference to any other document referred to in this RFP is a reference to that other document as amended, varied, novated or supplemented at any time j. All headings and titles are inserted for convenience only, they are to be ignored in the interpretation of this Contract k. Unless otherwise expressly stated, the words "herein", "hereof", "hereunder" and similar words refer to this RFP as a whole and not to any particular Section or Annexure and the words "include" and "including" shall not be construed as terms of limitation l. The words "in writing" and "written" mean "in documented form", whether electronic or hard copy, unless otherwise stated m.Any reference at any time to any agreement, deed, instrument, license or document of any description shall be construed as reference to that agreement, deed, instrument, license or other document as amended, varied, supplemented, modified or novated at the time of such reference n. Unless otherwise stated, any reference to any period commencing “from” a specified day or date and “till” or “until” a specified day or date shall include either such days or date Note: Bidders must read these conditions carefully and comply strictly while submitting their bids. . Expected To Examine All Instructions 5.3.1 The bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents. Failure to furnish all information required in the bidding documents or submitting a Bid not substantially responsive to the bidding documents in any respect may result in the rejection of the Bid. . All Costs 5.4.1 The bidder shall bear all the costs associated with the preparation and submission of its bid, and CHiPS in no case will be responsible or liable for these costs, regardless of conduct or outcome of Bidding Process . Professional Excellence and Ethics 5.5.1 CHiPS requires that all Bidders participating in this Bid adhere to the highest ethical standards, both during the selection process and throughout the execution of the contract . Failure of Successful Bidder 5.6.1 Failure of the successful bidder to comply with all the requirements shall constitute sufficient grounds for the annulment of the award, in which event CHiPS may, make the award to the next lowest evaluated Bidder or call for new bids (as per clause 4.41.3 b) . Amendment/Cancellation 5.7.1 The CHiPS reserves the right to cancel this Tender at any time without any obligation to the Bidders. The CHiPS at any time, prior to the deadline for submission of Proposals, may amend the Tender by issuing an addendum in writing or by standard electronic means. The addendum will be binding on all the Bidders. Bidders shall acknowledge receipt of all amendments. To give Bidders reasonable time to

Page 31 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

take an amendment into account in their Proposals, the CHiPS may, if the amendment is substantial, extend the deadline for the submission of Proposals. . Right to accept or reject any or all Bids 5.8.1 CHiPS reserves the right to accept any bid, and to annul the bid process and reject all bids at any time prior to award of contract, without assigning any reason & without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for the action . Conditional Bids 5.9.1 If a Bidder imposes conditions, which is in addition to or in conflict with the conditions mentioned herein, his bid is liable to be summarily rejected. In any case none of such conditions will be deemed to have been accepted unless specifically mentioned in the letter of acceptance of bid issued by the CHiPS . Acceptance Testing 5.10.1 All active equipment’s and passive components will be tested by CHiPS or its nominated agency . Proprietary Rights 5.11.1 The Bidder shall indemnify CHiPS against all third party claims of infringement of patent, copy right, trademark, license or industrial design rights, software piracy arising from use of goods or any part thereof within India . Delays in performance of supplier’s obligation 5.12.1 Any delay by the Successful Bidder in the performance of its delivery obligations shall render the Successful Bidder liable to any or all of the following sanctions – forfeiture of its performance Bank Guarantee, imposition of Damages and / or termination of the work order for default . Damages 5.13.1 CHiPS reserves the right to terminate the contract if total Damage in this regard exceeds 10% of the Project value. The provisions pertaining to Damages under the RFP shall be in addition, and without prejudice, to the provisions pertaining to the same under the Agreement . Applicable Law 5.14.1 The work order issued under the Agreement shall be interpreted in accordance with the laws of India, irrespective of the place of delivery, the place of performance or place of payment under the Agreement. The Agreement shall deem to have made at the place in India from where the contract has been issued . Notices 5.15.1 Any notice given by one party to the other pursuant to this contract shall be sent in writing or by telegram or Telefax and confirmed in writing to CEO, CHiPS, SDC Building, 02nd floor, Near Police Control Room, Civil Lines, Raipur, Chhattisgarh–492001 Fax:- 0771-4066205, Ph. No. 0771-4014158 5.15.2 A notice shall be effective when delivered or on the notice's effective date whichever is later . Taxes & Duties 5.16.1 The Bidder shall be entirely responsible for all taxes, duties, license fee etc. 5.16.2 Any upward/downward revision of GST shall be applicable at the time of invoicing. However, to arrive at the bid value of the respective Bidder, Bidder has to quote the charges inclusive of all taxes, duties, levies etc. excluding GST . Defence of Suits 5.17.1 If any action in court is brought against the CHiPS/ Consignee for failure or neglect on the part of the Bidder to perform any acts, matters, covenants or things under the contract or for the damage or injury

Page 32 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

caused by the alleged omission of neglect on part of the contractor, his agents, representatives or sub- contractors, workmen supplier or employees, the contractor in all such cases shall indemnify and keep CHiPS harmless from all costs, Damages, expenses or decrees arising out of such action . Conditions Precedent 5.18.1 This Contract is subject to the fulfilment of the following conditions precedent by the MSI 5.18.1.1 Furnishing by the MSI, an unconditional, irrevocable and continuing Performance Bank Guarantee, which shall be as per Clause 4.38, in a form and manner acceptable to the Purchaser 5.18.1.2 Execution of a Deed of Indemnity in terms of Clause 5.34 - Indemnity 5.18.1.3 Obtaining of all statutory and other approvals required for the performance of the Services under this Contract 5.18.1.4 Furnishing of such other documents as the Purchaser may specify 5.18.1.5 The Purchaser reserves the right to waive any or all of the conditions specified above in writing and no such waiver shall affect or impair any right, power or remedy that the Purchaser may otherwise have . Representations & Warranties 5.19.1 In order to induce the Purchaser to enter into this Contract, the Bidder hereby represents and warrants as of the date hereof, the following: a. That the MSI has the power and the authority that would be required to enter into this Contract and the requisite experience, the technical know-how and the financial wherewithal required to successfully execute the terms of this Contract and to provide Services sought by the Purchaser under this Contract b. That the MSI is not involved in any litigation or legal proceedings, pending, existing, potential or threatened, that may have an impact of affecting or compromising the performance or delivery of Services under this Contract c. That the representations and warranties made by the MSI in its Bid, RFP and Contract are and shall continue to remain true and fulfil all the requirements as are necessary for executing the obligations and responsibilities as laid down in the Contract and the RFP and unless the Purchaser specifies to the contrary, the MSI shall be bound by all the terms of the Bid and the Contract through the term of the Contract d. That the MSI has the professional skills, personnel, infrastructure and resources/ authorizations that are necessary for providing all such Services as are necessary to fulfil the Scope of Work stipulated in the RFP and the Contract e. That the MSI shall ensure that all assets/ components including but not limited to equipment, documents, etc. installed, procured and created during the term of this Contract are duly maintained and suitably updated, upgraded, replaced with regard to contemporary requirements f. That the MSI shall use such assets of the Purchaser as the Purchaser may permit for the sole purpose of execution of its obligations under the terms of the Bid, RFP or this Contract. The MSI shall however, have no claim to any right, title, lien or other interest in any such property, and any possession of property for any duration whatsoever shall not create any right in equity or otherwise, merely by fact of such use or possession during or after the term hereof g. That there shall not be any privilege, claim or assertion made by a third party with respect to right or interest in, ownership, mortgage or disposal of any asset, property, movable or immovable as mentioned in any Intellectual Property Rights, licenses and permits h. That the execution of the scope of work and the Services herein is and shall be in accordance and in compliance with all applicable laws i. That all conditions precedent under the Contract have been satisfied j. That neither the execution and delivery by the MSI of the Contract nor the MSIs’ compliance with or performance of the terms and provisions of the Contract (i) shall contravene any provision of any

Page 33 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

Applicable Laws or any order, writ, injunction or decree of any court or Governmental Authority binding on the MSI, (ii) shall conflict or be inconsistent with or result in any breach of any or the terms, covenants, conditions or provisions of, or constitute a default under any Contract, Contract or instrument to which the MSI is a party or by which it or any of its property or assets is bound or to which it may be subject or (iii) shall violate any provision of the Memorandum and Articles of Association of the MSI k. That the MSI certifies that all registrations, recordings, filings and notarizations of the Contract and all payments of any tax or duty, including but not limited to stamp duty, registration charges or similar amounts which are required to be effected or made by the MSI which is necessary to ensure the legality, validity, enforceability or admissibility in evidence of the Contract have been made l. That the MSI confirms that there has not and shall not occur any execution, amendment or modification of any agreement/ contract without the prior written consent of the Purchaser, which may directly or indirectly have a bearing on the Contract with the Purchaser m.That the MSI owns or has good, legal or beneficial title, or other interest in, to the property, assets and revenues of the MSI on which it grants or purports to grant or create any interest pursuant to the Contract, in each case and clear of any encumbrance and further confirms that such interests created or expressed to be created are valid and enforceable n. That the MSI owns, has license to use or otherwise has the right to use, which are required or desirable for performance of its services under this contract. All Intellectual Property Rights (owned by the MSI or which the MSI is licensed to use) required by the MSI for the performance of the contract are valid and subsisting. All actions (including registration, payment of all registration and renewal fees) required to maintain the same in full force and effect have been taken thereon and shall keep the Purchaser indemnified in relation thereto o. That the MSI shall at all times maintain sufficient manpower, resources, and facilities, to provide the Services in a workmanlike manner on a timely basis p. That its security measures, policies and procedures are adequate to protect and maintain the confidentiality of the Confidential Information q. That in providing the Services or deliverables or materials, neither MSI or its agent, nor any of its employees, shall utilize information which may be considered confidential information of, or proprietary to, any prior employer or any other person or entity; . That the MSI shall provide adequate and appropriate support and participation, on a continuous basis . Scope of Work 5.20.1 Scope of the Work shall be as defined in Section 7 - Scope of Work and Annexes thereto of this tender 5.20.2 Purchaser has engaged the MSI for Design, Supply, Installation, Integration, Testing and Commissioning of OFC (Underground) IP-MPLS Network, Radio Network and setting up of State Network Operations Centre (S-NOC) including Operations & Maintenance and service provisioning of the created network for a period of 8 years. The MSI is required to provide such services, support and infrastructure as the Purchaser or Purchaser’s representative may deem proper and necessary, during the term of this Contract, and includes all such processes and activities which are consistent with the proposals set forth in the Bid, the RFP and this Contract and are deemed necessary by the Purchaser, in order to meet its business requirements (hereinafter ‘scope of work’) 5.20.3 If any services, functions or responsibilities not specifically described in this RFP are an inherent, necessary or customary part of the Services or are required for proper performance or provision of the Services in accordance with this RFP, they shall be deemed to be included within the Scope of Work to be delivered for the Charges, as if such services, functions or responsibilities were specifically described in this RFP 5.20.4 The Purchaser or Purchaser’s representative reserves the right to amend any of the terms & conditions with mutual agreement in relation to the Scope of Work and may issue any such directions which are

Page 34 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

not necessarily stipulated therein if it deems necessary for the fulfilment of the Scope of Work pursuant to Clause 5.40- Change Orders/ Alteration/ Variation . Key Performance Measurements 5.21.1 Unless specified by the Purchaser to the contrary, the MSI shall execute the services and carry out the scope of work in accordance with the terms & conditions of this Contract, and the service specifications as laid down in this RFP 5.21.2 If the Contract, Scope of Work, Service Specification includes more than one document, then unless the Purchaser specifies to the contrary, the later in time shall prevail over a document of earlier date to the extent of any inconsistency 5.21.3 The Purchaser reserves the right to amend any of the terms & conditions in relation to the Contract and may issue any such directions which are not necessarily stipulated therein if it deems necessary for the fulfilment of the scope of work . Commencement and progress 5.22.1 The MSI shall be subject to the fulfilment of the conditions precedent set out in Clause 5.18 - Conditions Precedent of this Section, commence the performance of its obligations in a manner as specified in the Scope of Work 5.22.2 The MSI shall proceed to carry out the activities / services with diligence and expedition in accordance with the stipulation as to the time, manner, mode, and method of execution contained in this RFP 5.22.3 The MSI shall be responsible for and shall ensure that all Services are performed in accordance with the Contract, Scope of Work & Specifications. MSI shall comply with such Specifications and all other standards, terms and other stipulations/conditions set out hereunder 5.22.4 The MSI shall perform the activities/ services and carry out its obligations under the Contract with due diligence, efficiency and economy, in accordance with generally accepted techniques and practices used in the industry and with professional engineering. It shall employ safe and effective equipment, machinery, material and methods. The MSI shall always act, in respect of any matter relating to this RFP, as faithful advisors to the Purchaser and shall, at all times, support and safeguard the Purchaser's legitimate interests in any dealings with Third Parties 5.22.5 The items supplied under this Contract shall conform to the standards mentioned in Annexure-16. In other cases where no applicable standard is available such standards which are issued by the relevant authorized agencies shall be applicable. Delivery of the items shall be made by the MSI in accordance with the terms specified by the Purchaser in its Notification of Award / Work Order . Standards of Performance 5.23.1 The MSI shall perform the activities/ Services and carry out its obligations under the Contract with due diligence, efficiency and economy, in accordance with generally accepted techniques and practices used in the industry and with professional engineering. It shall employ safe and effective equipment, machinery, material and methods. The MSI shall always act, in respect of any matter relating to this RFP, as faithful advisors to the Purchaser and shall, at all times, support and safeguard the Purchaser's legitimate interests in any dealings with Third Parties . Sub-contract 5.24.1 MSI shall notify the Purchaser in writing of all subcontracts awarded under this contract if not already specified in its bid. Such notification, in its original bid or later shall not relieve the MSI from any liability or obligation under the Contract . Bidder’s Obligations 5.25.1 The MSI’s obligations shall include Design, Supply, Installation, Integration, Testing and Commissioning of OFC (Underground) IP-MPLS Network, Radio Network and setting up of State Network Operations Centre (S-NOC) including Operations & Maintenance and service provisioning of the created network

Page 35 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

for a period of 8 years on turnkey basis as specified by the Purchaser in the Scope of Work and other sections of the RFP and Contract and changes thereof to enable the Purchaser to meet their objectives and operational requirements. It shall be the MSI’s responsibility to ensure the proper and successful implementation, performance and continued operations of the project in accordance with and in strict adherence to the terms of the Bid, the RFP and this Contract 5.25.2 In addition to the aforementioned, the MSI shall perform the Services specified by the ‘Scope of Work’ requirements as specified in the RFP and changes thereof 5.25.3 The MSI shall ensure that the MSI’s Team is competent, professional and possesses the requisite qualifications and experience appropriate to the task they are required to perform under this Contract. The MSI shall ensure that the Services are performed through the efforts of the MSI’s Team, in accordance with the terms hereof and to the satisfaction of the Purchaser. Nothing in this Contract relieves the MSI from its liabilities or obligations under this Contract to provide the Services in accordance with the Contract and the Bid to the extent accepted by the Purchaser 5.25.4 The MSI shall be responsible on an ongoing basis for coordination with other vendors and agencies of the Purchaser in order to resolve issues and oversee implementation of the same 5.25.5 Obligations related to IT Infrastructure a. The MSI shall Design, supply equipment/ components including associated accessories as under this Contract and Configuration, Implementation, Testing, Commissioning, Operations & Maintenance of those components during the entire period of Contract b. In case of any dissatisfaction or default on part of the MSI in providing the level of support desired by the Purchaser or Purchaser’s Technical Representative in relation to the Infrastructure supplied by the MSI, the MSI shall extend the necessary support required to meet the commitments without any financial liability to the Purchaser c. It is expected that MSI and OEM shall ensure that the equipment/ components being supplied by them shall be supported for the entire contract period. If the same is de-supported by the OEM for any reason whatsoever, the MSI shall replace it with an equivalent or better substitute that is acceptable to Purchaser without any additional cost to the Purchaser and without impacting the performance of the Solution in any manner whatsoever d. In case of any problems/ issues arising due to integration of the Infrastructure supplied by the MSI with any other component(s)/ product(s) under the purview of the overall solution, the MSI shall replace the required component(s) with an equivalent or better substitute that is acceptable to Purchaser without any additional cost to the Purchaser and without impacting the performance of the solution in any manner whatsoever e. The MSI shall ensure that the preventive maintenance on a monthly basis and break-fix maintenance is conducted in accordance with the specifications of the components and the best practices followed in the industry without any additional costs to the Purchaser f. The MSI shall extend necessary assistance, consultancy and services to the Purchaser beyond the defined Scope of Work to resolve issues related to the components supplied by him, under critical and unforeseen situations g. The MSI shall provide required information to the Purchaser as and when the OEM comes out with the same h. The MSI shall ensure that it is in compliance with all Applicable Laws at all times while discharging its Scope of Work i. The MSI shall ensure that it has procured all necessary permits and consents that may be required to discharge its Scope of Work effectively 5.25.6 Bidder’s (MSI) Representative: The MSI’s Representative shall have all the powers requisite for the performance of Services under this Contract. The MSI’s Representative shall liaise with the Purchaser’s Representative for the proper coordination and timely completion of the works and on any other matters pertaining to the works. He shall extend full co-operation to Purchaser’s representative in the

Page 36 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

manner required by them for supervision/ inspection/ observation of the Infrastructure, procedures, performance, reports and records pertaining to the works. He shall also have complete charge of the MSI’s personnel engaged in the performance of the works and to ensure internal discipline, compliance of rules, regulations and safety practice. He shall also co-ordinate and co-operate with other service providers of the Purchaser working at the site/ offsite for activities related to planning, execution of Scope of Work and providing Services under this Contract 5.25.7 Reporting Progress a. The MSI shall monitor progress of all the activities related to the execution of this Contract and shall submit to the Purchaser, at no extra cost, progress reports (in MS Project) with reference to all related work, milestones and their progress during the implementation phase at the end of each month or before the expiry of the last day of each month b. Periodic meetings shall be held between the representatives of the Purchaser and the MSI once in every 15 days during the implementation phase to discuss the progress of implementation. After the implementation phase is over, the meeting shall be held on an ongoing basis, once in every 30 days to discuss the performance of the Contract c. The MSI shall ensure that the respective teams involved in the execution of work are part of such meetings d. State Level Committee involving representatives of the Purchaser and senior officials of the MSI shall be formed for the purpose of this Contract. This committee shall meet at intervals, as decided by the Purchaser later, to oversee the progress of the Project e. The equipment, Services and manpower to be provided/ installed/deployed by the MSI under the Contract and the manner and speed of implementation & maintenance of the work and Services are to be conducted in a manner to the satisfaction of Purchaser’s representative in accordance with the Contract f. The Purchaser reserves the right to inspect and monitor/ assess the progress/ performance of the work/ services at any time during the course of the Contract. The Purchaser may demand and upon such demand being made, the MSI shall provide documents, data, material or any other information which the Purchaser may require, to enable it to assess the progress/ performance of the Work/ Service g. At any time during the course of the Contract, the Purchaser shall also have the right to conduct, either itself or through an independent audit firm appointed by the Purchaser as it may deem fit, an audit to monitor the performance by the MSI of its obligations/ functions in accordance with the standards committed to or required by the Purchaser and the MSI undertakes to cooperate with and provide to the Purchaser/ any other agency appointed by the Purchaser, all documents and other details as may be required by them for this purpose h. If the rate of progress of the works or any part of them at any time fall behind the stipulated time for completion or is found to be too slow to ensure completion of the works by the stipulated time, or is in deviation to RFP requirements/ standards, the Purchaser’s representative shall so notify the MSI in writing i. The MSI shall reply to the written notice giving details of the measures he proposes to take to expedite the progress so as to complete the works by the prescribed time or to ensure compliance to RFP requirements. The MSI shall not be entitled to any additional payment for taking such steps. If at any time it should appear to the Purchaser or Purchaser’s Representative that the actual progress of work does not conform to the approved programme the MSI shall produce at the request of the Purchaser’s Representative a revised programme showing the modification to the approved programme necessary to ensure completion of the works within the time for completion or steps initiated to ensure compliance to the stipulated requirements j. The submission seeking approval by the Purchaser or Purchaser’s Representative of such programme shall not relieve the MSI of any of his duties or responsibilities under the Contract k. In case during execution of works, the progress falls behind schedule or does not meet the RFP requirements, MSI shall deploy extra manpower/ resources to make up the progress or to meet the

Page 37 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

RFP requirements. Programme for deployment of extra man power/ resources shall be submitted to the Purchaser for its review and approval, which approval shall not be unreasonably withheld. All time and cost effect in this respect shall be borne, by the MSI within the Contract value 5.25.8 Knowledge of Site Conditions a. The MSI shall be deemed to have understood the requirements and have satisfied himself with the Data contained in the Bidding Documents, the quantities and nature of the works and materials necessary for the completion of the works, etc., and in-general to have obtained himself all necessary information of all risks, contingencies and circumstances affecting his obligations and responsibilities therewith under the Contract and his ability to perform it. However, if during delivery or installation, MSI observes physical conditions and/or obstructions affecting the work, the MSI shall take all measures to overcome them b. MSI shall be deemed to have satisfied himself as to the correctness and sufficiency of the Contract Price for the works. The consideration provided in the Contract for the MSI undertaking the works shall cover all the MSI’s obligation and all matters and things necessary for proper execution and maintenance of the works in accordance with the Contract and for complying with any instructions which the Purchaser’s Representative may issue in accordance with the connection therewith and of any proper and reasonable measures which the MSI takes in the absence of specific instructions from the Purchaser’s Representative c. The MSI shall have conducted its own due diligence with regard to the information contained in the RFP. The Purchaser does not make any representation or warranty as to the accuracy, reliability or completeness of the information in this RFP and it is not possible for the Purchaser to consider particular needs of each Bidder who reads or uses this RFP. Each prospective Bidder should conduct its own investigations and analyses and check the accuracy, reliability and completeness of the information provided in this RFP and obtain independent advice from appropriate sources d. The Purchaser shall not have any liability to any prospective MSI or any other person under any laws (including without limitation the law of contract or tort), the principles of equity, restitution or unjust enrichment or otherwise for any loss, expense or damage which may arise from or be incurred or suffered in connection with anything contained in this RFP, any matter deemed to form part of this RFP, the declaration of the MSI, the information supplied by or on behalf of the Purchaser or its employees, any consultants, or otherwise arising in any way from the bidding process. The Purchaser shall also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Bidder upon any statements contained in this RFP

5.25.9 Program of Work a. Within 10 days after the award of work under this Contract or prior to kick-off meeting whichever is earlier, the MSI shall submit to the Purchaser for its approval a detailed programme showing the sequence, procedure and method in which he proposes to carry out the works as stipulated in the Contract and shall, whenever reasonably required by the Purchaser’s Representative furnish in writing the arrangements and methods proposed to be made for carrying out the works. The programme so submitted by the MSI shall conform to the duties and periods specified in the Contract. The Purchaser and the MSI shall discuss and agree upon the work procedures to be followed for effective execution of the works, which the MSI intends to deploy and shall be clearly specified. Approval by the Purchaser’s Representative of a programme shall not relieve the MSI of any of his duties or responsibilities under the Contract b. If the MSI’s work plans necessitate a disruption/ shutdown in Purchaser’s operation, the plan shall be mutually discussed and developed so as to keep such disruption/ shutdown to the barest unavoidable minimum. Any time and cost arising due to failure of the MSI to develop/ adhere such a work plan shall be to his account 5.25.10 Bidder’s (MSI) Organization

Page 38 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

a. The MSI’s Team shall be deployed for execution of work and provision of Services under this Contract as mentioned in Section 7 - Scope of Work b. The MSI shall supply to the Purchaser for its approval, within 10 calendar days after the release of Work Order under this Contract or prior to the kick-off meeting whichever is earlier, an organization chart showing the proposed organization/ manpower to be deployed by the MSI for execution of the work including the identities and Curriculum-Vitae of the key personnel to be deployed c. The MSI should to the best of his efforts, avoid any change in the organization structure proposed for execution of this Contract or replacement of any manpower resource appointed for the project. If the same is however unavoidable, due to circumstances such as the resource leaving the MSI’s organization, the outgoing resource shall be replaced with an equally competent resource or better on approval from the Purchaser. The MSI shall promptly inform the Purchaser in writing, if any such revision or change is necessary d. In case of replacement of any manpower resource, the MSI should ensure efficient knowledge transfer from the outgoing resource to the incoming resource and adequate hand-holding period and training for the incoming resource in order to maintain the continued level of service e. All manpower resources deployed by the MSI for execution of this Contract must strictly adhere to the attendance reporting procedures and make their Services available for the entire reporting time period f. The MSI shall provide necessary supervision during the execution of work and as long thereafter as the Purchaser may consider necessary for the proper fulfilment of the MSI’s obligations under the Contract. The MSI or his competent and authorized representative(s) shall be constantly present at the site whole time for supervision. The MSI shall authorize his representative to receive directions and instructions from the Purchaser’s Representative g. The MSI shall be responsible for the deployment, transportation, accommodation and other requirements of all its employees required for the execution of the work and provision of Services for all costs/ charges in connection thereof h. The MSI shall provide and deploy only those manpower resources who are qualified/ skilled and experienced in their respective trades and who are competent to deliver in a proper and timely manner the work they are required to perform or to manage/ supervise the work i. The Purchaser’s Representative may at any time object to and require the MSI to remove forthwith from the Project any authorized representative or employee of the MSI or any person(s) of the MSI’s Team, if, in the opinion of the Purchaser’s Representative the person in question has misconducted or his/ her deployment is otherwise considered undesirable by the Purchaser’s Representative. The MSI shall forthwith remove and shall not again deploy the person without the written consent of the Purchaser’s Representative j. The Purchaser’s Representative may at any time object to and request the MSI to remove from the Project any of MSI’s authorized representative including any employee of the MSI or his team or any person(s) deployed by MSI or his team for professional incompetence or negligence or for being deployed for work for which he is not suited. The MSI shall consider the Purchaser’s Representative request and may accede to or disregard it. The Purchaser’s Representative, having made a request, as aforesaid in the case of any person, which the MSI has disregarded, may in the case of the same person at any time but on a different occasion, and for a different instance of one of the reasons referred to above in this clause object to and require the MSI to remove that person from deployment on the work, which the MSI shall then forthwith do and shall not again deploy any person so objected to on the work

Page 39 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

or on the sort of work in question (as the case may be) without the written consent of the Purchaser’s Representative k. The Purchaser’s Representative shall state to the MSI in writing his reasons for any request or requirement pursuant to this clause l. The MSI shall maintain backup personnel and shall promptly replace every person removed, pursuant to this section, with an equally competent substitute from the pool of backup personnel 5.25.11 Adherence to safety procedures, rules regulations and restrictions a. MSI shall comply with the provision of all laws including labour laws, rules, regulations and notifications issued there under from time to time. All safety and labour laws enforced by statutory agencies and by Purchaser shall be applicable in the performance of this Contract and MSI shall abide by these laws b. MSI shall take all measures necessary or proper to protect the personnel, work and facilities and shall observe all reasonable safety rules and instructions. Purchaser’s employee also shall comply with safety procedures/ policy c. The MSI shall report as soon as possible any evidence, which may indicate or is likely to lead to an abnormal or dangerous situation and shall take all necessary emergency control steps to avoid such abnormal situations d. MSI shall also adhere to all security requirement/ regulations of the Purchaser during the execution of the work

5.25.12 Statutory Requirements a. During the tenure of this Contract nothing shall be done by the MSI in contravention of any law, act and/ or rules/ regulations, there under or any amendment thereof governing inter-alia customs, stowaways etc. and shall keep Purchaser indemnified in this regard b. The MSI and their personnel/ representative shall not alter/ change/ replace any hardware component proprietary to the Purchaser and/ or maintenance of Third Party without prior consent of the Purchaser c. The MSI and their personnel/ representative shall not without consent of the Purchaser install any hardware or software not purchased/ owned by the Purchaser . MSI’s Personnel 5.26.1 The MSI shall employ and provide such qualified and experienced personnel as are required to perform the Services under the Contract 5.26.2 All the personnel, also of the MSI’s partners shall be deployed only after adequate background verification check. The MSI shall submit the background verification check report for the personnel before their deployment on the Project. Any deviations, if observed, would lead to removal of the personnel from the Project . Contract Administration 5.27.1 No variation or modification of the terms & conditions of the contract shall be made except by written amendment signed by the parties 5.27.2 Either party may appoint any individual / organization as their authorized representative through a written notice to the other party. Each Representative shall have the authority to: a. Exercise all of the powers and functions of his/her Party under this Contract other than the power to amend this Contract and ensure the proper administration and performance of the terms hereof; and b. Bind his or her Party in relation to any matter arising out of or in connection with this Contract 5.27.3 The MSI along with other members / third parties / OEMs shall be bound by all undertakings and representations made by the authorized representative of the MSI and any covenants stipulated hereunder, with respect to this Contract, for and on their behalf 5.27.4 For the purpose of execution or performance of the obligations under this Contract, the Purchaser’s representative would act as an interface with the nominated representative of the MSI. The MSI shall

Page 40 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

comply with all instructions that are given by the Purchaser’s representative during the course of this Contract in relation to the performance of its obligations under the terms of this Contract and the RFP . Purchaser’s Right of Monitoring, Inspection and Periodic Audit 5.28.1 The Purchaser or Purchaser’s Technical Representative reserves the right to inspect and monitor/ assess the progress/ performance/ maintenance of the project at any time during the course of the Contract, after providing due notice to the MSI. The Purchaser may demand and upon such demand being made, the purchaser shall be provided with any document, data, material or any other information which it may require, to enable it to assess the progress of the Project 5.28.2 The Purchaser or Purchaser’s Technical Representative shall also have the right to conduct, through an independent audit firm appointed by the Purchaser as it may deem fit, an audit to monitor the performance by the MSI of its obligations/ functions in accordance with the standards committed to or required by the Purchaser and the MSI undertakes to cooperate with and provide to the Purchaser, all documents and other details as may be required by them for this purpose. Any deviations or contravention identified as a result of such audit/ assessment would need to be rectified by the MSI failing which the Purchaser may, without prejudice to any other rights that it may issue a notice of default 5.28.3 The MSI shall at all times provide to the Purchaser or the Purchaser’s Representative access to the Site . Purchaser’s Obligations 5.29.1 The Purchaser’s Representative shall interface with the MSI, to provide the required information, clarifications and to resolve any issues as may arise during the execution of the Contract. Purchaser shall provide adequate cooperation in providing details, assisting with coordinating and obtaining of approvals from various governmental agencies, in cases, where the intervention of the Purchaser is proper and necessary 5.29.2 Purchaser shall ensure that timely approval is provided to the MSI, where deemed necessary, which should include technical architecture diagrams and all the specifications related to IT infrastructure required to be provided as part of the Scope of Work. All such documents shall be approved within 15 days of the receipt of the documents by the Purchaser 5.29.3 The Purchaser shall approve all such documents as per above Clause . Intellectual Property Rights 5.30.1 Purchaser shall own and have Intellectual Property Rights of all the deliverables which have been developed by the MSI during the performance of Services and for the purposes of inter-alia use of such Services under this Contract. The MSI undertakes to disclose all Intellectual Property Rights arising out of or in connection with the performance of the Services to the Purchaser and execute all such agreements/documents and file all relevant applications, effect transfers and obtain all permits and approvals that may be necessary in this regard to effectively conserve the Intellectual Property Rights of the Purchaser 5.30.2 If Purchaser desires, Further, the MSI shall be obliged to ensure that all approvals, registrations which are inter-alia necessary for use of the infrastructure installed by the MSI, the same shall be acquired in the name of the Purchaser, prior to termination of this Contract and which shall be assigned by the Purchaser to the MSI for the purpose of execution of any of its obligations under the terms of the Bid, RFP or this Contract. However, subsequent to the term of this Contract, such approvals etc. shall endure to the exclusive benefit of the Purchaser 5.30.3 The MSI shall ensure that while it uses any hardware, processes or material in the course of performing the Services, it does not infringe the Intellectual Property Rights of any person and MSI shall keep the Purchaser indemnified against all costs, expenses and liabilities howsoever, arising out of any illegal or unauthorized use (piracy) or in connection with any claim or proceedings relating to any breach or

Page 41 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

violation of any permission/license terms or infringement of any Intellectual Property Rights by the MSI during the course of performance of the Services . Record of Contract Documents 5.31.1 The MSI shall at all-time make and keep sufficient copies of the specifications and Contract documents for him to fulfil his duties under the contract 5.31.2 The MSI shall keep at least two copies of each and every specification and Contract document, in excess of his own requirement and those copies shall be available at all times for use by the Purchaser’s Representative and by any other person authorized by the Purchaser’s Representative . Ownership and Retention of Documents 5.32.1 The Purchaser shall own the Documents, prepared by or for the MSI arising out of or in connection with this Contract 5.32.2 Forthwith upon expiry or earlier termination of this Contract and at any other time on demand by the Purchaser, the MSI shall deliver to the Purchaser all Documents provided by or originating from the Purchaser and all Documents produced by or from or for the MSI in the course of performing the Services, unless otherwise directed in writing by the Purchaser at no additional cost. The MSI shall not, without the prior written consent of the Purchaser store, copy, distribute or retain any such Documents . Ownership of Equipment 5.33.1 The Purchaser shall own assets/ components including but not limited to equipment, documents and items supplied by the MSI arising out of or in connection with this Contract 5.33.2 However, all the risk and liability arising out of or in connection with the usage of the equipment, assets/ components during the term of the Contract shall be borne by the MSI . Indemnity 5.34.1 The MSI shall indemnify and defend CHiPS and its representatives & employees and hold CHiPS, its representatives, employees harmless from: 5.34.2 Damages and losses caused by its negligent or intentional act or omission or any damages and losses caused by the negligent act of any third party or sub-contractor or agency engaged by the MSI 5.34.3 Damages and losses resulting from the non-compliance with the established obligations Third Party claim against CHiPS or its nominated agency that any Deliverables/Services/Equipment provided by the MSI infringes a copyright, trade secret, patents or other intellectual property rights of any third party in which case the MSI shall defend such claim at its expense and shall pay any costs or damages that may be finally awarded against CHiPS or its nominated agency. The MSI shall not indemnify CHiPS, however, if the claim of infringement is caused by (a) CHiPS misuse or modification of the Deliverables; or (b) CHiPS failure to use corrections or enhancements made available by the MSI; or (c) CHiPS use of the Deliverables in combination with any product or information not owned or developed or supplied by the MSI 5.34.4 If any Deliverable is or likely to be held to be infringing, the MSI shall at its expense and option either (i) procure the right for CHiPS to continue using it, or (ii) replace it with a non- infringing equivalent, or (iii) modify it to make it non-infringing 5.34.5 Any environmental damages caused by it and/or its representatives or employees or employees of any third party or sub-contractor or agency engaged by the MSI 5.34.6 Breach (either directly by it or through its representatives and/or employees) of any representation and guarantee declared herein by it; 5.34.7 From any and all claims, actions, suits, proceedings, taxes, duties, levies, costs, expenses, damages and liabilities, including attorneys’ fees, arising out of, connected with, or resulting from or arising in connections with the services provided due to neglect, omission or intentional act

Page 42 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

. Confidentiality 5.35.1 Information relating to the examination, clarification, evaluation and recommendation for the Bidders shall not be disclosed to any person who is not officially concerned with the process or is not a retained professional advisor advising CHiPS in relation to, or matters arising out of, or concerning the Bidding Process or CHiPS will treat all information, submitted as part of the Bid, in confidence and will require all those who have access to such material to treat the same in confidence. CHiPS may not divulge any such information unless it is directed to do so by any statutory entity that has the power under Applicable Law to require its disclosure or is to enforce or assert any right or privilege of the statutory entity and/ or CHiPS or as may be required by Applicable Law or in connection with any legal process. Bidders are to treat all information as strictly confidential and shall not use it for any purpose other than for preparation and submission of their Bid. The provisions of this Clause shall also apply mutatis mutandis to Bids and all other documents submitted by the Bidders, and CHiPS shall be under no obligation whatsoever to return to the Bidders any document or any information provided along therewith 5.35.2 The MSI shall not use Confidential Information, the name or the logo of the Purchaser except for the purposes of providing the Service as specified under this RFP; 5.35.3 The MSI shall not, either during the term or 6 months after expiration of this Contract, disclose any proprietary or confidential information relating to the Services, Contract or the network architecture, Purchaser’s business plan or operations without the prior written consent of the Purchaser. 5.35.4 The MSI may only disclose Confidential Information in the following circumstances: a. with the prior written consent of the Purchaser; b. to a member of the MSI s’ Team (“Authorized Person”) if:

• the Authorized Person needs the Confidential Information for the performance of obligations under this contract; • the Authorized Person is aware of the confidentiality of the Confidential Information and is obliged to use it only for the performance of obligations under this contract • If the information is already made available in any public domain 5.35.5 The MSI shall do everything reasonably possible to preserve the confidentiality of the Confidential Information including execution of a confidential agreement with the members of the, subcontractors and other service provider’s team members to the satisfaction of the Purchaser 5.35.6 The MSI shall sign a Non-Disclosure Agreement (NDA) with the Purchaser on mutually agreed terms & conditions. The MSI and its antecedents shall be bound by the NDA. The MSI shall be responsible for any breach of the NDA by its antecedents or delegates 5.35.7 The MSI shall notify the Purchaser promptly if it is aware of any disclosure of the Confidential Information otherwise than as permitted by this Contract or with the authority of the Purchaser 5.35.8 The Purchaser reserves the right to adopt legal proceedings, civil or criminal, against the MSI in relation to a dispute arising out of breach of obligation by the MSI under this clause . Taxes 5.36.1 The quoted price should be inclusive of all the applicable Taxes, levies, duties, etc. (excluding GST). GST shall be paid extra on actual, as applicable. The GST prevailing at the time of raising the invoice shall be paid. CHiPS shall deduct appropriate tax as applicable at source from the payment against the delivery & services and corresponding TDS certificate shall be issued at the end of respective quarter 5.36.2 In case of any variation (upward or downward) in GST wherever applicable up to the date of invoice, the benefit or the burden of the same shall be passed on to CHiPS. Necessary documentary evidence shall be produced for having paid the excise duty, GST, if applicable and/ or other applicable levies. Variation would also include the introduction of any new tax / cess

Page 43 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

. Warranty 5.37.1 A comprehensive on-site warranty and Operations & Maintenance on all goods supplied under this contract shall be provided by the respective Original Equipment Manufacturer (OEM) through MSI till the end of the Contract 5.37.2 Technical Support shall be provided by the respective OEM till the end of the contract period 5.37.3 The MSI shall warrant that the goods supplied under the Contract are new, non-refurbished, unused and recently manufactured; shall not be nearing End of Sale / End of Support; and shall be supported by the MSI and respective OEM along with service and spares support to ensure its efficient and effective operation for the entire duration of the contract 5.37.4 The MSI warrants that the goods supplied under this contract shall be of the reasonably acceptable grade and quality and consisted with the established and generally accepted standards for materials of this type. The goods shall be in full conformity with the specifications and shall operate properly and safely. All recent design improvements in goods, unless provided otherwise in the Contract, shall also be made available 5.37.5 The MSI further warrants that the Goods supplied under this Contract shall be free from all encumbrances and defects/faults arising from design, material, manufacture or workmanship (except insofar as the design or material is required by the Purchaser's Specifications) 5.37.6 The Purchaser shall promptly notify the MSI in writing of any claims arising under this warranty 5.37.7 Upon receipt of such notice, the MSI shall, with all reasonable speed, repair or replace the defective Goods or parts thereof, without prejudice to any other rights which the Purchaser may have against the MSI under the Contract 5.37.8 If the MSI, having been notified, fails to remedy the defect(s) within a reasonable period, the Purchaser may proceed to take such remedial action as may be necessary, at the MSI s’ risk & expense and without prejudice to any other rights which the Purchaser may have against the MSI under the Contract . Term and Extension of the Contract 5.38.1 The term of this Contract shall be initially for a period of 8 years (one year for implementation and seven years for Operations & maintenance) from the date of contract signing 5.38.2 The Purchaser shall reserve the sole right to grant any extension to the term above mentioned and shall notify in writing to the MSI, at least 6 months before the expiration of the term hereof, whether it shall grant the MSI an extension of the term. The decision to grant or refuse the extension shall be at the Purchaser’s discretion. Accordingly, the Bank Guarantee of the same amount shall be extended up to extended period of the Contract 5.38.3 Where the Purchaser is of the view that no further extension of the term be granted to the MSI, the Purchaser shall notify the MSI of its decision at least 6 (six) months prior to the expiry of the Term. Upon receipt of such notice, the MSI shall continue to perform all its obligations hereunder, until such reasonable time beyond the Term of the Contract within which, the Purchaser shall either appoint an alternative MSI/Service provider or create its own infrastructure to operate such Services as are provided under this Contract. Purchaser shall make payment for work executed for the extended period post contract expiry . Prices 5.39.1 Prices quoted must be firm and shall not be subject to any upward revision on any account whatsoever throughout the period of contract. Purchaser however reserves the right to review the charges payable for the Maintenance and Management of the infrastructure at any time at the request of Purchaser whichever is earlier to incorporate downward revisions as applicable and necessary 5.39.2 If at any time, during the period of contract, the MSI offers identical services/products to any other Govt. Department/ Organization at prices lower than those chargeable under this contract, he shall

Page 44 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

notify the same to the purchaser and extend such reduced prices to the purchaser with immediate effect . Change Orders/ Alteration/ Variation 5.40.1 The MSI shall agree that the requirements/quantities/ specifications and Service requirements given in the RFP are minimum requirements and are in no way exhaustive and guaranteed by the Purchaser. a. Any upward revision (and/or additions consequent to errors, omissions, ambiguities, discrepancies in the quantities, specifications, architecture etc. of the RFP which the MSI had not brought to the Purchaser’s notice till the time of award of work and not accounted for in his Bid shall not constitute a change order and such upward revisions and/or addition shall be carried out by the MSI without any time and cost effect to Purchaser b. It shall be the responsibility of the MSI to meet all the performance and other requirements of the Purchaser as stipulated in the RFP / Contract. Any upward revisions / additions of quantities, specifications, service requirements to those specified by the MSI in his Bid documents, that may be required to be made during installation / commissioning of the network or at any time during the currency of the contract in order to meet the conceptual design, objective and performance levels or other requirements as defined in the RFP. These changes shall be carried out as per mutual consent

5.40.2 The Purchaser may at any time, by a written change order given to the MSI, make changes within the general Scope of Work. The Purchaser shall have an option to increase or decrease (decrease only if communicated to MSI prior to availing of services / dispatch of goods / equipment) the Quantities and/or Specifications of the goods/equipment to be supplied and installed by the MSI or service requirements, as mentioned in the Contract, at any time during the contract period 5.40.3 The written advice to any change shall be issued by the Purchaser to the MSI up to 4 (four) weeks prior to the due date of provisioning/supply of such goods/equipment or commencement of services 5.40.4 In case of increase in Quantities / Specifications or Service requirements or in case of additional requirement, the rate as provided in the Contract shall be considered as benchmark rates for procurement of the additional requirement from the MSI. However, based on the industry trends, Purchaser retains the right to review these rates. The additional requirement shall also be governed by the same terms & conditions as provided in the Contract except for the appropriate extension of time to be allowed for delivery/installation of such extra goods/equipment or for commencement of such services. In case of decrease in Quantities or Specifications of goods/equipment or Service requirements, the MSI shall give a reduction in price at the rate given in the Contract corresponding to the said decrease 5.40.5 In case applicable rates for the increase/decrease in question are not available in the Contract then the rates as may be mutually agreed shall apply. The MSI shall not be entitled to any claim by way of change of price, damages, losses, etc. The MSI shall be compensated at actual for any cancellation charges provided the claim is duly supported by documentary evidence of having incurred cancellation charges, which results from Purchaser’s action in reducing/cancelling Scope of Work 5.40.6 Conditions for Change Order a. The change order shall be initiated only in case (i) the Purchaser or Purchaser’s Technical Representative directs in writing the MSI to incorporate changes to the goods or design requirements already covered in the Contract. (ii) the Purchaser or Purchaser’s Technical Representative directs in writing to the MSI to include any addition to the scope of work or services covered under this Contract or delete any part thereof, (iii) MSI requests to delete any part of the work which shall not adversely affect the work and if the deletions proposed are agreed to by the Purchaser and for which the cost and time benefits shall be passed on to the Purchaser b. Any change order comprising an alteration which involves change in the cost of the goods and/or services (which sort of alteration is hereinafter called a “Variation”) shall be the Subject of an

Page 45 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

amendment to the Contract by way of an increase or decrease in the Contract Value and adjustment of the implementation schedule if any c. If parties agree that the Contract does not contain applicable rates or that the said rates are inappropriate or the said rates are not precisely applicable to the variation in question, then the parties shall review the Contract Value which shall represent the change in cost of the goods and/or works caused by the Variations. Any change order shall be duly approved by the Purchaser in writing d. If there is a difference of opinion between the MSI and Purchaser’s Representative on whether a particular item, work or part of the work constitutes a change order or not, the matter shall be handled in accordance with the procedures set forth in Clause 5.40.7 (k)

5.40.7 Procedures for change Order a. Upon receiving any revised requirement/advice, in writing, from the Purchaser or Purchaser’s Technical Representative, the MSI would verbally discuss the matter with Purchaser’s Representative b. In case such requirement arises from the side of the MSI, he would also verbally discuss the matter with Purchaser’s Representative giving reasons thereof c. In either of the two cases as explained in Clause 5.40.7 (a) and clause 5.40.7 (b) above, the representatives of both the parties shall discuss on the revised requirement for better understanding and to mutually decide whether such requirement constitutes a change order or not d. If it is mutually agreed that such requirement constitutes a “Change Order” then a joint memorandum shall be prepared and signed by the MSI and Purchaser to confirm a “Change Order” and basic ideas of necessary agreed arrangement e. MSI shall study the revised requirement in accordance with the joint memorandum under Clause 5.40.7 (d) and assess subsequent schedule and cost effect, if any f. Upon completion of the study referred to above under Clause 5.40.7 (e) the results of this study along with all relevant details including the estimated time and cost effect thereof with supporting documents would be submitted to the Purchaser to enable the Purchaser to give a final decision whether MSI should proceed with the change order or not in the best interest of the works g. The estimated cost and time impact indicated by MSI shall be considered as a ceiling limit and shall be provisionally considered for taking a decision to implement change order h. The time impact applicable to the Contract shall be mutually agreed, subsequently, on the basis of the detailed calculations supported with all relevant back up documents i. In case MSI fails to submit all necessary substantiation/calculations and back up documents, the decision of the Purchaser regarding time and cost impact shall be final and binding on the MSI j. If Purchaser accepts the implementation of the change order under Clause 5.40.7 (f) in writing, which would be considered as change order, then MSI shall commence to proceed with the enforcement of the change order pending final agreement between the parties with regard to adjustment of the Contract Value and the Schedule k. In case, mutual agreement under Clause 5.40.7 (d) above, i.e. whether new requirement constitutes the change order or not, is not reached, then MSI in the interest of the works, shall take up the enforcement of the change order, if advised in writing to do so by Purchaser’s Representative pending settlement between the two parties to the effect whether such requirement constitutes a change order or not as per the terms & conditions of Contract. The time and cost effects in such a case shall be mutually verified and recorded. Should it establish that the said work constitutes a change order, the same shall be compensated taking into account the records kept in accordance with the Contract l. The MSI shall submit the necessary back up documents for the change order showing the break-up of the various elements constituting the change order for the Purchaser’s review. If no agreement is reached between the Purchaser and MSI within 60 days after Purchaser’s instruction in writing to carry out the change concerning the increase or decrease in the Contract Value and all other matters described above, either party may refer the dispute to arbitration 5.40.8 Conditions for Revised Work / Change Order

Page 46 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

a. The provisions of the Contract shall apply to revised work / change order as if the revised work / Change order has been included in the original Scope of work. However, the Contract Value shall increase / decrease and the schedule shall be adjusted on account of the revised work / Change orders as may be mutually agreed in terms of provisions set forth in Clause 5.40. The MSI’s obligations with respect to such revised work / change order shall remain in accordance with the Contract . Suspension of Work 5.41.1 The MSI shall, if ordered in writing by the Purchaser’s Representative, temporarily suspend the works or any part thereof for such a period and such a time as ordered, then MSI shall not be entitled to claim compensation for any loss or damage sustained by him by reason of temporary suspension of the Works as aforesaid but shall be eligible for the payment (of products/services delivered and accepted) during the suspension period as per contract. An extension of time for completion, corresponding with the delay caused by any such suspension of the works as aforesaid shall be granted to the MSI, if request for same is made and that the suspension was not consequent to any default or failure on the part of the MSI. Both MSI and purchaser acknowledges the suspension of work by purchaser, if results in extension of contract, the extra cost shall be on account of Purchaser which shall be mutually agreed. In case the suspension of works, is not consequent to any default or failure on the part of the MSI, and lasts for a period of more than 2 months, the MSI shall have the option to request the Purchaser to terminate the Contract with mutual consent. 5.41.2 In the event that the Purchaser suspends the progress of work for any reason not attributable to the MSI for a period in excess of 30 days in aggregate, rendering the MSI to extend his Bank Guarantee then Purchaser shall bear only the cost of extension of such bank guarantee for such extended period restricted to the normal bank rates as applicable in the international banking procedures subject to the MSI producing the requisite evidence from the bank concerned . Time is of Essence 5.42.1 Time shall be of the essence in respect of any date or period specified in this RFP or any notice, demand or other communication served under or pursuant to any provision of this RFP and in particular in respect of the completion of the Services by the MSI by the completion date . Completion of Contract 5.43.1 Unless terminated earlier, pursuant to Clauses 5.19, 5.30.3, 5.32, 5.33 and 5.35 the Contract shall terminate on the completion of term as specified in the Contract and only after the obligations mentioned in Clause 5.48 - Consequences of Termination are fulfilled to the satisfaction of the Purchaser . Special Conditions of Contract 5.44.1 Amendments of, and Supplements to, Clauses in the General Conditions of Contract . Event of Default by the Bidder 5.45.1 The failure on the part of the MSI to perform any of its obligations or comply with any of the terms of this Contract which results in a material breach of the contract shall constitute an Event of Default on the part of the MSI. The events of default as mentioned above may include inter-alia the following: a. the MSI has failed to adhere to any of the key performance indicators as laid down in the Key Performance Measures / Contract, or if the MSI has fallen short of matching such standards/targets as the Purchaser may have designated with respect to any task necessary for the execution of the scope of work under this Contract which results in a material breach of the contract. The above mentioned failure on the part of the MSI may be in terms of failure to adhere to timelines, specifications, requirements etc. or any other criteria as defined by the Purchaser; b. the MSI has failed to remedy a failure to perform its obligations in accordance with the directive, including specifications, timelines etc., issued by the Purchaser, despite being served with a default

Page 47 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

notice which laid down the specific deviance on the part of the MSI to comply with any stipulations or standards as laid down by the Purchaser; or c. the MSI /MSIs’ team has failed to conform with any of the Service/Facility Specifications/standards as set out in the scope of work of this RFP or has failed to adhere to any amended direction, modification or clarification as issued by the Purchaser during the term of this Contract and which the Purchaser deems proper and necessary for the execution of the scope of work under this Contract d. the MSI has failed to demonstrate or sustain any representation made by it in this Contract, with respect to any of the terms of its Bid, the RFP and this Contract e. there is an order from a court of competent jurisdiction for bankruptcy, insolvency, winding up or there is an appointment of receiver, liquidator, assignee, or similar official against or in relation to the MSI f. the MSI Abandons the project during the Term of the Contract 5.45.2 Where there has been an occurrence of such defaults inter alia as stated above, the Purchaser shall issue a notice of default to the MSI, setting out specific defaults / deviances / omissions and providing a notice of Sixty (60) days to enable such defaulting party to remedy the default committed 5.45.3 Where despite the issuance of a default notice to the MSI by the Purchaser the MSI fails to remedy the default to the satisfaction of the MSI, the Purchaser may, at its sole discretion where it deems fit, issue to the defaulting party another default notice or proceed to adopt such remedies as may be available to the Purchaser . Consequences of Event of Default 5.46.1 Where an Event of Default subsists or remains uncured the Purchaser may/ shall be entitled to: 5.46.2 The Bidder shall in addition take all available steps to minimize loss resulting from such event of default 5.46.3 The Purchaser may, by a written notice of suspension to the Bidder, suspend all payments to the Bidder under the Contract, provided that such notice of suspension: a. shall specify the nature of the failure; and b. shall request the Bidder to remedy such failure within a specified period from the date of receipt of such notice of suspension by the Bidder

5.46.4 In all cases of risk purchase, the difference in cost shall be borne by defaulting Bidder / MSI 5.46.5 Terminate the Contract in Part or Full a. Retain such amounts from the payment due and payable by the Purchaser to the Bidder as may be required to offset any losses caused to the Purchaser as a result of such event of default and the Bidder shall compensate the Purchaser for any such loss, damages or other costs, incurred by the Purchaser in this regard. Nothing herein shall affect the continued obligation of the MSI and MSI’s Team to perform all their obligations and responsibilities under this Contract in an identical manner as were being performed before the occurrence of the default. b. Invoke the Performance Bank Guarantee and other Guarantees furnished hereunder, recover such other costs/ losses and other amounts from the Bidder as may have resulted from such default and pursue such other rights and/or remedies that may be available to the Purchaser under law . Termination 5.47.1 The Purchaser may, terminate this Contract in whole or in part by giving the MSI a prior and written notice indicating its intention to terminate the Contract under the following circumstances: a. Where the Purchaser is of the opinion that there has been such Event of Default on the part of the MSI which would make it proper and necessary to terminate this Contract and may include failure on the

Page 48 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

part of the MSI to respect any of its commitments with regard to any part of its obligations under its Bid, the RFP or under this Contract b. Where it comes to the Purchaser’s attention that the MSI (or the MSI s’ Team) is in a position of actual conflict of interest with the interests of the Purchaser, in relation to any of terms of the MSI s’ Bid, the RFP or this Contract c. Where the MSI s’ ability to survive as an independent corporate entity is threatened or is lost owing to any reason whatsoever, including inter-alia the filing of any bankruptcy proceedings against the MSI, any failure by the MSI to pay any of its dues to its creditors, the institution of any winding up proceedings against the MSI or the happening of any such events that are adverse to the commercial viability of the MSI. In the event of the happening of any events of the above nature, the Purchaser shall reserve the right to take any steps as are necessary, to ensure the effective transition of the project to a successor MSI and to ensure business continuity d. Termination for Insolvency: The Purchaser may at any time terminate the Contract by giving written notice to the MSI, without compensation to the MSI, if the MSI becomes bankrupt or otherwise insolvent, provided that such termination shall not prejudice or affect any right of action or remedy which has accrued or shall accrue thereafter to the Purchaser. e. Termination for Convenience: The Purchaser, may, by prior written notice sent to the MSI at least 6 months in advance, terminate the Contract, in whole or in part at any time for its convenience. The notice of termination shall specify that termination is for the Purchaser’s convenience, the extent to which performance of work under the Contract is terminated, and the date upon which such termination becomes effective . Consequences of Termination 5.48.1 In the event of termination of this contract due to any cause whatsoever, the contract with stand cancelled effective from the date of termination of this contract 5.48.2 In case of exigency, if the Purchaser gets the work done from elsewhere, the difference in the cost of getting the work done shall be borne by the MSI 5.48.3 Where the termination of the Contract is prior to its stipulated term on account of a Default on the part of the MSI or due to the fact that the survival of the MSI as an independent corporate entity is threatened/has ceased, or for any other reason, whatsoever, the Purchaser through re-determination of the consideration payable to the MSI as agreed mutually by the Purchaser and the MSI or through a third party acceptable to both the parties may pay the MSI for that part of the Services which have been authorized by the Purchaser and satisfactorily performed by the MSI up to the date of termination. Without prejudice any other rights, the Purchaser may retain such amounts from the payment due and payable by the Purchaser to the MSI as may be required to offset any losses caused to the Purchaser as a result of any act/omissions of the MSI. In case of any loss or damage due to default on the part of the MSI in performing any of its obligations with regard to the execution of the scope of work under this Contract, the MSI shall compensate the Purchaser for any such loss, damages or other costs, incurred by the Purchaser. Additionally, other members of its team shall perform all its obligations and responsibilities under this Contract in an identical manner as were being performed before the collapse of the MSI as described above in order to execute an effective transition and to maintain business continuity. All third parties shall continue to perform all/any functions as stipulated by the Purchaser and as may be proper and necessary to execute the scope of work under the Contract in terms of the MSI s’ Bid, the RFP and this Contract. 5.48.4 Nothing herein shall restrict the right of the Purchaser to invoke the Bank Guarantee and other Guarantees furnished hereunder, enforce the Deed of Indemnity and pursue such other rights and/or remedies that may be available to the Purchaser under law. 5.48.5 The termination hereof shall not affect any accrued right or liability of either Party nor affect the operation of the provisions of this Contract that are expressly or by implication intended to come into or continue in force on or after such termination.

Page 49 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

. Penalty 5.49.1 Ongoing performance and Service Levels shall be as per parameters stipulated by the Purchaser in this Contract, failing which the Purchaser may, at its discretion, impose penalties on the Bidder as defined in General Conditions of the Contract and Service Level Agreement of the RFP . Liquidated Damages 5.50.1 The MSI shall perform the Services and comply in all respects with the critical dates and the parties hereby agree that failure on part of the MSI to meet the critical dates without prejudice to any other rights that the Purchaser have, may lead to the imposition of such obligations as are laid down in the Delay and Deterrent Mechanism and/or levy of penalty as set and/or termination of the Contract at the discretion of the Purchaser. 5.50.2 Penalties shall be capped to maximum of 12% of total CAPEX during implementation Phase and 25% of the total OPEX during O&M Phase of the project. Beyond 12% of total CAPEX and 25% of the total O&M, the Purchaser has the right to terminate the contract or a portion or part of the work thereof. The purchaser shall give 30 days’ notice to the MSI of its intention to terminate the Contract and shall so terminate the Contract unless the MSI initiates remedial action acceptable to the Purchaser during the 30 days’ notice period, 5.50.3 The Purchaser may without prejudice to its right to effect recovery by any other method, deduct the amount of liquidated damages from any money belonging to the MSI in its hands (which includes the Purchaser’s right to claim such amount against MSI s’ Bank Guarantee) or which may become due to the MSI. Any such recovery or liquidated damages shall not in any way relieve the MSI from any of its obligations to complete the Works or from any other obligations and liabilities under the Contract. 5.50.4 Delay not attributable to the MSI shall be considered for exclusion for the purpose of computing liquidated damages . Dispute Resolution 5.51.1 The Purchaser and the MSI shall make every effort to resolve amicably by direct informal negotiations, any disagreement or disputes, arising between them under or in connection with the Contract 5.51.2 If, after Thirty (30) days from the commencement of such direct informal negotiations, the Purchaser and the MSI have been unable to resolve amicably a Contract dispute, either party may require that the dispute be referred for resolution to the formal mechanism specified in Clauses 5.51.3 and Clause 5.51.4 5.51.3 In the case of a dispute or difference arising between the Purchaser and the MSI relating to any matter arising out of or connected with this Contract, such dispute or difference shall be referred to the award of two Arbitrators, one Arbitrator to be nominated by the Purchaser and the other to be nominated by the MSI or in case of the said Arbitrators not agreeing, then to the award of an Umpire to be appointed by the Arbitrators in writing before proceeding with the reference, and in case the Arbitrators cannot agree to the Umpire, he may be nominated by the Secretary, Indian Council of Arbitration, New Delhi. The award of the Arbitrators, and in the event of their not agreeing, of the Umpire appointed by them or by the Secretary, Indian Council of Arbitration, New Delhi, shall be final and binding on the parties 5.51.4 The Arbitration and Conciliation Act 1996, the rules hereunder and any statutory modification or re- enactment thereof, shall apply to the arbitration proceedings 5.51.5 The Arbitration proceedings shall be held in Raipur, Chhattisgarh, India 5.51.6 The Arbitration proceeding shall be governed by the substantive laws of India 5.51.7 The proceedings of Arbitration shall be in English language 5.51.8 Except as otherwise provided elsewhere in the Contract if any dispute, difference, question or disagreement arises between the parties hereto or their respective representatives or assignees, at any time in connection with construction, meaning, operation, effect, interpretation or out of the Contract or breach thereof the same shall be decided by an Arbitral Tribunal consisting of three

Page 50 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

Arbitrators. Each party shall appoint one Arbitrator and the Arbitrators so appointed shall appoint the third Arbitrator who shall act as Presiding Arbitrator 5.51.9 In case, a party fails to appoint an arbitrator within 30 days from the receipt of the request to do so by the other party or the two Arbitrators so appointed fail to agree on the appointment of third Arbitrator within 30 days from the date of their appointment upon request of a party, the Chief Justice of India or any person or institution designated by him (in case of International commercial Arbitration) shall appoint the Arbitrators/ Presiding Arbitrator. In case of domestic contracts, the Chief Justice of the High Court or any person or institution designated by him within whose jurisdiction the subject work order/ Contract has been placed/ made, shall appoint the arbitrator/ Presiding Arbitrator upon request of one of the parties 5.51.10 If any of the Arbitrators so appointed dies, resigns, incapacitated or withdraws for any reason from the proceedings, it shall be lawful for the concerned party/ arbitrator 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 de novo 5.51.11 It is a term of the Contract that the party invoking arbitration shall specify all disputes to be referred to arbitration at the time of invocation of arbitration and not thereafter 5.51.12 It is also a term of the Contract that neither party to the Contract shall be entitled for any interest on the amount of the award 5.51.13 The Arbitral Tribunal shall give reasonable award and the same shall be final, conclusive and binding on the parties 5.51.14 The fees of the arbitrator shall be borne by the parties nominating them and the fee of the Presiding Arbitrator, costs and other expenses incidental to the arbitration proceedings shall be borne equally by the parties 5.51.15 Subject to as aforesaid the provisions of the Arbitration and Conciliation Act, 1996 and any statutory modifications or re-enactment in lieu thereof shall apply to the arbitration proceedings under this clause 5.51.16 Continuance of the Contract: Notwithstanding the fact that settlement of dispute(s) (if any) under arbitration may be pending, the parties hereto shall continue to be governed by and perform the work in accordance with the provisions under this Contract . Insurance 5.52.1 The Goods supplied under this Contract shall be fully insured by the MSI, against any loss or damage up to the time it is delivered to the MSI -designated carrier for shipment to Purchaser or to Purchaser’s designated location. The MSI shall submit to the Purchaser, certificate of insurance issued by the insurance company, indicating that such insurance has been taken 5.52.2 The MSI shall bear all the statutory levies like customs, insurance, freight, etc. applicable on the goods during their shipment from respective manufacturing/shipment site of the OEM to the port of landing. 5.52.3 All charges such as transportation, logistics, warehousing, security, etc. that may be applicable till the goods are delivered and upon completion of acceptance testing at the respective site of installation shall be borne by the MSI. 5.52.4 The MSI during the term of this contract undertakes to ensure that it has taken or shall take up all appropriate insurances for the delivery of goods that it is required to undertake under law as well as to adequately cover its obligations under this Contract: shall take out and maintain, at his own cost insurance with IRDA approved insurers against the risks, and for the coverage, as specified below: shall pay all premium in relation thereto and shall ensure that nothing is done to make such insurance policies void or voidable at the Purchaser’s request, shall provide certificate of insurance to the Purchaser showing that such insurance has been taken out and maintained. Employer's liability and workers' compensation insurance in respect of the Personnel of the MSI / MSI s’ Team, in accordance

Page 51 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

with the relevant provisions of the Applicable Law, as well as, with respect to such Personnel, any such life, health, accident, travel or other insurance as may be appropriate; and 5.52.5 Insurance against loss of or damage to (i) equipment or assets procured in full or in part for fulfilment of obligations under this Contract (ii) the MSI s’ assets and property used in the performance of the Services . Transfer of Ownership 5.53.1 The MSI must transfer all goods, clear and unencumbered titles to the assets and goods procured for the purpose of the project to the Purchaser upon end to end connectivity of GPs. 5.53.2 The asset(s) so created shall be a National Asset fully owned by the Government of India and non- discriminatory access, including leasing of dark fibre. . Limitation of the Bidder’s (MSI) Liability towards the Purchaser 5.54.1 Except in case of gross negligence, wilful misconduct, breach of Application Laws, breach of representations & warranties and breach of indemnity provisions on the part of the MSI or on the part of any person or company acting on behalf of the MSI in carrying out the Services, the MSI, with respect to damage caused by the MSI to Purchaser’s property, shall not be liable to Purchaser a. For any indirect or consequential loss or damage; and b. For any direct loss or damage that exceeds the total payments payable under this contract to the MSI hereunder. 5.54.2 This limitation of liability shall not affect the MSI s liability, if any, for direct damage to Third Parties resulting in bodily injury, death or damage to physical property caused by the MSI or any person or firm/company acting on behalf of the MSI in carrying out the Services. Notwithstanding anything stated to the contrary in the RFP, Limitation of liability, including for direct damage to Third Parties, shall be to the extent of 100% of the total cost of the project calculated up to and as on the date when such section / clause is required to be invoked. . Conflict of Interest 5.55.1 If the Bidder / MSI is found to have a conflict of interest that affects the Bidding Process. Any Bidder found to have a Conflict of Interest shall be disqualified. In the event of disqualification, CHiPS shall be entitled to forfeit and appropriate the EMD or PBG, for the Damages incurred by CHiPS, as the case may be, without prejudice to any other right or remedy that may be available to CHiPS under the Bidding Documents and/ or the Agreement or otherwise. Without limiting the generality of the above, a Bidder shall be deemed to have a Conflict of Interest affecting the Bidding Process, if (“Conflict of Interest”): 5.55.1.1 The Bidder / MSI, its member or Associate (or any constituent thereof) and any other Bidder, its member or any Associate thereof (or any constituent thereof) have common controlling shareholders or other ownership interest; provided that this disqualification shall not apply in cases where the direct or indirect shareholding of a Bidder, its member or an Associate thereof (or any shareholder thereof having a shareholding of more than 5% (five percent) of the paid up and subscribed share capital of such Bidder, member or Associate, as the case may be) in the other Bidder, its member or Associate, is less than 5% (five percent) of the subscribed and paid up equity share capital thereof; provided further that this disqualification shall not apply to any ownership by a bank, insurance company, pension fund or a public financial institution referred to in sub- section (72) of section 2 of the Companies Act, 1956/2013. For the purposes of this Clause, indirect shareholding held through one or more intermediate persons shall be computed as follows: a. where any intermediary is controlled by a person through management control or otherwise, the entire shareholding held by such controlled intermediary in any other person (the

Page 52 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

“Subject Person”) shall be taken into account for computing the shareholding of such controlling person in the Subject Person; and b. subject to Clause 5.55.1.1 (a) above, where a person does not exercise control over an intermediary, which has shareholding in the Subject Person, the computation of indirect shareholding of such person in the Subject Person shall be undertaken on a proportionate basis; provided, however, that no such shareholding shall be reckoned under this Clause, if the shareholding of such person in the intermediary is less than 26% (twenty six percent) of the subscribed and paid up equity shareholding of such intermediary; or c. a constituent of such Bidder is also a constituent of another Bidder; or d. such Bidder, its member or any Associate thereof receives or has received any direct or indirect subsidy, grant, or subordinated debt from any other Bidder, its member or Associate, or has provided any such subsidy, grant, or subordinated debt to any other Bidder, its member or any Associate thereof; or e. such Bidder has the same legal representative for purposes of this Bid as any other Bidder; or f. such Bidder, or any Associate thereof, has a relationship with another Bidder, or any Associate thereof, directly or through common third party/ parties, that puts either or both of them in a position to have access to each other’s information about, or to influence the Bid of either or each other; or g. Such Bidder or any Associate thereof has participated as a consultant to CHiPS in the preparation of any documents, design or technical specifications of the Project. 5.55.1.2 In case a Bidder is a Consortium, then the term Bidder as used in this Clause, shall include each member of such Consortium. 5.55.1.3 For purposes of this RFP, Associate means, in relation to the Bidder/ Consortium member, a person who controls, is controlled by, or is under the common control with such Bidder/ Consortium member (the “Associate”). As used in this definition, the expression “control” means, with respect to a person which is a company or corporation, the ownership, directly or indirectly, of more than 50% (fifty per cent) of the voting shares of such person, and with respect to a person which is not a company or corporation, the power to direct the management and policies of such person by operation of Applicable Law. 5.55.1.4 The Purchaser requires that the MSI provides services which at all times hold the Purchaser’s interests paramount, avoid conflicts with other assignments or its own interests, and act without any consideration for future work. The MSI shall not accept or engage in any assignment that would be in conflict with its prior or current obligations to other clients, or that may place it in a position of not being able to carry out the assignment in the best interests of the Purchaser. . Severance 5.56.1 In the event any provision of this Contract is held to be invalid or unenforceable under the applicable law, the remaining provisions of this Contract shall remain in full force and effect . Governing Language 5.57.1 The Contract shall be written in English language. Subject to Clause 5.61.5 such language versions of the Contract shall govern its interpretation. All correspondence and other documents pertaining to the Contract that are exchanged by parties shall be written in English language only . “No Claim” Certificate 5.58.1 The MSI shall not be entitled to make any claim, whatsoever against the Purchaser, under or by virtue of or arising out of, this contract, nor shall the Purchaser entertain or consider any such claim, if made by the MSI after he shall have signed a “No claim” certificate in favour of the Purchaser in such forms as shall be required by the Purchaser after the works are finally accepted.

Page 53 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

5.58.2 It shall be deemed that by submitting the Bid, the Bidder agrees and releases CHiPS, its employees, agents and advisers, irrevocably, unconditionally, fully and finally from any and all liability for claims, losses, damages, costs, expenses or liabilities in any way related to or arising from the exercise of any rights and/ or performance of any obligations hereunder, pursuant hereto and/ or in connection with the Bidding Process and waives, to the fullest extent permitted by Applicable Laws, any and all rights and/ or claims it may have in this respect, whether actual or contingent, whether present or in future. . Publicity 5.59.1 The MSI shall not make or permit to be made a public announcement or media release about any aspect of this Contract unless the Purchaser first gives the MSI its written consent. . Force Majeure 5.60.1 If, at any time, during the continuance of this contract, the performance in whole or in part by either party of any obligation under this contract is prevented or delayed by reasons of any war or hostility, acts of the public enemy, civil commotion, sabotage, fires, floods, explosions, epidemics, quarantine restrictions, strikes, lockouts or act of God (hereinafter referred to as events) provided notice of happenings of any such eventuality is given by either party to the other within 21 days from the date of occurrence thereof, neither party shall by reason of such event be entitled to terminate this contract nor shall either party have any claim for damages against other in respect of such non-performance or delay in performance, and deliveries under the contract shall be resumed as soon as practicable after such an event come to an end or cease to exist, and the decision of the Purchaser as to whether the deliveries have been so resumed or not shall be final and conclusive. Further that if the performance in whole or part of any obligation under this contract is prevented or delayed by reasons of any such event for a period exceeding 60 days, either party may, at its option, terminate the contract. 5.60.2 Provided, also that if the contract is terminated under this clause, the Purchaser shall be at liberty to take over from the MSI at a price to be fixed by the purchaser, which shall be final, all unused, undamaged and acceptable materials, bought out components and stores in course of manufacture which may be in possession of the MSI at the time of such termination or such portion thereof as the purchaser may deem fit, except such materials, bought out components and stores as the MSI may with the concurrence of the purchaser elect to retain. . General 5.61.1 Relationship between the Parties a. Nothing in this Contract constitutes any fiduciary relationship between the Purchaser and MSI/ MSI’s Team or any relationship of employer employee, principal and agent, or partnership, between the Purchaser and MSI b. No Party has any authority to bind the other Party in any manner whatsoever except as agreed under the terms of this Contract c. The Purchaser has no obligations to the MSI’s Team except as agreed under the terms of this Contract 5.61.2 No Assignment: The MSI shall not transfer any interest, right, benefit or obligation under this Contract without the prior written consent of the Purchaser 5.61.3 Survival 5.61.3.1 The provisions of the clauses of this Contract in relation to documents, property, Intellectual Property Rights, indemnity, publicity and confidentiality and ownership survive the expiry or termination of this Contract and in relation to confidentiality, the obligations continue to apply unless the Purchaser notifies the MSI of its release from those obligations 5.61.3.2 Entire Contract 5.61.3.3 The terms and conditions laid down in the RFP and all annexure thereto as also the Bid and any attachments/ annexes thereto shall be read in consonance with and form an integral part of this

Page 54 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

Contract. This Contract supersedes any prior Contract, understanding or representation of the Parties on the subject matter 5.61.3.4 Governing Law and Jurisdiction of Courts 5.61.3.5 The Bidding Process shall be governed by, and construed in accordance with, the laws of India and the Courts in the State of Chhattisgarh, in which CHiPS has its headquarters shall have exclusive jurisdiction over all disputes arising under, pursuant to and/ or in connection with the Bidding Process 5.61.4 Jurisdiction of Courts 5.61.4.1 The High Court of India at Bilaspur, Chhattisgarh have exclusive jurisdiction to determine any proceeding in relation to this Contract 5.61.5 Residuary Governing Rules 5.61.5.1 Any matter which has not been covered under these provisions shall be governed as per the provisions of Chhattisgarh State Government Rules and the Applicable Law. 5.61.6 Compliance with Laws 5.61.6.1 The MSI shall comply with the laws in force in India in the course of performing this Contract 5.61.7 Notices a. A “notice” means:

• A notice; or • A consent, approval or other communication required to be in writing under this Contract. • All notices, requests or consents provided for or permitted to be given under this Contract shall be in writing and shall be deemed effectively given when personally delivered or mailed by pre-paid certified/ registered mail, return receipt requested, addressed as follows and shall be deemed received two days after mailing or on the date of delivery if personally delivered: To Purchaser at: Chhattisgarh infotech Promotion Society (CHiPS) <> [Phone:] [Fax:] To MSI at: Attn: [Phone:] [Fax:]

• Any Party may change the address to which notices are to be directed to it by notice to the other parties in the manner specified above • A notice served on a Representative is taken to be notice to that Representative’s Party 5.61.8 Waiver

Page 55 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

a. Any waiver of any provision of this Contract is ineffective unless it is in writing and signed by the Party waiving its rights b. A waiver by either Party in respect of a breach of a provision of this Contract by the other Party is not a waiver in respect of any other breach of that or any other provision c. The failure of either Party to enforce at any time any of the provisions of this Contract shall not be interpreted as a waiver of such provision 5.61.9 Modification: Any modification of this Contract shall be in writing and signed by an authorized representative of each Party 5.61.10 Application: These General Conditions shall apply to the extent that provisions in other parts of the Contract do not supersede them 5.61.11 Overriding Effect: Notwithstanding anything to the contrary contained in this RFP (including the Annexures), and without prejudice to the obligations of the Bidder set out in detail herein (which shall apply in addition to the obligations set out under the Agreement), in the event of a conflict, the detailed terms specified in the Agreement shall have overriding effect over the terms provided hereunder. 5.61.12 Full Documents: The Bidder shall ensure that all the documents as required under this RFP for evidencing inter-alia its technical capabilities, financial capabilities and eligibility requirements, are submitted by it in full and are not redacted or suppressed in any manner except as required pursuant to the Applicable Law (in which case the Bidder shall intimate CHiPS to this effect in writing before submission of the Bid). 5.61.13 RFP - CHiPS Property: This RFP and all other documents attached / annexed / appended / provided herewith, are provided by CHiPS and shall remain (or become upon their coming into existence) the property of CHiPS and are transmitted to the Bidders solely for preparation and the submission of a Bid in accordance herewith. . Exit Management Plan 5.62.1 This clause sets out the provisions which shall apply upon completion of the contract period or upon termination of the contract for default of the MSI. An Exit Management plan shall be furnished by MSI in writing to the Purchaser within 60 days on completion of the contract period or termination of the contract for default of the MSI, which shall deal with at least the following aspects of exit management in relation to the contract as a whole and in relation to the Project Implementation and Service Level monitoring. a. A detailed program of the transfer process that could be used in conjunction with a Replacement MSI including details of the means to be used to ensure continuing provision of the services throughout the transfer process or until the cessation of the services and of the management structure to be used during the transfer; b. Plans for provision of contingent support to Project and Replacement MSI for a reasonable period after transfer. c. Exit Management plan in case of normal termination of Contract period d. Exit Management plan in case of any eventuality due to which Project is terminated before the contract period. e. Exit Management plan in case of termination of the MSI

5.62.2 Exit Management plan at the minimum adhere to the following:

Page 56 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

a. Three (3) months of the support to Replacement MSI post termination of the Contract b. Complete handover of the Planning documents, bill of materials, technical specifications of all equipment, user manuals, guides, IPR, network architecture, change requests if any reports, documents and other relevant items to the Replacement MSI / Purchaser c. Certificate of Acceptance from authorized representative of Replacement MSI issued to the MSI on successful completion of handover and knowledge transfer d. In the event of termination or expiry of the contract, Project Implementation or Service Level monitoring, both MSI and Purchaser shall comply with the Exit Management Plan. e. During the exit management period, the MSI shall use its best efforts to deliver the services. . IT Act 5.63.1 Besides the terms and conditions stated in this document, the Contract shall also be governed by the overall acts and guidelines as mentioned in IT Act 2008 (Amendment) . Pre-Contract Integrity Pact 5.64.1 A “Pre-Contract Integrity Pact” shall be signed between CHiPS and the Bidder. This is a binding agreement between CHiPS and Bidders. Under this Pact, the Bidders agree with the Purchaser to carry out the assignment in a specified manner. The format of Pre-Contract Integrity Pact will be as per Form A.16. 5.64.2 The following set of sanctions shall be enforced for any violation by a Bidder of its commitments or undertakings under the Integrity Pact: a. Denial or loss of contracts; b. Forfeiture of the EMD and PBG; c. Liability for damages to the Bidders; and d. Debarment of the violator by CHiPS for an appropriate period of time. 5.64.3 The Bidders are also advised to have a company code of conduct (clearly rejecting the use of bribes and other unethical behaviour compliance program for the implementation of the code of conduct throughout the company.

Page 57 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

6. Bid Evaluation

. Evaluation of Technical Bids 6.1.1 A committee/s shall be formed for evaluation of the bids. Decision of the committee would be final and binding upon all the Bidders. 6.1.2 The purpose of this section is only to provide the Bidder(s) an idea of the evaluation process that the Purchaser may adopt. However, the Purchaser reserves the right to modify the evaluation process at any time during the Tender process, without assigning any reason, whatsoever, and without any requirement of intimating the Bidder(s) of any such change. 6.1.3 Bidder must possess the requisite experience, strength and capabilities in providing the services necessary to meet the Purchaser’s requirements, as described in the RFP. 6.1.4 Bidder must possess the technical know-how and the financial wherewithal that would be required to successfully Design, Supply, Installation, Integration, Testing and Commissioning of OFC (Underground) IP-MPLS Network, Radio Network and setting up of State Network Operations Centre (S-NOC) including Operations & Maintenance and service provisioning of the created network for the period of 8 years. The Bidders’ bid must be complete in all respect and covering the entire scope of work as stipulated in the RFP. 6.1.5 The Purchaser shall examine the bids to determine their responsiveness, i.e. whether they are complete, whether the bid format conforms to the RFP requirements, whether any computational errors have been made, whether required EMD and Tender Fee (online) have been furnished, whether the documents have been properly signed, and whether the bids are generally in order. 6.1.6 A bid determined as not substantially responsive shall be rejected by the Purchaser and may not subsequently be made responsive by the Bidder by correction of the non-conformity. 6.1.7 In this part, the bid shall be reviewed for determining the Compliance of the general conditions of the Contract and Technical Bid as mentioned in the RFP. Any deviation for general conditions of the Contract and Technical Bid may lead to rejection of the bid at the sole discretion of CHiPS. 6.1.8 Bidders are expected to meet all the conditions of the RFP and the eligibility criteria as mentioned below. Bidders failing to meet these criteria or not submitting requisite supporting documents/ documentary evidence for supporting Technical Bid criteria are liable to be rejected summarily. 6.1.9 The invitation to the bids is open to all bidders who qualify the eligibility criteria as follows:

S. No. Eligibility Criteria Documents Required The Sole Bidder or each of the Consortium The Sole Bidder or each of Consortium members should be registered in India under the members: Companies Act, 1956 or Companies Act, 2013 or as a) Copy of Certification of Incorporation / amended and should have at least 5 years of Registration Certificate operations in India as on bid submission date. b) PAN card c) GST Registration Sole Bidder or Lead Bidder should have an average d) Audited financial statements for the annual turnover of at least INR 700 Crores for the 1. last three financial years (2014-15, 2015- last three (3) audited financial years (2014-15, 16 and 2016-17) 2015-16 and 2016-17). e) Certificate from the Statutory Auditor/Company Secretary on turnover Note: Turnover considered would be a details for the last three (3) financial consolidated turnover of the company i.e. A parent years (2014-15, 2015-16 and 2016-17) Company can use the turnover of its child company (100% subsidiary of parent) but a child company cannot use parent company’s turnover

Page 58 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

S. No. Eligibility Criteria Documents Required The Sole Bidder or the Consortium members The Sole Bidder or any of Consortium should have a cumulative experience as per the members: scope of work mentioned in this RFP in last 3 years as on bid submission date. “Experience of Laying, Completion Certificate issued & signed Installation, Testing and Commissioning of Optical by the competent authority of the client Fibre Cable (Underground), PLB Duct and entity along with the supporting 2. accessories of at least 11000 km within India. documents such as Work order/Purchase order/Contract clearly highlighting the In case of consortium, the Lead bidder should have scope of work, Bill of Material and value experience of laying Optical Fibre Cable of the contract/ order (Underground) of at least 3000 km in the last 3 years in India. The Sole Bidder or Lead Bidder in case of The Sole Bidder or Lead Bidder: consortium, should have valid ISO 9001:2008/ ISO 3. 9001:2015 for Quality Management System which Copy of certificate valid as on bid should be valid as on bid submission date submission date The Sole Bidder or each of the Consortium Self-Declaration for not being Black members should not have been Listed by any of the Govt. or organisation 4. blacklisted/debarred by any Govt. department or of Govt. in India by the authorized any PSU in India during last three (3) years as on signatory of the bidder and consortium bid submission date partner The Sole Bidder or Lead bidder of Consortium Documentary evidences such as MAF should submit MAF from a single OEM against the (Manufacturers Authorization Form) proposed products. from all OEM/Vendors whose products (Active & Passive) are being quoted by MPLS Network Equipment viz. Network Core the Bidder Router, Block Router, GP Router and Edge Switch (WAN) should be from the single OEM. OEM Compliance document of TEC-GR for all applicable products from OEM Bidder to provide the MAF from the OEMs whose products are being quoted by the confirming that the OEMs shall ensure that all Bidder 5 equipment / components / sub-components being supplied under this tender shall be supported for the entire contract period.

If the same is de-supported by the OEM for any reason whatsoever, the bidder shall replace it with an equivalent or better substitute that is acceptable to Purchaser without any additional cost to the Purchaser and without impacting the performance of the solution in any manner whatsoever The Sole Bidder or Lead Bidder in case of Self-certification duly signed by consortium, should have a project office in Raipur. authorized signatory on company letter However, if the local presence is not there in head. 6. Raipur, the selected bidder should provide an undertaking for establishment of a project office, within 30 days of award of the contract. The Sole Bidder or Lead Bidder in case of Self-certification duly signed by consortium, shall be the single point of contact and authorized signatory on company letter 7. shall be solely responsible for all the Terms & head. Conditions of the RFP

Page 59 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

S. No. Eligibility Criteria Documents Required The Sole Bidder or Lead Bidder in case of Self-certification duly signed by 8. consortium, should have positive net worth in last authorized signatory on company letter three years as on 31st March, 2017 head

The Sole Bidder or any member of consortium Completion Certificate issued & signed should have experience of setting up or O&M of at by the competent authority of the client least one Network Operating Centre of 100 IP- entity along with the supporting 9. MPLS PoPs in one project in the last 3 years documents confirming number of PoPs such as Work order/Purchase order/Contract clearly highlighting the scope of work, Bill of Material The sole bidder or lead bidder through its partner, Affidavit of Self Certificate signed by in case of consortium, should comply with authorised signatory Preferential Market Access (PMA) guidelines notified by DoT and all its 10. clarifications/amendments applicable on this tender, excluding active equipment (modified as per requirement of Router, Switches, MPLS, S-NOC equipment, etc.)

Note 1: Tender items e.g. OFC, Accessories, equipment (active and passive) etc. should have valid Type Approval Certificate (TAC) from Telecom Engineering Centre (TEC), New Delhi or Technical Specification Evaluation Certificate (TSEC) from Quality Assurance Circle, BSNL, Bengaluru against the respective technical specifications of this RFP. Tender items such as Aggregation routers, access routers, S-NOC switch, which, if not covered under TEC-GR guidelines, may be excluded from following the guidelines OEM Compliance document of TEC-GR Obtained by the OEMs of bidders for the various tenders floated by BBNL/BSNL in the last two years shall be acceptable for the items which are part of this RFP provided that the technical specifications remains unchanged. In case of OFC, any change in the source of raw material shall be subject to fresh TSEC process of QA. Note 2: Consortium Criteria: a. In case of consortium, the Lead Bidder must be specified in the bid by furnishing the Consortium deed agreement as per Annexure 12 b. In case of a consortium, applicant consortia shall have a valid Consortium Agreement among all the members signed by the CEO/ Country Head/Authorized Signatories of the companies dated prior to the submission of the bid. The Consortium Agreement shall clearly state the composition of the consortium, Lead bidder, complete description of the partners and roles & responsibilities of the partners. c. The consortium bid submitted without valid Consortium Agreement shall be treated as non-responsive. d. In case of a consortium, the number of maximum members allowed should not exceed three (03), including the Lead bidder. e. Members of the consortium are not allowed to participate in this tender individually or with another/different/more than one bidder. f. By submitting the Bid, the Bidder shall also be deemed to have acknowledged and agreed that in the event of a change in control of a Consortium Member or an Associate whose Technical Capacity and/ or Financial Capacity was taken into consideration for the purposes of short-listing and technically qualified under and in accordance with this RFP, the Bidder shall be deemed to have knowledge of the same and shall be required to inform the competent authority forthwith along with all relevant particulars about the same and the competent authority may, in its sole discretion, disqualify the Bidder or withdraw the work order from the MSI, as the case may be. In the event such change in

Page 60 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

control occurs after signing of the Agreement but prior to sign off of the project, it would, notwithstanding anything to the contrary contained in the Agreement, be deemed to be a breach of the Agreement, and the same shall be liable to be terminated without the competent authority being liable in any manner whatsoever to the Bidder. In such an event, notwithstanding anything to the contrary contained in the Agreement, the competent authority shall be entitled to forfeit and appropriate Performance Security, as the case may be, as damages, without prejudice to any other right or remedy that may be available to the competent authority under the Bidding Documents and/ or the Agreement or otherwise. g. The sole bidder (or each member of the consortium) shall have company registration certificate, registration under labour laws & contract act, valid GST registration certificate and Permanent Account Number (PAN) issued by Income Tax department, Memorandum of Association and Article of Association (copy of the same should be provided). h. Attested copies in respect of company’s financial statements for the last three audited financial years (2014-15, 2015-16 and 2016-17) shall be attached along with the bid. Bidder should submit an undertaking that Bidder (or each member of the consortium) should not have been blacklisted/debarred by any Govt. department or any PSU in India as on bid submission date. i. The award of contract shall be signed with the sole /Lead Bidder only and the sole / Lead Bidder shall be single Point of Contact for this Project. PBG shall be submitted by the sole / Lead Bidder. j. The payments for the said project shall be released only in the name of Lead Bidder. k. Lead Bidder and all the consortium members shall be jointly and severally liable to the Government for any failure during the execution of the project in accordance with the terms & conditions of the bid document and a statement of this effect shall be included in the MoU/ Consortium Agreement. . Evaluation of Commercial Bids a. Commercial bids submitted of only those bidders, who are technically qualified shall be opened and shall be eligible for further evaluation. b. Evaluation of bids shall be done on Least Cost/Lowest Cost (L1) criteria as detailed. The bidder have to qualify the Technical Bid for further evaluation for being eligible for opening of commercial bid. The bids quoted as per the commercial bid format shall be considered for commercial evaluation. c. The Bidder who shall have the least/lowest value of “Z” i.e. “Z=X1+X2 in Table-C of Annexure-14: Commercial Bid Format shall be declared as “L1” and shall be awarded the project. The decision of CHiPS shall be final and binding. d. Bidders quoting unrealistic cost of items shall be rejected summarily by the committee and EMD of such bidder shall be forfeited. Any bid found to have unsatisfactory response in any of the Technical criteria as mentioned may be rejected and shall not be considered for further evaluation. . Final Bid Evaluation a. If any bidder withdraws his bid, at any stage after the last date and time of bid submission till the final evaluation or declaration of the selected bidder, it shall be declared a “defaulting bidder” and amongst other measures, EMD of such defaulting bidder shall be forfeited. In such situation the tendering process shall be continued with the remaining bidders as per their ranking. b. If the bidder declines after being declared as selected bidder, it shall be declared as defaulting bidder and EMD of such defaulting bidder shall be forfeited and CHiPS reserves right to blacklist/debarred any such bidder for next 3 Years from participating in any tender floated by CHiPS. In such situation, the tendering process shall be continued with the L2 bidder matching the L1 price. However, in-case of refusal of acceptance by the L2 bidder to match the price of L1 bidder, CHiPS would carry out discussions with the subsequent bidders.

Page 61 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

7. Scope of Work

. Project Background & Objectives 7.1.1 Government of Chhattisgarh (GoC) through its nodal agency CHiPS intends to create a digital highway by laying Optical Fibre Cable or Radio Connectivity from Block to Gram Panchayat, in order to enable the intended services such as internet, telephone, e-services, value added services to Households and Enterprise Customers. 7.1.2 The project has been conceived with the ambitious vision of providing connectivity to the yet unreached blocks in Chhattisgarh and entails massive investment on the infrastructure creation across the state which would serve as the information highway for decades to come. The choices made today with respect to network design and technology specifications shall not only have implications with respect to the immediate quality and robustness of the network infrastructure but shall also determine the future possibilities and potential of the BharatNet project. Therefore, it is imperative to identify the key priorities which shall determine the technology architecture of the network infrastructure in the context of state of Chhattisgarh. 7.1.3 Some of the key considerations used for designing network infrastructure are detailed as under: • Underground Optical Fibre Cable (OFC) network from Block to Gram Panchayats forming ring architecture wherever possible and viable. Alternative medium i.e. Wireless connectivity over RF to be used where laying OFC is not feasible because of technical, geographical, and viability constraints • All Institutions such as Govt. Departments, PSU’s, Schools, Hospitals, Other Enterprises, etc. to be provided with on-demand bandwidth on a non-discriminatory basis for smooth operations • For wired media, provision of minimum 1 Gbps bandwidth scalable up to 10 Gbps (OFC) at each Gram Panchayat (GP) • For Wireless media (Radio), provision of minimum 100 Mbps bandwidth scalable up to 1 Gbps at each GP • Provisioning of minimum 6 dark fibre at each GP as mandated by BBNL • Rolling out e-Services in the state to increase uptake of internet connectivity and digitization 7.1.4 The project will be implemented by CHiPS as the nodal agency and prime mover for propelling IT growth & implementation of the IT & e-Governance projects in the State of Chhattisgarh 7.1.5 The objective of this RFP is to select a MSI who shall be responsible for end-to-end Design, Supply, Installation, Integration, Testing, Commissioning, Operation and maintenance of the active and passive infrastructure. The key components would include: • Preparation of GP-wise and Block-wise detailed BOQ and getting the same validated from CHiPS appointed agency before submission • Approval to be sought from CHiPS or its appointed agency for any variations upward / downward arising in the BOQ at the implementation phase • 48F OFC (Underground) along with accessories forming the underlying infrastructure for the IP- MPLS Network from Block to Gram Panchayat covering approximately 5738 GPs • Wireless connectivity over RF network for approximately 226 GPs wherever laying of underground OFC is not feasible or viable • Establishment of State Network Operation Centre (S-NOC) at Raipur, Chhattisgarh • Operations & Maintenance and service provisioning of the end-to-end network infrastructure • Integration with Chhattisgarh State Wide Area Network (SWAN) in order to establish end-to-end connectivity up-to the state S-NOC. CHiPS shall facilitate in provision of all necessary details and access with respect to the SWAN infrastructure for a smooth integration 7.1.6 The provisioned bandwidth should have the capabilities to handle wide variety of e-services such as operational and social purposes, VPN networking, Internet (web browsing, e-mailing), VoIP, Video

Page 62 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

Store and forward high quality live video transmission, two-way video-conferencing, on board monitoring, chart updates, etc. 7.1.7 An Indicative BOQ along with break up is provided in the RFP. However, the final BOQ may differ at the time of execution based on the route survey duly authenticated by CHiPS 7.1.8 The period for completion of Implementation would be one year from the date of signing of the contract and thereafter period of Operations & Maintenance would be for a period of 7 years as per clause 7.10.2.4 and 7.10.2.5, which may further be extended based on the requirement 7.1.9 Cost vs Scalability considerations – While the argument in the favour of creating excess capacity within the system - to cater to the future requirements - is certainly an important consideration, there has to be a judicious mix of cost efficient and scalable network components to ensure that cost considerations are taken care of while not compromising on the scalability potential of the network 7.1.10 Laying of HDPE ducts and optical fibre cable infrastructure is the most tedious part of any fibre network and therefore sizing should be done ‘super-ambitiously’ keeping in consideration the future demands expected of the network and the fact that this infrastructure laid, is to last for a long time 7.1.11 Active components, in contrast, can be scaled up more dynamically and therefore estimates should be more realistic and in-line with the immediate needs of the end-users. These components add up substantial cost to the overall infrastructure and careful planning shall ensure that project costing are within budgetary constraints while not impacting the scalability 7.1.12 Enabling competition and inter-operability - The network shall be open to private players to provide their services and therefore the technology component should be inter-operable with a wide spectrum of technology solutions so that they are not unfavourably biased towards a particular type of service provider 7.1.13 Catering to multiplicity of services riding on the network – The network shall serve as the backbone on which a wide variety of services ranging from e-Governance, education and health would ride. Network configurations should thus be capable of providing different kind of services with different quality of service parameters. Therefore, due considerations to be given to these factors while deciding the network architecture and technology 7.1.14 Monitored network with capability to localize faults and enable better maintainability - The network infrastructure to be proposed such that the State network operations centre (S-NOC) shall have capabilities to identify and localize faults in the system. This shall help minimize the time and cost of repair and maintenance 7.1.15 Security considerations – As this shall be a state network which shall serve as the backbone of the entire state infrastructure, it is imperative that security considerations – including data security, data integrity – are addressed adequately . Route Survey and ROW Clearance 7.2.1 The GIS assessment has been carried out through desktop-based research. The type of connectivity for Gram Panchayat is highlighted below: GP Connectivity Type No. of GPs covered Effective (%) GP (UG-OFC-IP/MPLS) 5,738 95.7% GP (Radio) 226 4.0% GP (VSAT) 23 0.3%

7.2.2 Chhattisgarh infotech Promotion Society (CHiPS) has floated a separate RFP for selection of vendor who shall be responsible for on ground Route Survey and related activities. The BoQ and the connectivity type shared in this RFP are based on the desktop research and are indicative in nature and might vary after actual ground survey. An approved copy of final and exhaustive cluster-wise site survey report, shall be made available to MSI as soon as the survey is complete. It is the responsibility of the

Page 63 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

MSI to authenticate / verify the accuracy of the survey data provided by the CHiPS or its appointed agency

. Network Design & Architecture 7.3.1 The network design and architecture is based on the key design considerations that in-turn would ensure accomplishment of core objectives of Chhattisgarh BharatNet project. The network topology for Chhattisgarh BharatNet project follows ring architecture with internet Protocol – Multi Protocol Label Switching (IP-MPLS) technology. As part of Chhattisgarh BharatNet project a high speed IP-MPLS link shall be established between a Block to the respective Gram Panchayats that would be further integrated with the Chhattisgarh State Wide Area Network and BastarNet network to establish end-to- end monitoring link from the S-NOC up to the Gram Panchayat. At all levels a service provider for data / video / voice may be on-boarded in the future for provision of services, such as Internet, IP-telephony, e-services, etc. The logical architecture of the network is shown below for reference

*This is a representation of Indicative Logical Architecture. There may be variations such as excluding Blocks/GPs (which are covered under NOFN). There may be changes in design, topology, architecture etc. after the route survey report and design document finalisation. Laying of Fibre by the MSI would be according to the approved physical route survey report 7.3.2 The assessment for the fibre requirement was carried out using GIS maps by plotting the locations of the point of presence on the GIS maps and thereby identifying the best possible route options for fibre laying as evident from the graphical view of the geography 7.3.3 Based on the GIS based mapping of routes, maximum GPs are to be covered in ring topology (Approximately 95.7%). However, the real variables shall be determined by the actual route survey conducted by the agency appointed by CHiPS. An illustrative of the graphical representation of the GP ring is shown below for reference.

Page 64 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

GP rings at Block and GP for Patharia Block 7.3.4 The Network connectivity between Block to Gram Panchayat shall ensure a minimum of 1 Gbps per GP and the minimum availability of bandwidth for each GP ring shall be 10 Gbps. The logical representation of the gram panchayat ring along with active network components at GP PoPs and Block PoPs is as shown below:

Page 65 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

10 G GP ring logical architecture . Medium of Connectivity 7.4.1 The preferred medium of connectivity between Block to GP is via underground Optical fibre cable, however at places where laying of OFC is not feasible or viable due to terrain or geographical constraints, wireless connectivity over RF shall be established 7.4.1.1 Option 1 – Optical Fibre connectivity up to GP • Inter GPs connectivity to be established via underground OFC and GPs shall in-turn be connected to the Block HQ through OFC cable to aggregate the traffic of the 10G ring at the Block PoP • Block HQ to GP to be connected with 48 core fibre • Ring network to be formed to connect several GPs and each GP shall have bandwidth of 1 Gbps initially • The 48 core fibre shall start from the block PoP, of which 2 cores shall be used for connecting the GPs within each ring • As per mandate by BBNL, 6 cores of dedicated optical fibre cable shall be provisioned at each Gram Panchayat. In order to achieve the above mandate, it may be required to lay multiple 48 core optical fibre cables on common paths. However, in no case, more than two cables shall be laid in a single HDPE duct • In order to ensure service availability and redundancy at GP level or in case of failure of respective block active infrastructure or in case of ring failure, adjacent GPs of two adjacent blocks shall be connected with Optical Fibre cable • Ideally not more than 8-10 GPs would be on one ring. However, this can vary based on certain constraints such as bandwidth demand, forest, terrain, strata, population density, etc • GPs would have redundancy considering various factors (including terrain conditions, power availability, expected traffic volumes, distances between nodes, number of Gram panchayats etc.) • The table below depicts a high level view of the network architecture proposed between Block to GP

Page 66 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

Passive infrastructure Fibre cores Total length for ring Bandwidth capacity of ring for rings in ring Approx. (km) Gram Panchayat ring 10 G 48 cores 32,466

7.4.1.2 Option 2 – Wireless connectivity up to GP over RF • As per initial GIS report, at approximately 226 Gram Panchayat locations laying of optical fibre cable at GP level may not be possible due to various reasons such as hilly or rocky mountains or presence of forest area in between Block and GP, or river flowing with no bridge or road connectivity. Hence to provide connectivity from the Block to GP, wireless connectivity over RF shall be established • Wherever feasible, redundancy over RF may be considered • An illustration of the RF connectivity between Block and Gram Panchayats is shown below for reference

7.4.2 Prerequisites for PoPs provisioned at Block & GP location 7.4.2.1 Point of Presence shall be strategically provisioned at various locations at Block & GP level that are predefined and shall be made available to establish the required network infrastructure to enable Chhattisgarh BharatNet services Point of Quantity Prerequisites Presence The space for the PoPs at Block level shall be provided at SWAN PoP at Block PoPs 85 BHQ, wherein CHiPS shall provide the necessary air-conditioning, raw power and backup for the Active Network components The Space for the GP PoP shall be provided by CHiPS at the Panchayat Bhawan. The MSI shall provide the necessary infrastructure for Fibre management system, rack/s, redundant power supply, networking GP PoPs 5,987 equipment and proper earthing At places where space is not available at Panchayat Bhawan, the MSI shall coordinate with CHiPS representative to seek clarity for the alternate location of the PoP

7.4.2.2 In case of PoP where the equipment has to be installed, does not have appropriate plug points/ wiring, the MSI shall draw the electrical wiring from the nearest junction box via network rack with proper fittings and avoid loosely hung cables that would impact services (with requisite plug points etc.) at no additional cost

Page 67 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

. Project Stakeholders 7.5.1 Chhattisgarh infotech Promotion Society (CHiPS) 7.5.2 Master System Integrator (MSI) . Chhattisgarh infotech Promotion Society (CHiPS) 7.6.1 CHiPS shall be the owner and nodal agency for the project and shall be responsible for formulating project implementation strategies in line with overall objectives, appointing and enabling relevant agencies for project execution, monitoring the project and executive decision making. CHiPS will manage the project and will be Responsible for: · Executive decision making · Appointment of MSI for execution of work · Creation of project manual comprising: o Project governance structure o Monitoring and evaluation mechanism o Project level procedures including; § Implementation guidelines, standards and checklists § Testing and acceptance process § Issues reporting and management process § Other project management and coordination procedures · Project management and coordination · Final escalation point for issues resolution · Centralized planning and information sharing between relevant stakeholders · Defining and monitoring of implementation and maintenance SLAs · Facilitating handshake with the agency responsible for obtaining Rights of Way (RoW) clearances from the State Government bodies and other necessary agencies such as Railways, NHAI, forest etc. where fibre laying work is to be done · Provision of power, security & other site requirements at Block / Gram Panchayat · Final Sign-Offs and acceptance of completed sites, processing vendor invoices and releasing payments . Master System Integrator (MSI) 7.7.1 MSI would be responsible for procurement and carrying out the OFC laying work, including digging, trenching, OFC laying, splicing etc., procurement & installation of Core network equipment, S-NOC equipment, Access equipment (Equipment / Hardware / Software) and other passive infrastructure components 7.7.2 MSI will also be responsible for maintaining the OFC laid and Core/Access network equipment, S-NOC equipment (Equipment / Hardware / Software) installed as part of the BharatNet Phase II project for a period of 7 years as per clause 7.10.2.4 and 7.10.2.5. The activities are to be performed as per the laid down standards, guidelines and procedures in this RFP document.

Page 68 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

7.7.3 Overview of scope of the MSI as shown below: a. The overall scope of work has been segregated into three key phases, namely, Planning & Survey Phase, Project Implementation Phase and Operations & Maintenance Phase. b. To obtain the survey reports along with ABDs for identified OFC routes generated by the agency responsible for carrying out the route survey. c. Validation & finalization of the OFC routes for the entire BharatNet network infrastructure as defined in the RFP along with submission of final Bill of Quantity for approval of CHiPS d. To carry out underground OFC laying works as per the approved routes e. Duct laying / OFC laying / blowing in laid duct, installation of Joint / route marker, Construction of manhole / Joint Chambers, providing protection to the duct pipe whenever required as per specifications with DWC / RCC pipes & GI Pipes etc. f. Procurement and Installation of Active & Passive equipment for end-to-end network g. Integration of existing SWAN PoPs and BasterNet at Block level with the State Network Operations Centre of BharatNet for monitoring and service provisioning h. Link testing (with OTDR & Power meter, etc.) and commissioning i. Once the job is completed, all drawings given to the MSI for carrying out the work shall be updated as per the actuals j. Coordination with various agencies like CPSU, Local Administration, agency appointed by CHiPS, Chhattisgarh PMU, BBNL PMUs etc. for Site Access, ROW and for end-to-end implementation and submission of documentations k. Integration of established network with S-NOC and BBNL Central NOC l. Data Entry in Project Monitoring Tool and other monitoring framework like Mobile App., GIS platform etc. m.End-to-end testing of OFC network (complete link from core/aggregation router to access router) n. Implementation of S-NOC and monitoring, fault reporting and rectification of network related issues (Active & Passive) o. Warehouse management (Store/inventory) p. Provide field data and certificates in pre-defined format q. Any other field implementation related work in relation to BharatNet r. MSI shall provide Monthly/Quarterly report to CHiPS regarding uptime details of Network as defined in Section 10 – Service Level Agreements s. Submission of ABDs validated and approved by the agency appointed by CHiPS post completion of each milestone as per project timelines t. Provide access of BharatNet assets to USOF (DoT)/BBNL or its authorised representatives, with the consent of CHiPS, as and when required for inspection and monitoring purpose . Project Phase I – Planning and Survey 7.8.1 Submission of site wise and phase wise implementation plan (in MS Project) for Chhattisgarh BharatNet phase-II indicating work break down structure (WBS) for each sub phase in line with the tender requirements and submission of periodic project plan on monthly basis. Project plan to be updated in the project management tool 7.8.2 Updating of the project status in the project management tool by deploying one dedicated person at CHiPS office 7.8.3 Overall project planning for implementation and maintenance phases and submission of site-wise schedules to CHiPS BharatNet PMU office 7.8.4 OFC Route validation for all the blocks shall be done by the MSI as per specified norms provided by CHiPS in co-ordination with CHiPS BharatNet PMU and agency appointed by CHiPS for carrying out the OFC route Survey. The route length and route etc. will be verified and approved by CHiPS 7.8.5 Submission of final Bill of Quantity for approval of CHiPS

Page 69 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

7.8.6 MSI is expected to prepare implementation plans, with scheduled start and end date (in MS Project) for each site, based upon the survey results verified & approved by CHiPS 7.8.7 Planning for stores and warehouses for material procured by MSI itself and details of the same have to be provided to CHiPS and its appointed agency 7.8.8 Submission of list of all tools, equipment, machineries, etc. that shall be used during project implementation phase for digging/trenching, back filling, laying of PLB duct, blowing of OFC, testing of OFC, installation of active & passive network components etc. 7.8.9 Necessary coordination with local authorities and other agencies, if any, for Block site access, GP site access, route access etc. 7.8.10 Submission of overall manpower deployment plan with the number of resources that would be deployed during each phase 7.8.11 Submission of profiles with respect to qualification, experience, expertise, roles and responsibilities of key resources, such as, project director, project managers, site supervisors and subject matter experts 7.8.12 Meetings and interactions with all project stakeholders to finalize the overall network architecture along with active and passive equipment details to be supplied and the overall bill of material 7.8.13 Mobilization of manpower, tools, machinery etc. that would be required for initiation of project implementation and establishment of project office at Raipur . Project Phase II – Project Implementation Phase 7.9.1 General 7.9.1.1 Procurement and supply of all material such as OF cable, PLB Duct, FDMS & all other Accessories and network equipment, EMS & associated equipment and other items included in the Bill of Material by the MSI. The items shown in the bill of material are indicative, as such any other material required for successful commissioning of Block or GP shall be provided by the MSI at his own cost 7.9.1.2 Onward transport of the materials to MSI warehouse/work site • MSI will be responsible for all procured material • MSI will be responsible for payment of taxes, duties, levies etc. involved in material movement to MSI warehouse/work site. 7.9.1.3 Site level coordination with • SWAN & BasterNet team for connecting to their existing PoP wherever required • Local authorities for carrying out OFC laying work • The concerned officials for accessing the premises, installation of active and passive equipment at Block and GP level • Chhattisgarh PMU for scheduling and logistics 7.9.1.4 Carrying out the OFC laying work as per Engineering Instructions (as given in Annexure-19) and guidelines; connecting the laid OFC to predetermined end-points and installation of IP-MPLS equipment (Equipment/Hardware/Software) & associated equipment. 7.9.1.5 Arranging the tools required for testing the work undertaken, including OTDR machine and roadometer. 7.9.1.6 Submission of ABDs validated and approved by the agency appointed by CHiPS post completion of each milestone as per project timelines

7.9.2 Laying of HDPE PLB Duct and Optical Fibre Cable Blowing 7.9.2.1 Based on the approved route survey report, BoQ and Network design, the MSI shall be required to initiate implementation of laying of HDPE PLB Ducts, Optical Fibre Cables and associated accessories. The accuracy of the route survey data provided by CHiPS or its designated Route Survey agency shall be checked and authenticated by the MSI.

Page 70 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

7.9.2.2 MSI shall ensure supply, delivery of Optical Fibre Cable along with fittings and associated items as required, including the HDPE PLB duct etc., as per the approved survey report. 7.9.2.3 MSI shall ensure Trenching, Laying, Backfilling, Blowing, Splicing, Terminating, Installation and Commissioning of underground fibre from Block to GP 7.9.2.4 MSI shall ensure end-to-end testing of the network thus established from Access Router at GP till Aggregation Router at Block and further connectivity to State S-NOC as well as Central BBNL NOC 7.9.2.5 MSI shall ensure testing of each core of the fibre and sharing the OTDR report with purchaser 7.9.2.6 MSI shall ensure implementation in all GPs within the stipulated timelines

7.9.3 Active Equipment Installation & Commissioning at Block and Gram Panchayat 7.9.3.1 The MSI is required to supply, install, configure, operationalize, augment & maintain proposed Networking Equipment at the S-NOC, Core, Block and GP levels. 7.9.3.2 The proposed network hardware to be in-line with the minimum technical specification mentioned in this RFP document 7.9.3.3 For provisioning of Radio connectivity as per the survey report, the MSI shall undertake the following: • Supply of end-to-end equipment required to establish the Radio link along with fittings and associated items as per the approved survey report. • End-to-End installation of the Radio equipment, poles/antenna/tower, related hardware along with the civil work that needs to be carried out for installation of Radio connectivity according to survey report/State plan • End-to-End testing of the Radio link from GP to Block and further integration with State S-NOC as well as Central BBNL NOC • Earthing for poles/antenna/tower and equipment such that the installed equipment is protected from electrical surge and lightning. • MSI to carry out the RF site works as per Annexure-20

7.9.4 State Network Operations Centre 7.9.4.1 As part of this RFP, it is proposed that a State Network Operations Centre (hereinafter referred to as “S-NOC”) shall be established for monitoring the network infrastructure laid as part of Network Backbone across all locations. 7.9.4.2 The minimum requirements/ specifications for the S-NOC area are detailed in the Annexure- 17. It is mandatory for the MSI to meet these minimum requirements. 7.9.4.3 The S-NOC shall analyse network problems, perform troubleshooting, communicate with various network maintenance officials / technicians and track problems through resolution. The key objective of the S-NOC is to ensure the health and availability of components. When necessary, S- NOC shall escalate problems to the appropriate stakeholders. The MSI shall develop service catalogue for S-NOC and get a sign off on the same from purchaser / authorized entity. 7.9.4.4 Submission of ABD validated and approved by the agency appointed by CHiPS post completion of each milestone as per project timelines

7.9.4.5 The overall Scope of Work (SoW) for the MSI includes the following: i. Operation Centre area consists of the Network Operation Area (S-NOC), Server Room, Reception area (including Visitor’s gallery), material handling room, Conference room ii. Design, supply, installation and setting up of the necessary basic Infrastructure for Operation Centre area in terms of civil, interior, electrical and Air-Conditioning System, Fire Prevention, Detection and Suppression System, Lighting system, Power, multi-layer Physical Security

Page 71 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

infrastructure like bio-metric based access-control system, CCTV/ surveillance systems, rodent repellent etc. iii. MSI shall take consultation and approval of Purchaser/authorized entity, for the interior layout and material to be procured for the operations area. iv. Primary responsibilities of S-NOC personnel shall include but not limited to: a. Network Supervision and Monitoring i. Monitor the complete network 24x7x365, to keep network and systems functioning in a stable operation mode b. Configuration Management i. Ensure the proper configuration of network, systems and applications for the provision of reliable and high quality end-user services c. Change Management, Network Extension i. Ensure efficient day-to-day management of short-term network changes and optimization, including their implementation. This activity shall be synchronized with the maintenance scheduled activities d. Performance Management i. Provide efficient performance management procedures ensuring a reliable, high-quality network performance and service e. Service and Network Provisioning i. Define all necessary actions to be performed when a request for a new customer service is issued by customer care, and control the actions performed at S-NOC level or field level until completion f. Scheduled Activities Planning i. Provide regular plans for all scheduled activities, including preventive maintenance. Respect a schedule, and achievement of the plan. This is linked to the change management function which ensures overall synchronization of all network activities g. IT and DB Management i. Day-to-day management of all OSS systems, IT systems and databases (administration, backups) h. Security Management i. Define and implement security policies, guidelines, and best practices, and check for compliance with security regulations i. Quality Management i. Define quality management policies, and ensure implementation and usage for competitive quality of service j. Workforce Management i. Manage field personnel to ensure timely interventions and respect of the preventive maintenance plan k. Network Inventory Management i. Ensure consistent management of network equipment, and accurate, up-to-date documentation of it l. Spare Parts Management i. Manage spare part handling and logistics to minimize repair/swap turn-around times for defective items, and keep low CAPEX for spare parts and consumables m. Asset Inventory Management i. Ensure consistent inventory management for all assets including infrastructure, buildings, tools, spares, and equipment n. Repair and Return i. Receive and repair defective boards, return repaired or replacement boards.

Page 72 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

7.9.4.6 Features of S-NOC i. Incident Management based on resource workload, incident Category etc. ii. All incident must be logged in service-desk tool. iii. Tracking and reporting of all contractual SLAs in an automated way. iv. Updateable knowledge base for technical analysis and further help end-users to search solutions for previously solved issues. v. The S-NOC shall escalate issues in a hierarchical manner, so if an issue is not resolved in a specific time frame, the next level is informed to speed up problem remediation.

7.9.4.7 Services to be provided through S-NOC i. The Services Catalogue for the S-NOC has to be prepared by the MSI and get a sign off from the Purchaser ii. The Indicative list of services that have to be provided through the S-NOC are mentioned below: a. Enterprise Management System i. In addition to hardware and software requirements as prescribed in this RFP, MSI is required to also design size, supply, implement and maintain an Enterprise Management System (EMS). The EMS shall be able to support the proposed hardware and software components deployed over the tenure of the Contract. ii. The EMS shall be capable of providing early warning signals to the Helpdesk Agents on the performance issues, and future infrastructure capacity augmentation. The EMS shall also support single pane / dashboard with visibility across multiple areas of applications for monitoring. MSI is required to design, supply, install, customize, test, implement, rollout and maintain the EMS application and hardware as per the requirements of this RFP. iii. MSI is expected to provide EMS encompassing but not limited to the following functions:

• Configuration Management • Fault Management • Incident, Problem and Change Management • Asset Management • Remote Control • SLA Management & Monitoring • Performance Management • Monitoring Backup and Management • Event Management • Server, Storage and other Infrastructure Management • Monitor network components of the WAN • Network Link Monitoring • Other modules as required by MSI to meet the requirements of the RFP

b. Monitoring, Management & Reporting with Enterprise Management System (EMS) i. The EMS system shall provide for the regular monitoring, management and reporting of the ICT infrastructure of the project assets installed in the respective operations centre as well as field locations. It shall be noted that the activities performed by the MSI shall be under the supervision of Purchaser. The EMS system shall have the following features including but not limited to and as well act as authoritative source for the same:

• Availability & reachability Monitoring, Management and Reporting • Performance Monitoring, Management and Reporting

Page 73 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

• Helpdesk Monitoring, Management and Reporting • Traffic Analysis • Asset Management • Incident Management and RCA reporting. • Change and Configuration management.

c. Availability - Monitoring, Management and Reporting i. This part of the specification shall ensure the monitoring, management, and reporting parameters of availability like discovery, configuration, faults, service levels etc. including but not limited to the following

a) Discovery, Configuration and Faults 1. Monitoring and Management

• The proposed system shall support multiple types of discovery like IP range discovery – including built-in support for IPv6 , Seed router based discovery and discovery whenever new devices are added with capability to exclude specific devices • The proposed system shall support exclusion of specific IP addresses or IP address ranges. • The system shall provide discovery & inventory of physical network devices like Layer-2 & Layer-3 switches, Routers and other IP devices and shall provide mapping of LAN & WAN connectivity. • The discovery shall be able to identify and model of the ICT asset. • The proposed system shall provide a detailed asset report, organized by vendor name and device, listing all ports for all devices. The proposed system shall provide sufficient reports that identify unused ports in the managed network infrastructure that can be reclaimed and reallocated. The proposed system shall also intelligently determine which ports are operationally dormant. • The proposed system shall determine device availability and shall exclude outages from the availability calculation with an option to indicate the reason. • The proposed system shall provide out of the box root cause analysis. • The proposed system should be able to generate utilization of physical as well as virtual servers. • The proposed system shall include the ability to monitor and visualize a virtualized system infrastructure by discovering and monitoring virtual machines and providing ability to depict the logical relationships between virtual servers and virtual machines. • The proposed system shall support SNMPv3-based network discovery and management out-of-box without the need for any external third-party modules. • The proposed system shall be able to administer configuration changes to network elements by providing toolkits to automate the following administrative tasks of effecting configuration changes to network elements like Capture running & startup configuration, Upload configuration etc.

2. Reporting

• The proposed system shall provide sufficient reports pertaining to asset and change management, alarms and availability of critical network resources as well as network response times for critical links.

Page 74 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

• The proposed system shall able to perform real-time or scheduled capture of device configurations. It shall also provide features to capture, view & upload network device configuration. • The proposed system shall able to store historical device configurations captured in the database and thereby enable comparison of current device configuration against a previously captured configuration as well as compare the current configuration against any user-defined standard baseline configuration policy. • The proposed system shall be able to monitor compliance & enforce change control policies within the diverse infrastructure by providing data & tools to run compliance reports, track & remediate violations, and view history of changes • The proposed tool shall display configuration changes differences in GUI within central Console. Also this shall be able to identify which user has made changes or modifications to device configurations using the Interface.

d. Network Performance Monitoring, Management and Reporting i. The System shall have all the capabilities of a Network Management System which shall provide Real time network monitoring and Measurement offend-to-end Network performance & availability to define service levels and further improve upon them. ii. The tool shall provide a live exceptions list displaying the various health and threshold exceptions that are occurring in the managed infrastructure. iii. The proposed system shall use intelligent alarm algorithms to learn the behaviour of the network infrastructure components over a period of time iv. NMS software which will do end-to-end management of the network

• Service provisioning; Service assurance; Service accounting • Network auditing & Network and service analytics • Network group encryption security; Scalable, secure and flexible system architecture • Infrastructure health and performance monitoring, Traffic monitoring and visualization • Network Inventory management • Fault Management & root cause visualization • Powerful fault correlation and advanced troubleshooting visualization that help to quickly pinpoint the root cause of problems • Comprehensive open interface enables integration with northbound applications, such as a web portal, OSS/BSS, or service orchestrator • Network Configuration using standard protocols e.g SNMP v. The Network Performance Management console shall provide a consistent report generation interface from a single central console. vi. This central console shall also provide all required network performance reports (including latency, threshold violations, packet errors, availability, bandwidth utilization etc.) for the network infrastructure. The proposed system shall identify

Page 75 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

over-and under-utilized links and assist in maximizing the utilization of current resources. vii. The proposed system shall enable complete customization flexibility of performance reports for network devices viii. The proposed system shall provide an integrated performance view for all the managed systems and networks along with the various threshold violations alarms in them. ix. The proposed system shall be able to auto-calculate resource utilization baselines for the entire network equipment and allow user to set corresponding upper and lower threshold limits. x. The management system shall be able to auto-discover the network including the network elements. xi. The management system shall provide access using remote clients that use HTTP. xii. The functionalities of the offered NMS and EMS system shall cover these management layers: xiii. Network Element Management Layer: This shall manage the Network Elements such as their configuration, alarms or performance. xiv. Network Management Layer: This shall manage end-to-end network connectivity, network level protection, network level paths and performance and other network level issues. xv. The NMS must support a northbound interface. xvi. Graphical User Interface:

• The offered NMS system shall employ Graphical User Interface that allows users to manage the network through a multilevel window. (i.e. Network and Sub networks Maps window). • The offered NMS system shall allow the Users to perform, but not restricted to, the following operations on the Network and Sub network Maps: • View the alarm conditions of the Network elements. • View the performance parameters of an individual link. • Zoom in and out on the Network Map including the ability to define a custom sub- network map. The graphical user interface shall provide a cascading menu and a graphical display of the shelf layout that allows users to move from shelf to board to port menus and execute commands for that menu. • The Graphical User Interface shall provide an End-to-end Network view that could span sub networks. xvii. Configuration Management:

• The offered NMS shall support managing ports (enable / disable). • The offered NMS shall support the ability to perform a remote inventory. xviii. Software Management

• This shall include the ability to download software loads, activate new software loads, or get information about the active software load). • The offered NMS shall provide the facility to perform backup & restore of the node configuration via non-volatile memory on the Routers or via the NMS database. xix. Fault Management

• Users shall have the ability to define customizable alarms in terms of severity levels and filtering. • Alarms shall be consistent in terms of marking them with appropriate colors.

Page 76 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

• There shall be mechanisms to provide for fault isolation. • There shall be connectivity and loopback testing capability in all technologies to help isolate faults. • There shall be alarm correlation to prevent a flood of alarms. • Equipment alarms shall be localized up to the board and port level of a specific shelf of a specific node. • The alarms shall be audible and/or bring up a pop-up window if appropriate. • The NMS shall allow users to create a Trouble Ticket for any alarms. This trouble ticket should allow users to enter comments on that alarm. • There shall be a provision to run diagnostics on network elements, cards or links manually. • There shall be scheduler to run diagnostics at certain times and report problems as alarms. • A scheduler shall also be available to collect performance metrics from network elements to the network management system. xx. Event Logging

• There shall be a mechanism for alarms and logging including all user actions. • The logging shall be customizable for specific types of events or alarms. xxi. Performance Management

• The management system shall provide the ability to set thresholds on performance metrics and generate alarms from these thresholds. • The management system shall provide capacity planning reports that provide long-term traffic analysis to help in deciding whether to upgrade links or nodes. xxii. Security Management

• Illegal access to the management system shall be prevented; all users shall have a User Id and Password, which defines their access level with the management system. • The offered NMS system shall allow for Domain creation and partitioning, each domain being a different access level of part of the network or different function. • It shall be possible to assign specific users to a particular domain, so the domain access can be restricted to the assigned users only. • Users assigned to a specific Domain shall have different levels of authorization (i.e. different functions and privileges). • Local access via the Local Craft Terminal to any managed Network Element or node shall be controlled by the network management system. • The management system shall be able to detect a Local Craft Terminal connection to any Network element or node. • In the event of the management system crash, there shall be a way for the local craft terminal to still have access to the device. xxiii. Management Features & Functionalities

• Additions of Routers and other network elements to the NMS shall not require any licenses as long as the maximum capacity of the proposed NMS is not reached. • The Local craft Terminal (LCT) license shall be provisioned as per the offered solution • Software updates including maintenance versions shall be free of cost for the entire continuous duration.

Page 77 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

• The Network Management proposal shall include all the Hardware and software requirements including servers, work station, PC, system and third party software licenses and services. • It should be possible to download software remotely, with or without NMS. For upgrade/downgrade purposes, the offered product should have active memory and standby memory for ease of upgrade/downgrade. • It should be possible to downgrade a software in the offered system/ Network Element • Bidder shall provide a matrix table showing the compatibility of different NMS versions with different network elements software versions and different Hardware versions. • The offered management system shall be equipped with the XML, SNMP and TMF CORBA open and standard interfaces for easy integration. The MSI shall specify the management procedure and interface for the local and remote management of the offered system. • All the related telecom industry supported standards shall be quoted to support the above. • NMS should have high availability by utilising geographical redundancy of platforms. • Redundancy of the system shall be automatic. In the event of a failure, the management system should revert to the standby system without the need for user intervention. • In the event of a failure of the active management system, client platforms should automatically connect to the standby system without the need for user intervention. • The proposed management system should be capable to integrate with RADIUS/TACACS+ AAA systems. • The proposed management system must have ability to log all user access and user actions. • The proposed management system must support firewalls/NAT between its key components. • EMS interface combined must provide accurate accounting of bandwidth consumption delayed by at most 4 hours, at least on a rolling 4 hour basis. • EMS should also have the facility to monitor the UPS (SNMP enabled). xxiv. Contract (QoS/ SLA) Management

• The system shall be able to capture and control different types of Contract / Service Level Agreements (SLAs). • Service Level Agreements at different levels - SLAs may be at the client level, the product/service level or the contract level. SLA repository - SLA information may reside in OM or in an external system. • Segmentation of Service Level Agreements - Ability to view, choose from an inventory list, introduce and/or apply a standard or customized product Service Level Agreement (SLA), based on segments and customer type. • Allow multiple service levels to be defined for help desk, change tickets or user- developed applications • Provide response, resolution service level tracking at customer SLA and/or internal operation SLA level. • It should have the capability to produce service level agreements specifications to have network independent parameters like

Page 78 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

§ Average call response time § Average time to resolve case (trouble ticket) § Mean time to provide service etc.

• The system should have the necessary functionality to analyse performance with respect to the established Service Level Agreement. It translates Contract (QoS/SLA) performance data received into a form suitable for Contract (QoS/SLA) analysis. • Customer Contract (QoS/SLA) Violation: It provides the necessary functionality to manage Contract (QoS/SLA) violations and the activities necessary to resolve the apparent breaches. • The system should have the capabilities to produce periodic reports i.e. daily/ weekly/ monthly/ yearly basis. The reports can be as below: • Count / number of total complaints (breaches) for each stage at periodic intervals • Count / number and percentage of complaints (breaches) that exceeded “n” number of days etc. xxv. Trouble Tickets (Case Management)

• The system will provide the necessary functionality to define different types of cases, along with the states for each case type and associated configurations and work . Following types as an example can be configured: General Queries, Service related complaints, billing related etc. • Cases and Case Management could apply to any area of assurance, Billing, or fulfilment, but presumably in the customer layer. • System should be capable to generate unique Complaint Number / Docket Number / Inquiry Number • It should be capable to create case specific to various categories. • Make available all Trouble Management functionality across all products, with full history permanently retained by the customer record. • Allow the definition of standard problem codes and the required response time. • Automatically send complaints to the appropriate person/group that deals with particular issues according to the standard problem code. • Automatically generate notifications based on user-defined business rules, for example, automatically sending an email /SMS to the customer when a trouble ticket is closed. • Describe the system’s support for Service Level Agreements (SLAs) and escalations. Capability to escalate case based on configurable level and delay with respect to case categories. Create escalation actions triggered after a period of inactivity, i.e., a case has not been closed within a certain timeframe. • Support parent/child correlation between related trouble tickets and tasks e.g. allow the status of child trouble tickets to be automatically updated when the parent trouble ticket is updated or allow the child trouble tickets to be automatically closed when the parent trouble ticket is closed. • Include central problem or knowledge management that allows call centre agents and customers (over the Web) to search inquiries / advance search. This shall include user-definable queries, search by key words and phrases. • Allow several employees to work collaboratively to resolve a customer problem (dividing the trouble ticket into sub-tickets that can be separately handled). • Be able to automatically create sub-tickets based on predefined templates. • Describe the process and time frame for capturing complaints in the system. • Capability to attach notes and attachments with case

Page 79 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

• Provide Helpdesk staff with a guide to potential resolutions for different types of complaints, including a troubleshooting guide to provide immediate answers to various complaints. This may also be based on resolutions other sites have found particularly successful for certain types of complaints. • Provide a history of a customer's previous complaints so that CSRs are aware if a certain resolution has already been tried and have a greater understanding of the customer's individual situation. • Allow for each team member to see the complaints assigned to them and to record their actions and the status of the complaint. • Monitor/track progress of complaint solving and workflow for trouble ticketing such as activities with time flags and reminders. • Display all complaints and their resolution status on a single screen (with drilldown for further information if necessary). • Automatically alert managers if there are a large number of occurrences of a particular complaint/fault report across the sites in a user-definable period. • Alert and print reports for field staff regarding all pending trouble tickets (complaints and faults) that have been waiting for resolution for a user-definable period (to ensure escalation of problem). • Track progress of fault report and resolution. • Link high-value customers to enhanced levels of service, i.e., priority call routing. • Handle inbound and outbound contact via Telephone, Email, SMS, Fax, Web self- care etc. • Shall select main topics via menus/tabs on a customer overview screen with the ability to drill down to more detailed information, such as status of order, status of repair, etc. • The system shall enable an administrator to set up a general fault alert message for distribution to all system users (including Web-based users). • The system shall be able to manage Field Operations such as Dispatching Field Engineers to customer sites, track field schedules, log parts used, log time and expenses, and more. • It shall be possible to track duplicate cases. It shall be possible for the user to associate multiple instances to a single problem and tie the resolution of multiple cases to the resolution of one case. • The system will check for tickets status and perform escalation and notify the management or next level of support staff based on predefined Service Level Agreement (SLA) which will include (but not limited to) criteria like service application, severity and customer • System shall support bulletin board functionality that allows support technicians and managers to post and review messages about critical issues

7.9.5 Video Wall for Network Operations Centre 7.9.5.1 The video wall will be installed in the S-NOC for viewing the live feed & status of network components along with the alarms and reports generated by EMS for 24X7 environment 7.9.5.2 The video wall will be connected to the operator workstations and should have the capability to project any operator screen in the control room onto the video wall 7.9.5.3 The video wall controller should support video feed input from minimum 25 screens and an output to minimum 12 screens 7.9.5.4 The overview of technical requirements for the video wall are as shown below:

Page 80 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

• Video wall of 6 x 3 matrix (Diagonal Size of the display should be 50” and it should be based on Laser based DLP rear projection technology) • The aspect Ration should 16:9 or better with a minimum resolution of 1920 X 1080 pixels 7.9.6 S-NOC Site and Infrastructure

S.No Profile Total Exp Qualification & Certification 1. Project Manager 10+ B.E/ B.Tech/ MCA/M-Tech with ITILv3 experience, PMP/PRINCE2 certified 2. NOC Expert 5+ B.E/ B.Tech/MCA, M.Sc (Computer science) experience must in setting up and maintenance on NOC 3. System 3+ B.E/ B.Tech/MCA/M.Sc (Computer science), Microsoft Administrator certification (MCSE) 4. Backup 5+ B.E/B.Tech/MCA, sound knowledge of backup software like administrator NetVault/Network/Netbackup 5. Network 5+ B.E/B.Tech/MCA, Certified network administrator with Administrator minimum 2 years’ experience as a network administrator in large data centre 6 Helpdesk Technical 3+ B.Tech/MCA in computer science, minimum 2 years’ Support experience in similar profile in any data centre

7.9.6.1 Location for the S-NOC shall be specified by CHiPS. It is expected by the MSI to provide details of space and other resources including power required at the location as part of their bid response. 7.9.6.2 The detailed specification for S-NOC is listed below: 7.9.6.3 MSI shall provision for 30 resources (on rotational shift basis) in the S-NOC room of approximately 3000 sq. ft. of carpet area. The MSI shall provide the necessary infrastructure such as furniture, fixtures, PSTN phones, other services with the following per Workstation: • Data- 4 ports • Voice- 2 ports • Raw Power- 2 Nos., 5/ 15 Amps • UPS Power- 3 Nos., 5/ 15 Amps 7.9.6.4 Desktops to be used by individuals operating and administering the S-NOC as per technical specification 7.9.6.5 Indicative requirement of resources for State Network Operation Centre, MSI shall provision for 30 resources (on rotational shift basis) in the S-NOC. Minimum required qualification and experience of the resources is depicted below:

7.9.7 Helpdesk 7.9.7.1 MSI shall be required to setup a centralized helpdesk at the location specified by CHiPS 7.9.7.2 MSI shall provide the operational support for all the locations, through a suitable helpdesk system, to ensure that the solution is functioning as intended and that all problems associated with operations are resolved satisfactorily during the contract period. The MSI shall provide a web enabled helpdesk management system with SMS and email based alert system for the Helpdesk Call management and SLA reporting. 7.9.7.3 MSI shall provision for the infrastructure necessary for managing the Help Desk at the Help Desk location. MSI shall provide multiple channels to log a complaint such as Toll-free lines, landlines, helpdesk tool, E-mail, direct walk-in etc. Outage of any component shall be calculated as a time between logging the call and closing the call.

Page 81 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

7.9.7.4 Helpdesk becomes the central collection point for service staff contact and control of the problem, change, and service management processes. This includes both incident management and service request management. This shall be the first level of support (L1). 7.9.7.5 The MSI shall enable a second level of centralized support (L2) at the same location from where the various zones/wards can be serviced in case of problem escalation. If a problem is not resolved by telephone/help desk tool and the user declares the problem to be of an emergency nature, MSI shall dispatch a Field Service Staff member who shall provide On-site Support Service according to service levels given. 7.9.7.6 The Helpdesk shall act as a single point of contact for all users whether for service requests, incidents or problems. It shall encompass Helpdesk, Asset Management and Vendor Management. In addition, it shall offer a focused approach for delivering integrated Service Management and provide an interface for other functions in IT Services Continuity Management like Maintenance Contracts, Software Licenses etc. 7.9.7.7 MSI shall implement effective Helpdesk Management procedures to leverage the knowledge gained in providing faster and better solutions, create knowledge bases and prevent recurrence of problems. 7.9.7.8 MSI is required to provide adequate manpower for helpdesk at S-NOC Operations Center during all operation hours as specified in the RFP. However, if the MSI believes that in order to meet the SLAs, additional capacity is required, the same may be provided by the MSI at no additional cost. It is also to be noted any supervisors required for the Helpdesk Operators shall be over and above the minimum operators mentioned above. 7.9.7.9 A helpdesk is envisaged to be provided for the resolution of technical queries by internal users. Typical helpdesk activities (indicative) shall include, but not limited to: • Helpdesk should address the requests for extending technical support on hardware, network, application etc. to users • Deployment of web-based tool for the helpdesk • Provide Help Desk facility for agreed SLAs for reporting technical incidents / issues / problems with the network infrastructure. • Help desk facility to be provided with Toll-free lines, landlines, helpdesk tool, E-mail, direct walk-in etc. • The system should have a call logging system in line with the severity levels as per the SLAs. The Help desk shall log user calls related to system and assign an incident/ call ID number. Severity shall be assigned to each call as per the SLAs. • The helpdesk shall escalate the calls, to the appropriate levels, if necessary as per the escalation matrix agreed upon with purchaser/authorized entity • Analyse the incident / call statistics and provide monthly reports including but not limited to: · Type of incidents / calls logged · Incidents / calls resolved · Incidents / calls open

• Helpdesk Solution shall further have the capability to upload frequently asked questions and solutions. • Shift Timings: The MSI shall operate the Central Helpdesk for the entire tenure of the Contract as follows:

Category Shift Type of Helpdesk Type of Field Support Support Shift 1 On-Premise On-Call

Page 82 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

Category Shift Type of Helpdesk Type of Field Support Support Helpdesk at S-NOC Shift 2 On-Premise On-Call Operations Center Shift 3 (Night Shift) On-Premise On-Call

i. Helpdesk Operators

• The MSI is required to provide Operators at Helpdesk for operating and managing the Helpdesk as specified in this RFP. The Operators shall perform various activities including: o Understanding the query/issue in the reported request. Query could be related to the following: § Hardware, including issues related to desktop/laptop, printer/multi- function device, local server, routers/switches § Application, including login and password issues, accessing a particular module, navigation assistance, report generation assistance § Network, including internet/intranet and end-user device connectivity o Providing information / clarification on the spot in case of an informational query or providing necessary troubleshooting assistance in case of a logged issue o In case of technical issues for which a resolution is not possible instantly, the operator shall submit the request into the system for escalation and further action by the MSI’s team o Process all service requests, dispatch them to field personnel who shall perform the follow up ii. Field Support Staff

• The MSI is required to provide Field Support Staff for undertaking all activities on field to complete a call logged by a User. MSI is expected to deploy enough number of Field Support Staff to ensure that SLAs as specified in the RFP are met. iii. IT / Non IT Infrastructure and application software for Helpdesk

• The MSI shall be responsible for procurement, installation, commissioning and operations & maintenance of helpdesk including supply & installation of IT / Non IT infrastructure along with necessary application software (as per indicative BOM) required for the smooth functioning of the Central Helpdesk. . Project Phase III – Operations & Maintenance (O&M) Phase 7.10.1 After commissioning, the maintenance of the network as per the Service Level Agreement (SLA) shall be carried out for a period of seven years from the date of commissioning of the site. 7.10.2 General 7.10.2.1 During O&M Phase, the MSI shall have to provide O&M of the complete network including complete end-to-end active and passive infrastructure including IT and Non-IT components supplied by the MSI. 7.10.2.2 During the O&M Phase, the maintenance of complete network shall be carried out by MSI at his own cost (including material). This includes repair / replacement of damaged OFC also. The cost of pre-notified planned shifting of network / OFC route. However, in case of shifting of network / OFC route as per the requirement of CHiPS, the expense for the same shall be borne by CHiPS. 7.10.2.3 Periodical Maintenance

Page 83 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

i. The MSI shall carry out periodical maintenance of the network commissioned and shall submit the report on quarterly basis during this phase. ii. Corrective Maintenance: If any issue is reported by the end user (GP, Block) with regards to the services, network connectivity, OFC, accessories or active and passive equipment then the issue shall be reported to centralized help desk of State S-NOC. These issues shall be rectified so as to restore the services as per the SLA. However, if there are issues which needs intervention of CHiPS, it shall be reported to respective stakeholders. In case of theft/physically damaged (Repair not possible (RNP)), the equipment shall be replaced on CHiPS cost after due recommendation of the agency appointed by CHiPS and lodging of FIR by the CHiPS/Block/Gram Panchayat authorities. iii. Preventive Maintenance: The MSI shall undertake all preventive measures with the information to respective authorities for maintaining the end-to-end continuity of OFC cable, which shall include but not limited to the following:

• Regular surveillance of OFC route along the road should be carried to have proactive check to prevent OFC link disruptions. • Attending to / safe-guarding & rectification against any signs of damage or potential damage of OFC network. • Attending breakdown maintenance within minimum time period. The preventive maintenance should be carried out with prior approval and during planned shutdown period only. iv. For any / all issues pertaining to OFC/PLBE/Accessories/Electronics etc. for whatever reasons, the fault has to be rectified or OFC/PLBE/Accessories/Electronics etc. has to be replaced by MSI. The cost shall be borne by MSI for all such events.

7.10.2.4 The O&M Phase of GP in a block will start once the electronics at GP is commissioned and the GP is discovered in NMS at SHQ and End-to-End Acceptance Test certificate has been issued for Fibre infrastructure and electronics for that GP. The O&M of all such GPs shall be provided proportionately till the Project Go-Live date. 7.10.2.5 The unifying date of start of Project O&M Phase for 7 years will start from Project Go-Live when the electronics for all the GPs covered under BharatNet Phase-II in the State of Chhattisgarh are commissioned and discovered in NMS at SHQ S-NOC and End-to-End Acceptance Test certificate has been issued for Fibre infrastructure and electronics. 7.10.3 Operation and Maintenance Phase (O&M) of Network equipment 7.10.3.1 Operation and Maintenance Phase (O&M) includes routine maintenance/First line maintenance, diagnosis & rectification of faults in EMS, Network Equipment etc. The skilled manpower, testing instruments and equipment & material required for proper maintenance and meeting the SLA obligation shall be the sole responsibility of the MSI. 7.10.3.2 The MSI should have proper legal agreement with the OEM to guarantee quality, timely supply, support, performance and O&M during the full life-cycle of the contract. 7.10.3.3 The Operation & Maintenance shall include, but not limited to the following: i. The MSI shall quote for charges for Seven (7) years comprehensive O&M (including labour, spares, maintenance material, power cable, fibre cable (internal wiring), pig tail patch cord, connectors, consumables, visit of the engineers as and when required to meet the conditions of O&M). ii. The terms and conditions for O&M shall form part of the MSA. iii. The O&M Phase would be initially for 7 years which may further be extended based on the requirement iv. The MSI shall maintain an up-to-date inventory of all FRU’s (Field Replaceable unit) required for the integrated solution. The same shall be liable for inspection by CHiPS or its

Page 84 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

designated agency. The MSI has to submit complete address details of nodal/repair centres. v. MSI shall perform the first Line Maintenance as well as Second line maintenance of all equipment (active and passive) supplied under this tender vi. As a part of First Line Maintenance (routine maintenance), the MSI’s personnel will make at least one visit to each PoP location in 2 weeks for carrying out routine maintenance and upkeep activities by providing a report of the visit. However, detailed set of maintenance procedures, periodic test/maintenance schedules, Traffic Report generation & analysis and remedial measures to be taken in each occasion shall be finalised by MSI and approved by CHiPS within a month of award of work. The detailed Terms and Conditions of the Routine Maintenance Agreement shall accordingly be mutually decided and signed with MSI. vii. Normal place of duty of Person deployed shall be at BHQ location or as decided by CHiPS, from where he will first observe the proper functioning of all the equipment under his jurisdiction, through fault reporting mechanism of EMS/NMS. viii. The MSI shall equip maintenance personnel with minimum necessary testing equipment and spares required for the maintenance. The same shall be liable for inspection by CHiPS. ix. In case any equipment is down, either reported by CHiPS or its designated agency or monitored through EMS/NMS, he will attend the fault and rectify the same and/or report for Second Line maintenance team, as the case may be. x. Failure of MSI to perform maintenance activities as stipulated in the SLA, shall levy penalty as mentioned in this tender. 7.10.4 Operation and Maintenance Phase (O&M) of Optical Fibre Infrastructure 7.10.4.1 OFC Maintenance Requirements i. The optical network will comprise of 48 Core OFC as per execution plan in this RFP. As the OFC is to be installed in various clusters in the State, the MSI should have capabilities for long term maintenance & sufficient maintenance team with tools, equipment, accessories, spares, OF cable material etc. MSI should have sufficient route inspection parties for preventive maintenance. ii. The MSI will maintain the Optical Fibre Cable laid from Block to GP with high level of availability of services & transmission losses within limit. iii. CHiPS shall appoint an agency, who shall be responsible for ensuring that all field works covered under the tender are carried out in accordance with approved designs, drawings & specifications and conditions of tender as agreed to.

7.10.4.2 Broad Scope of Work under O&M shall primarily include: i. Routine inspection, viz, patrolling on the routes, to identify areas where OFC / Duct is exposed due to natural wear and tear etc. ii. Faulty rectification of OFC cuts along routes. iii. Replacement of OFC routes due to non-viability of transmission link. iv. Ensure availability of OFC route marker along the route at regular intervals. v. Maintain proper condition of joint closure. vi. Prevent third party damages viz. theft or damage/s caused by other underground utility service provider vii. Maintain condition of OFC with casing or with special arrangements near critical areas viz, major bridges, railway crossing, pipe line crossing, Forest, etc.

Page 85 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

viii. Visual inspection of joint closure to check ingress of water, foreign particles etc. ix. Periodic measurement of the link attenuation loss to ensure that the link is free from any splice loss or point loss defects etc. x. Maintenance and update of as-built drawing, information along the OFC route. xi. Maintaining history of events, analysis and reporting. xii. Public liaising with concerned authorities. 7.10.4.3 Fault Restoration Services i. The MSI shall deploy Maintenance Teams at the designated locations as decided by the CHiPS. The Maintenance teams shall comprise of manpower, logistics, required tools/tackles/machinery & equipment. ii. The MSI shall provide OFC maintenance service on round the clock basis for attending & rectifying the OFC fault in minimum downtime (including travel time) from the time of lodging the complaint to the representative of MSI. The MSI shall provide all assistance including providing manpower, transportation of men and materials etc. in the event of failure. iii. The MSI shall provide conveyance facilities for maintenance, for transporting the manpower, tools/tackles, Test/Measuring equipment and consumables like: OFC cable, Joint Closures, Jointing Pit, duct, couplers, etc. Suitable vehicle shall be available round the clock with each of the maintenance team. Vehicle should be in good working condition. iv. The MSI shall provide communication facilities viz. mobile phones to members of the maintenance teams. v. The MSI shall be required to carry out maintenance activities which include identification of OFC fault/cut on ground, obtaining permission from local authorities if required, excavation of earth to expose cable, laying of required length of OFC with protection wherever required, splicing of OFC, installation of Jointing pit & back filling of pit with sand, supply and installation of cable Route Markers and Joint Markers as per specification, testing of OFC and updating of OFC as-built drawings etc. vi. The MSI shall arrange for logistics to provide facilities such as AC/DC power source, lighting arrangement, dewatering facility, DG sets etc., which may be required during the execution of maintenance job at site. vii. functionality of maintenance teams is a prime necessity to carry out day to day maintenance of OFC links. OFC and accessories spares to cater for repair of at least 10 fibre cuts shall be maintained with each of these teams at all times. viii. MSI shall take insurance for all the workmen engaged under this contract as per labour laws applicable from time to time.

7.10.4.4 Methodology for Fault Restoration/Fibre Cuts Under OFC link cut condition, the following minimum activities shall have to be taken up by the MSI for its restoration for the end-to-end restoration of the network traffic/service: i. On receipt of information of fault in OFC the team stationed shall move immediately for locating and rectifying fault as per the response time given below. The working fibres shall be restored first. Sufficient labour shall be engaged for speedy restoration. Adequate care shall be taken not to damage any other cable if laid in the same trench. ii. For the identification of exact fault location on immediate basis, the OTDR measurement of spare fibre shall be made from the nearest PoP. For better clarity, the OTDR measurement on spare fibre shall be taken at PoP / nearest OFC joints situated at both ends of cut and using dummy fibre spool of 1km, in case required. iii. After the OTDR measurement, the as-built drawing shall be referred and the physical site of fault on ground shall be located. It may be possible that data in as- built document may

Page 86 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

not be correct for the accuracy purpose. As-built drawing shall be taken as reference only. No claim of MSI will be entertained on account of this. Accordingly, locating the OFC fault, the job of excavation in all types of soil, identification of OFC, blowing of cable, construction of jointing pits, splicing of OFC, back filling of trench & jointing-pit shall be taken up as per the standard procedure. This should be incorporated in the cable route plan also. The splicing of fibres is to be carried out in line with the installed fibre and measurements are to be taken on spare fibres. In case the active fibres are to be used, precautions are to be taken with regard to the power launched on to the fibre. Restoration of site shall be done to the entire satisfaction of CHiPS. iv. In case of OFC cut where it is not possible to pull the cable from either end, the MSI has to make two pits/ splicing joints between the required lengths of new OFC to be laid between the two joints. The spacing of joints/ pits shall be depending up on situation at site and shall be as decided by Site Engineer. Remaining OFC has to be coiled in both the pits. v. Wherever new joint is provided or existing joint is attended for rectification during the maintenance period, joint shall be buried to the depth of 1.2 Mtr. from the ground level in joint chamber. vi. After the completion of site activities, the MSI shall ensure the restoration of the traffic from the associated Network Operations Center (S-NOC) and thereafter fresh OTDR measurement & traces shall be taken for all fibres & submitted to CHiPS representative. vii. After the completion of site activities & hop test, the As-built drawing shall be updated by incorporating the new details like OFC loop used, Joint-pit location, etc. The length of loop in joint pit after fault restoration shall be incorporated in as built drawings. viii. After attending the fault & permanent restoration, a Fault-Rectification report jointly signed by CHiPS & MSI, shall be generated for the closure of the complaint. ix. Any other job required for the restoration of the OFC fault/cut in totality is to be taken up by the MSI. x. In case the site condition is not favourable for the immediate restoration of the fault, the temporary restoration of the service fibres shall be taken up immediately with the approval of CHiPS. Permanent restoration work will not be considered in downtime unless there is link break again during restoration job. Permanent restoration of joint pits is to be carried out by MSI within reasonable time of fault / OFC cut. In case the site is not conducive for permanent restoration, some arrangement of manpower has to be done by MSI for safeguarding exposed OFC till permanent restoration. No extra payment shall be given to MSI on account of deployment of additional manpower. In case of further cuts at exposed OFC location, MSI will be accountable for this additional downtime of OFC link. xi. It is mandatory for the MSIs to install the jointing chambers after permanent restoration is done. xii. In case of any breakdown in the OFC network, MSI shall be responsible for obtaining approval at his own cost from statutory authorities like Municipal Corporation, Development Authorities, Electricity Department PWD, NHAI and any other concerned authority as required for carrying out the repair. CHiPS can assist in getting permission for repair in few cases where there is urgency. xiii. Drains, pipes, cables, overhead wires and similar services encountered in the course of the works shall be guarded by the MSI at his own cost, so that they may continue in full and uninterrupted use to the satisfaction of the Owners thereof. xiv. Should any damage be done by the MSI to any AC Power mains, utility pipelines cables or lines (whether above or below ground etc.) whether or not shown on the drawings, the

Page 87 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

MSI must make good or bear the cost of making good the same without delay to the satisfaction of the CHiPS. xv. MSI shall observe all national and local laws, ordinances, rules and regulations and requirements pertaining to the work and shall be responsible for extra costs arising from violations of the same. xvi. MSI shall have at all times during the performance of the work, a competent supervisor at block level. Any instruction given to such Supervisor shall be considered as having been given to the MSI. xvii. The MSI shall employ as many personnel as deemed necessary to comply with the local rules and administrative orders governing the Working Hours of Employment. The MSI shall be responsible for compliance with all statutory requirements including personnel related matters. xviii. In the event of urgency, the team has to move to the adjacent section. xix. The minimum down time shall include time taken in restoration of fault/cut caused by any means like miscreant activity at day or night, due to work done by any other organization, development of high losses / break at existing joints, fault caused due to rodent, ant etc. xx. In case of partial damage of the cable or development of high loss in the working and spare fibre or cable cut at any time (day/night) by miscreants or by any agency, the responsibility of repairing the defective fibre lies with the MSI. xxi. In case MSI fails to completely restore the fault (as per original condition) or submit OTDR & test (power level in live equipment) records to establish completion of work, a penalty shall be levied for the work involved at site. xxii. When finished work is taken down for the purpose of inspection for any reason, the MSI shall bear the entire expenses incidental thereto in the event that the said work is found to be defective. This situation may be applicable to both planned work as also to emergency restoration. xxiii. During the maintenance or fault rectification work, should any damage occur to the other cables, MSI is liable to pay compensation as demanded by the respective authorities 7.10.5 Audit and Security services 7.10.5.1 The MSI shall be required to provide comprehensive support to CHiPS during the Third Party Audit and Security Audit etc. The MSI shall be responsible in getting the required readiness built in the network during audit for security solutions. 7.10.5.2 CHiPS reserves the right to inspect, monitor and assess the progress and performance of the project either itself or through its designated Third Party Agency or any other agency appointed by USOF (DoT) as it may deem fit, throughout the course of the Contract. CHiPS may demand and upon such a demand being made, CHiPS shall be provided with any document, data material or any other information which it may require, to enable it to assess the progress of the project. 7.10.5.3 CHiPS shall also have the right to conduct, either itself or through its designated Third Party Agency as it may deem fit, an audit to monitor the performance of the MSI of its obligations/ functions in accordance with the standards committed to or required by CHiPS and the MSI undertakes to cooperate with and provide to CHiPS or its designated Third Party Agency or any other agency appointed by USOF (DoT), all documents and other details as may be required by them for this purpose. 7.10.6 MIS Reports 7.10.6.1 The MSI shall submit the periodical reports on a regular basis as per the prescribed formats provided by the CHiPS. 7.10.6.2 Indicative report may inter-alia includes the following reports:

Page 88 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

i. Summary of issues/ complaints ii. Summary of resolved/ unresolved and escalated issues/ complaints iii. Summary of resolved/ unresolved and escalated issues/ complaints to vendors iv. Summary fault/complain reported and pending at CHiPS end v. Component wise IT infrastructure availability and resource utilization vi. Consolidated SLA/ (non) conformance report

Page 89 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

8. Payment Schedule

8.1 Payments shall be released only on satisfactory acceptance of the deliverables for each activity/task as per the following schedule: Proposed Proposed Payment Proposed Payment Payment Milestones Payment Schedule (Materials) Schedule (Services) Schedule (S-NOC) 9% of the total CAPEX 9% of the total CAPEX Mobilization Payment NA value value 80% on the BOM of S-NOC Commissioning of S-NOC NA NA (Cost included in material and services) Submission of network 0.25% 0.25% topology and design NA document per cluster per cluster Supply of 100% of material in a block i.e. Duct, OFC, electronics, Radio equipment and related accessories on 50% of total material cost NA NA project store for next two months as required in Block End to End completion of 20 GPs (locations) or 25% GPs (locations) in a block, 20% of Service cost for NA NA whichever is earlier and that block will be released integration of these GPs with S-NOC End to End completion of 40 GPs (locations) or 50% GPs (locations) in a block, 15% of Delivered material 20% of Service cost for NA whichever is earlier and value that block will be released integration of these GPs with S-NOC End to End completion of 60 GPs (locations) or 75% GPs (locations) in a block, 20% of Service cost for NA NA whichever is earlier and that block will be released integration of these GPs with S-NOC End to End completion of 100% GPs (locations) in a 15% of Delivered material 20% of Service cost for NA block and integration of these value that block will be released GPs with S-NOC Project Go-Live (i.e. 100% GPs (locations) in the State). Payment shall be made after 20% on the BOM 10 % of the total CAPEX 10 % of the total CAPEX adjustment of the of S-NOC Mobilization Advance given to the MSI

Page 90 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

• Note 1: All payments shall be released after certification of Delivery and Implementation Milestones by CHiPS or its appointed agency • Note 2: All Payments shall be made in Indian Rupees Only and shall be subject to provisions of Clause 5.50 and Section 8. • Note 3: Payment shall be released by the purchaser against the invoices raised by MSI within 30 calendar days on providing all the relevant documents, timely and complete in all aspects. • Note 4: o All payments shall be made through RTGS only. o Payments should be subject to deductions of any amount for which the MSI is liable under the RFP conditions. Further, all payments shall be made subject to deduction of TDS (Tax deduction at Source) as per the current Income-Tax Act.

Page 91 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

9. Implementation Plan, Deliverables and Penalties

9.1 The key milestone dates (“critical dates”)* as anticipated by the Purchaser are

S. Deliverable Timelines for Penalties* Incentives Remarks No. completion 1. Issuance of T0 N.A. On selection of the MSI , Award of - Award of Contract and Contract and Work Order is issued work order 2. S-NOC Set up T+90 Days 5% of the S-NOC and cost for per week of - commissioning delay

3. End to End T+100 Days If the MSI fails to If the bidder Copy of duly signed and completion complete 10% of completes stamped Delivery and total GPs within additional no. of GPs Challan, Installation , integration of stipulated time as given in Commissioning and 10% of total schedule then a milestone within the testing report approved GPs with S- penalty of 10% of stipulated time by State, OTDR link test NOC total cost of schedule then an reports, power on, post, incomplete GPs shall incentive of 3% of FAT report approved be deducted total cost of and certificate issued (excluding O&M additional along with configuration cost) completed GPs shall reports by State, As- be given to the Build Diagram (ABD bidder (excluding report), Monthly O&M cost) Progress Report 4. End to End T+130 Days If the MSI fails to If the bidder Copy of duly signed and completion complete 20% of completes stamped Delivery and total GPs within additional no. of GPs Challan, Installation , integration of stipulated time as given in Commissioning and 20% of total schedule then a milestone within the testing report approved GPs with S- penalty of 10% of stipulated time by State, OTDR link test NOC total cost of schedule then an reports, power on, post, incomplete GPs shall incentive of 3% of FAT report approved be deducted total cost of and certificate issued (excluding O&M additional along with configuration cost) completed GPs shall reports by State, As- be given to the Build Diagram (ABD bidder (excluding report), Monthly O&M cost) Progress Report 5. End to End T+160 Days If the MSI fails to If the bidder Copy of duly signed and completion complete 30% of completes stamped Delivery and total GPs within additional no. of GPs Challan, Installation , integration of stipulated time as given in Commissioning of the 30% of total schedule then a milestone within the network and Testing GPs with S- penalty of 10% of stipulated time Report approved by NOC total cost of schedule then an State, OTDR link test incomplete GPs shall incentive of 3% of reports, power-on, post, be deducted total cost of FAT report approved (excluding O&M additional and certificate issued cost) completed GPs shall along with configuration

Page 92 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

S. Deliverable Timelines for Penalties* Incentives Remarks No. completion be given to the reports by State As- bidder (excluding Build Diagram (ABD O&M cost) report), Monthly Progress Report

6. End to End T+190 Days If the MSI fails to If the bidder Copy of duly signed and completion complete 40% of completes stamped Delivery and total GPs within additional no. of GPs Challan, Installation , integration of stipulated time as given in Commissioning of the 40% of total schedule then a milestone within the network and testing GPs with S- penalty of 10% of stipulated time report approved by NOC total cost of schedule then an State, OTDR link test incomplete GPs shall incentive of 3% of reports, power on, post, be deducted total cost of FAT report approved (excluding O&M additional and certificate issued cost) completed GPs shall along with configuration be given to the reports by State, As- bidder (excluding Build Diagram (ABD O&M cost) report), Monthly Progress Report 7. End to End T+220 Days If the MSI fails to If the bidder Copy of duly signed and completion complete 50% of completes stamped Delivery and total GPs within additional no. of GPs Challan, Installation , integration of stipulated time as given in Commissioning of the 50% of total schedule then a milestone within the network and testing GPs with S- penalty of 10% of stipulated time report approved by NOC total cost of schedule then an State, OTDR link test incomplete GPs shall incentive of 3% of reports, power on, post, be deducted total cost of FAT report approved (excluding O&M additional and certificate issued cost) completed GPs shall along with configuration be given to the reports by State, As- bidder (excluding Build Diagram (ABD O&M cost) report), Monthly Progress Report 8. End to End T+250 Days If the MSI fails to If the bidder Copy of duly signed and completion complete 60% of completes stamped Delivery and total GPs within additional no. of GPs Challan, Installation , integration of stipulated time as given in Commissioning of the 60% of total schedule then a milestone within the network and testing GPs with S- penalty of 10% of stipulated time report approved by NOC total cost of schedule then an State, OTDR link test incomplete GPs shall incentive of 3% of reports, power on, post, be deducted total cost of FAT report approved (excluding O&M additional and certificate issued cost) completed GPs shall along with configuration be given to the reports by State, As- bidder (excluding Build Diagram (ABD O&M cost) report), Monthly Progress Report 9. End to End T+280 Days If the MSI fails to If the bidder Copy of duly signed and completion complete 70% of completes stamped Delivery and total GPs within additional no. of GPs Challan, Installation ,

Page 93 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

S. Deliverable Timelines for Penalties* Incentives Remarks No. completion integration of stipulated time as given in Commissioning of the 70% of total schedule then a milestone within the network and testing GPs with S- penalty of 10% of stipulated time report approved by NOC total cost of schedule then an State, OTDR link test incomplete GPs shall incentive of 3% of reports, power on, post, be deducted total cost of FAT report approved (excluding O&M additional and certificate issued cost) completed GPs shall along with configuration be given to the reports by State, As- bidder (excluding Build Diagram (ABD O&M cost) report), Monthly Progress Report 10 End to End T+310 Days If the MSI fails to If the bidder Copy of duly signed and completion complete 80% of completes stamped Delivery and total GPs within additional no. of GPs Challan, Installation , integration of stipulated time as given in Commissioning of the 80% of total schedule then a milestone within the network and testing GPs with S- penalty of 10% of stipulated time report approved by NOC total cost of schedule then an State, OTDR link test incomplete GPs shall incentive of 3% of reports, power on, post, be deducted total cost of FAT report approved (excluding O&M additional and certificate issued cost) completed GPs shall along with configuration be given to the reports by State, As- bidder (excluding Build Diagram (ABD O&M cost) report), Monthly Progress Report 11 End to End T+340 Days If the MSI fails to If the bidder Copy of duly signed and completion complete 90% of completes stamped Delivery and total GPs within additional no. of GPs Challan, Installation , integration of stipulated time as given in Commissioning of the 90% of total schedule then a milestone within the network and testing GPs with S- penalty of 10% of stipulated time report approved by NOC total cost of schedule then an State, OTDR link test incomplete GPs shall incentive of 3% of reports, power on, post, be deducted total cost of FAT report approved (excluding O&M additional and certificate issued cost) completed GPs shall along with configuration be given to the reports by State, As- bidder (excluding Build Diagram (ABD O&M cost) report), Monthly Progress Report 12 End to End T+360 Days If the MSI fails to If the bidder Copy of duly signed and completion complete 100% of completes stamped Delivery and total GPs within additional no. of GPs Challan, Installation , integration of stipulated time as given in Commissioning of the 100% of total schedule then a milestone within the network and testing GPs with S- penalty of 10% of stipulated time report approved by NOC total cost of schedule then an State, OTDR link test incomplete GPs shall incentive of 3% of reports, power on, post, be deducted total cost of FAT report approved (excluding O&M additional and certificate issued cost) completed GPs shall along with configuration be given to the reports by State, As-

Page 94 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

S. Deliverable Timelines for Penalties* Incentives Remarks No. completion bidder (excluding Build Diagram (ABD O&M cost) report), Monthly Progress Report

*MSI shall start end to end connectivity of GPs in those blocks for which the route survey has been conducted and approved by CHiPS.

Page 95 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

10. Service Level Agreement

. Purpose 10.1.1 The purpose is to define the levels of service provided by MSI to the CHiPS for the duration of the contract. The benefits of this are: a) Start a process that applies to CHiPS and MSI attention to some aspect of performance, only when that aspect drops below the threshold defined by the CHiPS b) Help the CHiPS control the levels and performance of MSI’s services

10.1.2 The Service Levels are between the CHiPS and MSI . Service Level Agreements & Targets 10.2.1 This section is agreed to by CHiPS and MSI as the key performance indicator for the project. This may be reviewed and revised according to the procedures detailed in Clause 10.8 SLA Change Control. 10.2.2 The following section reflects the measurements to be used to track and report system’s performance on a regular basis. The targets shown in the following tables are for the period of contact. 10.2.3 The procedures in Clause 10.8 shall be used if there is a dispute between CHiPS and MSI on what the permanent targets should be. . General principles of Service Level Agreements 10.3.1 The Service Level agreements have been logically segregated in the following categories: 10.3.2 Service Level Agreement 10.3.2.1 SLA would be applicable in operations and maintenance phase of the project. The penalties shall be applicable on Operations & Maintenance cost of the project calculated quarterly. SLA would be applicable on: a) Network availability at SHQ, Block and GP b) Network Operations Centre(S-NOC)

. Service Levels Monitoring 10.4.1 The Service Level parameters defined in Clause 10.2 shall be monitored on a periodic basis, as per the individual parameter requirements. MSI shall be responsible for providing appropriate web based online SLA measurement and monitoring tools for the same. MSI shall be expected to take immediate corrective action for any breach in SLA. In case issues are not rectified to the complete satisfaction of CHiPS, within a reasonable period of time defined in this RFP, then the CHiPS shall have the right to take appropriate penalizing actions, or termination of the contract. 10.4.2 The links shall be categorised based on the priority levels with respect to link level & location, traffic considerations, etc. The route length in each category shall be decided post route survey and planning and confirmation by CHiPS. An indicative distribution of route length in each category as a percentage of the total route length is as shown below: a) High Priority – 15% of total route length b) Medium Priority – 25% of total route length c) Low Priority – 60% of total route length

Page 96 of 316 . Measurements & Targets 10.5.1 Network related performance levels Penalty as %age of S. No Measurement Definition Quarterly Target QGR ≥99.99 % No Penalty ≥99.5 % to <99.99 % 2.0 % ≥99.0 % to <99.5 % 5.0 % All the Network Equipment installed and commissioned at 1% penalty on 1 Availability of SHQ SHQ account of each 0.5% reduction in <99.0 % uptime

The definition for equipment availability is common for all ≥99.5 % No Penalty network equipment i.e. availability in Block (Aggregation) and Gram Panchayat (Access) level ≥99.5 % to <97.5 % 1.0 %

Network Availability in Block Network equipment availability for a quarter is defined as 2 ≥97.5 % to < 95.0 % 2.0 % (Aggregation) total time (in minutes) in a quarter - total down time (in minutes) in a quarter excluding planned network downtime. ≥95.0 % to <90.0 % 3.5 %

The network is considered available when all the services <90.0 % 5.0 % in full capacity are available. ≥98.0 % No Penalty

Network Availability (%) = (Total minutes during the quarter – Planned downtime - Downtime minutes during ≥98.0 % to <95.0 % 1.0 % the quarter) *100 / Total minutes during the quarter Network Availability at Gram Panchayat 3 (Access) level Total Time shall be measured on 24*7 basis. ≥95.0 % to < 90.0% 2.0 %

Planned Network Component Downtime refers to unavailability of network services due to infrastructure maintenance activities like configuration changes, up ≥90.0 % to < 85.0% 3.5 % Selection of Master System Integrator for BharatNet Phase-II CHiPS

Penalty as %age of S. No Measurement Definition Quarterly Target QGR gradation or changes to any supporting infrastructure. Details related to such planned outage shall be agreed with CHiPS. 5.0 %

The downtime of the Block and GPs commissioned during the implementation phase shall be calculated on prorate basis. ≥85.0 % to < 80.0%

Measurement Tool: Reports from EMS duly approved by CHiPS or its appointed agency. MSI shall submit quarterly reports on the performance and adherence to the SLA Mean Time To Repair (MTTR) shall be monitored on the up to 8 hrs No Penalty time taken between logging of complaint against the ≥ 8 hrs to 12 hrs 0.5 % Mean Time To Repair (MTTR) for Fibre network and its closure for High priority Links i.e. 15% of total 4 ≥ 12 hrs to 16 hrs 1.0 % route length Measurement Tool: Reports from EMS duly approved by CHiPS or its appointed agency. MSI shall submit quarterly reports on the performance and adherence to the SLA ≥ 16 hrs 1.5 % Mean Time To Repair (MTTR) shall be monitored on the up to 12 hrs No Penalty time taken between logging of complaint against the ≥ 12 hrs to 18 hrs 0.5 % network and its closure Mean Time To Repair (MTTR) for Fibre 5 for Medium priority Links i.e. 25% of ≥ 18 hrs to 24 hrs 1.0 % Measurement Tool: Reports from EMS duly approved by total route length CHiPS or its appointed agency. MSI shall submit quarterly 2.0 % reports on the performance and adherence to the SLA ≥ 24 hrs while the penalties shall be charged on quarterly basis Mean Time To Repair (MTTR) shall be monitored on the up to 18 hrs No Penalty Mean Time To Repair (MTTR) for Fibre time taken between logging of complaint against the ≥ 18 hrs to 24 hrs 0.5 % 6 for Low priority Links i.e. 60 % of total network and its closure. route length ≥ 24 hrs to 30 hrs 1.0 %

Page 98 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

Penalty as %age of S. No Measurement Definition Quarterly Target QGR Measurement Tool: Reports from EMS duly approved by 1.5 % CHiPS or its appointed agency. MSI shall submit quarterly ≥ 30 hrs reports on the performance and adherence to the SLA During post-implementation period, in case any field equipment is damaged by a vehicular accident (or due to any other reason outside the control of MSI) and needs repair/replacement, then the corresponding equipment to be replaced by MSI as per the SLAs defined in this section. In such cases, damages are to be borne by MSI through proper comprehensive insurance for all the equipment (in the field or at S-NOC) during contract period.

Page 99 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

10.5.2 Helpdesk SLA

Service Measurement Definition Target Penalty as %age of QGR

Incident Any failure/incident on any part of Reports generated 100% incidents to be reported No Penalty Reporting the network infrastructure or its from Ticket logging within 1 hour with the cause, facilities shall be communicated system action and remedy for the immediately to Helpdesk as an incident. exceptional report giving details of Delay beyond an hour Rs.100 for every hour’s delay on downtime, if any. an incremental basis. 100% incident log to be No Penalty submitted that comprises exceptional & normal reportable activities by 5th of every Quarter for the previous quarter.

Delay beyond the date of Rs. 1000 for every days delay on submission opf log an incremental basis

Page 100 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

10.5.3 Fibre cuts per 1000 KM/month 10.5.3.1 High Priority Links covering approximately 15% of route length No. of Fibre Cuts per Penalty 1000 Km/Month Up to 10 Nil 11 to 15 INR 2000 per cut 16 to 20 INR 3000 per cut 21 and above INR 4000 per cut

10.5.3.2 Medium Priority Links covering approximately 25% of route length No. of Fibre Cuts per Penalty 1000 Km/Month Up to 15 Nil 16 to 25 INR 1500 per cut 26 to 40 INR 2000 per cut 41 and above INR 2500 per cut

10.5.3.3 Low Priority Links covering approximately 60% of route length No. of Fibre Cuts per Penalty 1000 Km/Month Up to 25 Nil 26 to 40 INR 1000 per cut 41 to 55 INR 1500 per cut 56 and above INR 2000 per cut . Reporting Procedures 10.6.1 MSI representative shall prepare and distribute Service level performance reports in a mutually agreed format by the 5th working day of subsequent month. The reports shall include “actual versus target” Service Level Performance, a variance analysis and discussion of appropriate issues or significant events. Performance reports shall be distributed to CHiPS management personnel as directed by CHiPS. 10.6.2 Also, MSI may be required to get the Service Level performance report audited by the agency appointed by CHiPS . Issue Management Procedures 10.7.1 General 10.7.1.1 This process provides an appropriate management structure for the orderly consideration and resolution of business and operational issues in the event that quick consensus is not reached between CHiPS and MSI. 10.7.1.2 Implementing such a process at the beginning of the outsourcing engagement significantly improves the probability of successful issue resolution. It is expected that this pre-defined process shall only be used on an exception basis if issues are not resolved at lower management levels. 10.7.2 Issue Management Process 10.7.2.1 Either CHiPS or MSI may raise an issue by documenting the business or technical problem, which presents a reasonably objective summary of both points of view and identifies specific points of disagreement with possible solutions.

Page 101 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

10.7.2.2 Any unresolved issues/disputes concerning the Project/Contract between the Parties shall first be referred in writing to the Project Manager for his consideration and resolution. If the Project Manager is unable to resolve any issue/dispute within 5 days of reference to them, the Project Manager shall refer the matter to the Project Management Unit. If the Project Management Unit is unable to resolve the issues/disputes referred to them within 15 days the unresolved issue/dispute shall be escalated as per the agreed escalation matrix for resolution. CHiPS within 30 days of reference to them shall try to resolve the issue/dispute. 10.7.2.3 If CHiPS fails to resolve a dispute as per the above clause, the same shall be referred to arbitration. The arbitration proceedings shall be carried out as per the Arbitration procedures mentioned in Clause 18 of this section of RFP. . Service Level Change Control 10.8.1 General 10.8.1.1 It is acknowledged that this Service levels may change as CHiPS’s business needs evolve over the course of the contract period. As such, this document also defines the following change management procedures: • A process for negotiating changes to the Service Levels • An issue management process for documenting and resolving particularly difficult issues. • CHiPS and MSI management escalation process to be used in the event that an issue is not being resolved in a timely manner by the lowest possible level of management. 10.8.1.2 Any changes to the levels of service provided during the term of this Contract shall be requested, documented and negotiated in good faith by both parties. Either party can request a change. 10.8.2 Service Level Change Process: The parties may amend Service Level by mutual agreement in accordance. Changes can be proposed by either party .Unresolved issues shall also be addressed. MSI’s representative shall maintain and distribute current copies of the Service Level document as directed by CHiPS. Additional copies of the current Service Levels shall be available at all times to authorized parties. 10.8.3 Version Control / Release Management: All negotiated changes shall require changing the version control number. As appropriate, minor changes may be accumulated for periodic release or for release when a critical threshold of change has occurred.

Page 102 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

10.8.4 Change Control Note Change Control Note CCN Number: Part A: Initiation Title: Originator: Sponsor: Date of Initiation: Details of Proposed Change (To include reason for change and appropriate details/specifications. Identify any attachments as A1, A2, and A3 etc.)

Authorized by CHiPS Date: Name: Signature: Received by the MSI Date: Name: Signature: Change Control Note CCN Number: Part B : Evaluation (Identify any attachments as B1, B2, and B3 etc.) Changes to Services, payment terms, payment profile, documentation, training, service levels and component working arrangements and any other contractual issue. Brief Description of Solution: Impact: Deliverables: Timetable: Charges for Implementation: (including a schedule of payments) Other Relevant Information: (including value-added and acceptance criteria) Authorized by the MSI Date: Name: Signature: Change Control Note CCN Number : Part C : Authority to Proceed Implementation of this CCN as submitted in Part A, in accordance with Part B is: (tick as appropriate) Approved Rejected Requires Further Information (as follows, or as Attachment 1 etc.) For MSI and its nominated agencies For MSI Signature Signature Name Name Title Title Date Date

Page 103 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

. Exclusions 10.9.1 For the purpose of calculating SLA, the following faults or outage hours shall be excluded: • Periods where any link is switched off at CHiPS or Govt. Office due its own reasons. The onus lies on CHiPS or respective Govt. establishment to ensure that the on-site equipment are powered ON • Periods where the failure of any components or equipment belonging to CHiPS/Govt. office. • The time lost in attending to a complaint due to delay in entering CHiPS/Govt. institutions premises shall not be considered as a down time • Any or all other reasons not mentioned above for which MSI is not accountable

Page 104 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

11. Annexures

. Annexure-: Request for Clarifications/ Pre-bid queries 11.1.1 MSI requiring specific points of clarification may communicate with CHiPS during the specified period using the following format to be submitted in (.xls):

Bidder’s Request for clarification/ pre-bid queries

Name & position of Full address of the Name of Organization submitting request person submitting Organization including phone, fax and request email points of contact

Tel:

Fax:

Email:

Bidding Document Reference(s) Content of RFP S. No. Points of clarification Required (Section number/ page) requiring Clarification

1.

2.

Note: The name of the organization and the date shall appear in each page of such as document/ email in the header or footer portion.

Yours sincerely,

Authorized Signature [In full and initials]: ______Name and Title of Signatory: ______Name of Firm: ______Address: ______

Location: ______Date: ______

Page 105 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

. Annexure-: Implementation Priority List 11.2.1 Cluster C Priority District Block No. of GPs Cluster 1 KANKER NARHARPUR 67 C 2 KONDAGAON PHARASGAON 56 C 3 KANKER CHARAMA 64 C 4 KONDAGAON MAKDI 45 C 5 KONDAGAON KESHKAL 38 C 6 BASTAR BASTANAR 18 C 7 BASTAR LOHANDIGUDA 38 C 8 DANTEWADA KATEKALYAN 12 C 9 NARAYANPUR ORCHA 34 C 10 KANKER DURGKONDA 29 C 11 BIJAPUR BHAIRAMGARH 50 C 12 KANKER ANTAGARH 41 C 13 DANTEWADA GEEDAM 38 C 14 BASTAR JAGDALPUR 53 C 15 BASTAR JAGDALPUR 53 C 16 BIJAPUR USUR 27 C 17 BASTAR BAKAWAND 65 C 18 BASTAR DARBHA 26 C 19 SUKMA KONTA 34 C 20 KANKER KOYALIBEDA 78 C

11.2.2 Cluster D Priority District Block No. of GPs Cluster 1 JASHPUR PATHALGAON 44 D 2 SURGUJA LUNDRA 67 D 3 SURAJPUR BHAIYATHAN 62 D 4 SURGUJA LAKHANPUR 60 D 5 JASHPUR FARSABAHAR 48 D 6 SURAJPUR ODAGI 54 D 7 SURGUJA MAINPAT 19 D 8 SURGUJA BATOLI 39 D 9 SURAJPUR PREMNAGAR 35 D 10 KORIYA SONHAT 31 D 11 KORIYA BHARATPUR 33 D 12 KORIYA KHADGAON 55 D

11.2.3 Cluster A Priority District Block No. of GPs Cluster 1 RAIPUR ARANG 129 A 2 BALODA BAZAR BALODA BAZAR 85 A 3 DURG DHAMDHA 108 A 4 BALODA BAZAR KASDOL 76 A 5 BALOD GUNDER DEHI 115 A

Page 106 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

Priority District Block No. of GPs Cluster 6 BALODA BAZAR PALARI 75 A 7 BALODA BAZAR SIMGA 89 A 8 RAIPUR TILDA 102 A 9 BEMETARA BEMETARA 98 A 10 MAHASAMUND BASNA 97 A 11 BEMETARA BERLA 83 A 12 BEMETARA SAJA 56 A 13 BEMETARA THANA KHAMARIYA 44 A 14 RAJNANDGAON AMBAGARH(CHOWKI) 61 A 15 RAJNANDGAON CHHUIKHADAN 88 A 16 RAJNANDGAON CHHURIA 104 A 17 RAJNANDGAON 67 A 18 RAJNANDGAON 97 A 19 BALOD DUNDI LOHARA 117 A 20 MAHASAMUND SARAIPALI 88 A 21 GARIYABAND GARIYABAND 52 A 22 GARIYABAND MAINPUR 67 A 23 RAJNANDGAON MOHLA 45 A 24 DHAMTARI MAGARLOD 53 A 25 KABEERDHAM PANDARIYA 126 A 26 MAHASAMUND PITHORA 114 A 27 GARIYABAND CHURRA 68 A 28 GARIYABAND DEOBHAG 49 A 29 BALOD DONDI 52 A 30 KABEERDHAM BODLA 101 A 31 DHAMTARI NAGARI 71 A 32 KABEERDHAM KABIRDHAM 91 A

11.2.4 Cluster B Priority District Block No. of GPs Cluster 1 BILASPUR MASTURI 126 B 2 RAIGARH LAILUNGA 70 B 3 BILASPUR TAKHATPUR 116 B 4 MUNGELI LORMI 122 B 5 JANJGIR-CHAMPA NAWAGARH 55 B 6 JANJGIR-CHAMPA PAMGAR 55 B 7 MUNGELI PATHARIA 84 B 8 BILASPUR BILASPUR 78 B 9 JANJGIR-CHAMPA AKALTARA 54 B 10 JANJGIR-CHAMPA MALKHARODA 80 B 11 JANJGIR-CHAMPA CHAMPA 51 B 12 JANJGIR-CHAMPA DABHRA 78 B 13 KORBA KARTALA 54 B 14 RAIGARH RAIGARH 76 B 15 JANJGIR-CHAMPA SAKTI 72 B 16 RAIGARH BARAMKELA 90 B

Page 107 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

Priority District Block No. of GPs Cluster 17 JANJGIR-CHAMPA JANJGIR 39 B 18 BILASPUR MARWAHI 60 B 19 BILASPUR KOTA 79 B 20 RAIGARH TAMNAR 63 B 21 RAIGARH DHARMJAIYGARH 111 B 22 KORBA PODI 81 B

Page 108 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

. Annexure-: Guidelines for E-Procurement (Guidelines for bidders on using integrated e-Procurement System Govt. of Chhattisgarh. https://eproc.cgstate.gov.in) Note: These conditions will over-rule the conditions stated in the tender document(s), wherever relevant and applicable. 1. Vendor / Bidder Registration on the e-Procurement System: All the Users / Bidders (Manufacturers / Contractors / Suppliers / Vendors / Distributors etc.) registered with and intending to participate in the Tenders of various Govt. Departments / Agencies / Corporations / Boards / Undertakings under Govt. of Chhattisgarh processed using the Integrated e-Procurement System are required to get registered on the centralized portal https://eproc.cgstate.gov.in and get approval on specific class (e.g. A, B, C, D, UGE, UDE, Others/Open) from Public Works Department (in case to participate in tenders restricted to vendors / bidders in a particular class). The non – registered users / bidders who are also eligible to participate in the tenders floated using the e- Procurement system are also required to be registered online on the e-Procurement system. Vendors are advised to complete their online enrolment / registration process on the portal well in advance to avoid last minute hassle, it is suggested to complete enrolment at least four days before the last date of bid submission date, failing which may result in non-submission of bids on time for which vendor/end user shall be solely responsible. For more details, please get in touch with e-Procurement system integrator, M/s. MJunction Services Limited, Raipur – 492 001 on Toll free 1800 258 2502 or email [email protected]. 2. Digital Certificates: The bids submitted online must be signed digitally with a valid Class II / Class – III Digital Signature Certificate to establish the identity of the bidders submitting the bids online. The bidders may obtain pair of Encryption & Signing Class – II / Class – III Digital Certificate issued by an approved Certifying Authority (CA) authorized by the Controller of Certifying Authorities (CCA), Government of India. Note: It may take up to 7 to 10 working days for issuance of Class-II / Class-III Digital Certificate, Therefore the bidders are advised to obtain it at the earliest. It is compulsory to possess a valid Class-II / Class-III Digital Certificate while registering online on the above mentioned e-Procurement portal. A Digital Certificate once mapped to an account / registration cannot be remapped with any other account / registration however it may be inactivated / deactivated. Important Note: bid under preparation / creation for a particular tender may only be submitted using the same digital certificate that is used for encryption to encrypt the bid data during the bid preparation / creation / responding stage. However bidder may prepare / create and submit a fresh bid using his/her another / reissued / renewed Digital Certificate only within the stipulated date and time as specified in the tender. In case, during the process of a particular bid preparation / responding for a tender, the bidder loses his/her Digital Certificate because of any reason they may not be able to submit the same bid under preparation online, Hence the bidders are advised to keep their Digital Certificates secure to be used whenever required and comply with IT Act 2000 & its amendments and CVC guidelines. The digital certificate issued to the authorized user of an individual / partnership firm / private limited company / public limited company / joint venture and used for online bidding will be considered as equivalent to a no- objection certificate / power of attorney to the user. Unless the certificate is revoked, it will be assumed to represent adequate authority of the specific individual to bid on behalf of the organization / firm for online tenders as per Information Technology Act 2000. This authorized user will be required to obtain a valid Class-II / Class-III Digital Certificate. The Digital Signature

Page 109 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS executed through the use of Digital Certificate of this authorized user will be binding on the organization / firm. It shall be the responsibility of management / partners of the concerned organization / firm to inform the Certifying Authority, if the authorized user changes, and apply for a fresh digital certificate for the new authorized user. 3. Online Payment As the bid is to be submitted only online, bidders are required to make online payment(s) of the Registration fee / Transaction or Service fees / EMD using the online payments gateway services integrated into the e- Procurement system using various payment modes like Credit Card / Debit Card / Internet Banking / Cash Card / NEFT / RTGS etc.

For the list of available online modes of electronic payments that are presently accepted on the online payments gateway services, please refer the link ‘Payments accepted online’ on the e-Procurement portal https://eproc.cgstate.gov.in. 4. Setup of User’s Computer System In order to operate on the e-Procurement system for a bidder / user, the computer system / desktop / laptop of the bidder is required to have Java ver. 765 , Internet explorer 9 / 11, latest Mozila, firefox with IE Tab V2 (Enhanced IE Tab) or any other latest browser. A detailed step by step document on the same is available on the home page. Also internet connectivity should be minimum one MBPS. 5. Publishing of N.I.T.: For the tenders processed using the e-Procurement system, only a brief advertisement notice related to the tender shall be published in the newspapers and the detailed notice shall be published only on the e- Procurement system. Bidders can view the detailed notice, tender document and the activity time schedule for all the tenders processed using the e-Procurement system on the portal https://eproc.cgstate.gov.in. 6. Tender Time Schedule: The bidders are strictly advised to follow the tender time for their side for tasks / activities and responsibilities to participate in the tender, as all the activities / tasks of each tender are locked before the start time & date and after the end time & date for the relevant activity of the tender as set by the concerned department official. 7. Download Tender Document(s): The tender document and supporting document(s) if any can be downloaded only online. The tender document(s) will be available for download to concerned bidders after online publishing of the tender and up to the stipulated date & time as set in the tender. 8. Submit Online Bids: Bidders have to submit their bid online after successful filling of forms within the specified date and time as set in the tender. The encrypted bid data of only those bidders who have submitted their bids within the stipulated date & time will be accepted by the e-Procurement system. It is expected that the bidder complete his bid ad submit within timeline, a bidder who has not submitted his bid within the stipulated date & time will not be available during opening.

Bid documents uploading during bid preparation should be less than five MB (for individual document) and over all bid documents should be less than fifty MB. 9. Submission of Earnest Money Deposit: The bidders shall submit their Earnest Money Deposit Either as usual in a physically sealed Earnest Money Deposit envelope and the same should reach the concerned office OR Online using payment gateway as stated in the Notice Inviting Tender. Bidders also have to upload scanned copy of Earnest Money Deposit instrument.

Page 110 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

10. Opening of Tenders: The concerned department official receiving the tenders or his duly authorized officer shall first open the online Earnest Money Deposit envelope of all the bidders and verify the same uploaded by the bidders. He / She shall check for the validity of Earnest Money Deposit as required. He / She shall also verify the scanned documents uploaded by the bidders, if any, as required. In case, the requirements are incomplete, the next i.e. technical and commercial envelopes of the concerned bidders received online shall not be opened. The concerned official shall then open the other subsequent envelopes submitted online by the bidders in the presence of the bidders or their authorized representatives who choose to be present in the bid opening process or may view opened details online.

11. Briefcase: Bidders are privileged to have an online briefcase to keep their documents online and the same can be attached to multiple tenders while responding, this will facilitate bidders to upload their documents once in the briefcase and attach the same document to multiple bids submitting. For any further queries / assistance, bidders may contact: The Service Integrator of e-Procurement system, M/s. Mjunction Service Ltd. on Help Desk Toll free No. 1800 258 2502 or email [email protected], or Tel. No. 0771 - 4014158 or email: [email protected].

Page 111 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

. Annexure-: Technical Bid Cover Letter (Company Letter head) To, Chief Executive Officer Chhattisgarh Infotech Promotion Society (CHiPS) SDC Building, 02nd floor, Near Police Control Room, Civil Lines, Raipur, Chhattisgarh–492001

Sub: Submission of the response to the RFP No 05/CEO/CHiPS/MSI/BHARATNET/2018 dated 31/01/2018 for Selection of Master System Integrator for BharatNet Phase-II in the State of Chhattisgarh Dear Sir, We, the undersigned, offer to provide Implementation & Maintenance of BharatNet Phase-II for CHIPS in response to the Request for Proposal dated and Tender Reference No <> for “Selection of Master System Integrator for BharatNet Phase-II in the State of Chhattisgarh”. We are hereby submitting our Proposal online, which includes the Technical Bid and Commercial Bid. We hereby declare that all the information and statements made in this Technical Bid are true and accept that any misinterpretation contained in it may lead to our disqualification. We undertake, if our Proposal is accepted, to initiate the Implementation services related to the assignment not later than the date indicated in this tender.

We agree to abide by all the terms and conditions of the RFP and related corrigendum(s)/ addendum(s). We would hold the terms of our bid valid for 180 days as stipulated in the RFP. We hereby declare that as per RFP requirement, we have not been black-listed/ debarred by any Central/ State Government and we are not the subject of legal proceedings for any of the foregoing. We understand you are not bound to accept any Proposal you receive.

Yours sincerely,

Authorized Signature [In full and initials]: ______Name and Title of Signatory: ______Name of Firm: ______

Address: ______Location: ______Date: ______

Page 112 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

. Annexure-: Technical Bid Compliance Checklist Following are the compliance and reference documents for “Selection of Master System Integrator (MSI) for BharatNet Phase-II in the State of Chhattisgarh” against Tender Reference No.. 05/CEO/CHiPS/MSI/BHARATNET/2018 Dated 31/01/2018

S. No. Eligibility Criteria Documents Required Reference Page # The Sole Bidder or each of the The Sole Bidder or each of Consortium members should be Consortium members: registered in India under the a) Copy of Certification of Companies Act, 1956 or Companies Incorporation / Registration Act, 2013 or as amended and should Certificate have at least 5 years of operations in b) PAN card India as on bid submission date. c) GST Registration d) Audited financial Sole Bidder or Lead Bidder should statements for the last three have an average annual turnover of at financial years (2014-15, 2015- 1. least INR 700 Crores for the last three 16 and 2016-17) (3) audited financial years (2014-15, e) Certificate from the 2015-16 and 2016-17). Statutory Auditor/Company Secretary on turnover details Note: Turnover considered would be for the last three (3) financial a consolidated turnover of the years (2014-15, 2015-16 and company i.e. A parent Company can 2016-17) use the turnover of its child company (100% subsidiary of parent) but a child company cannot use parent company’s turnover The Sole Bidder or the Consortium The Sole Bidder or any of members should have a cumulative Consortium members: experience as per the scope of work mentioned in this RFP in last 3 years Completion Certificate issued as on bid submission date. & signed by the competent “Experience of Laying, Installation, authority of the client entity Testing and Commissioning of Optical along with the supporting Fibre Cable (Underground), PLB Duct documents such as Work 2. and accessories of at least 11000 km order/Purchase within India. order/Contract clearly highlighting the scope of work, In case of consortium, the Lead Bill of Material and value of bidder should have experience of the contract/ order laying Optical Fibre Cable (Underground) of at least 3000 km in the last 3 years in India. The Sole Bidder or Lead Bidder in case The Sole Bidder or Lead of consortium, should have valid ISO Bidder: 3. 9001:2008/ ISO 9001:2015 for Quality Management System which should be Copy of certificate valid as on valid as on bid submission date bid submission date The Sole Bidder or each of the Self-Declaration for not being Consortium members should not Black Listed by any of the 4. have been blacklisted/debarred by Govt. or organisation of Govt. any Govt. department or any PSU in in India by the authorized

Page 113 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

S. No. Eligibility Criteria Documents Required Reference Page # India during last three (3) years as on signatory of the bidder and bid submission date consortium partner

The Sole Bidder or Lead bidder of Documentary evidences such Consortium should submit MAF from as MAF (Manufacturers a single OEM against the proposed Authorization Form) from all products. OEM/Vendors whose products (Active & Passive) are being MPLS Network Equipment viz. quoted by the Bidder Network Core Router, Block Router, GP Router and Edge Switch (WAN) OEM Compliance document of should be from the single OEM. TEC-GR for all applicable products from OEM whose Bidder to provide the MAF from the products are being quoted by OEMs confirming that the OEMs shall the Bidder ensure that all equipment / 5 components / sub-components being supplied under this tender shall be supported for the entire contract period.

If the same is de-supported by the OEM for any reason whatsoever, the bidder shall replace it with an equivalent or better substitute that is acceptable to Purchaser without any additional cost to the Purchaser and without impacting the performance of the solution in any manner whatsoever. The Sole Bidder or Lead Bidder in case Self-certification duly signed of consortium, should have a project by authorized signatory on office in Raipur. However, if the local company letter head. presence is not there in Raipur, the 6. selected bidder should provide an undertaking for establishment of a project office, within 30 days of award of the contract. The Sole Bidder or Lead Bidder in case Self-certification duly signed of consortium, shall be the single by authorized signatory on 7. point of contact and shall be solely company letter head. responsible for all the Terms & Conditions of the RFP The Sole Bidder or Lead Bidder in case Self-certification duly signed of consortium, should have positive by authorized signatory on 8. net worth in last three years as on company letter head 31st March, 2017 The Sole Bidder or any member of Completion Certificate issued consortium should have experience of & signed by the competent setting up or O&M of at least one authority of the client entity 9. Network Operating Centre of 100 IP- along with the supporting MPLS PoPs in one project in the last 3 documents confirming years number of PoPs such as Work

Page 114 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

S. No. Eligibility Criteria Documents Required Reference Page # order/Purchase order/Contract clearly highlighting the scope of work, Bill of Material The sole bidder or lead bidder Affidavit of Self Certificate through its partner, in case of signed by authorised signatory consortium, should comply with Preferential Market Access (PMA) guidelines notified by DoT and all its 10. clarifications/amendments applicable on this tender, excluding active equipment (modified as per requirement of Router, Switches, MPLS, S-NOC equipment, etc.)

Page 115 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

. Annexure-: Certificate for No Conflict of Interest Certificate (Company Letter head)

To, Chief Executive Officer Chhattisgarh Infotech Promotion Society (CHiPS) SDC Building, 02nd floor, Near Police Control Room, Civil Lines, Raipur, Chhattisgarh–492001

Sub: Undertaking on No Conflict of Interest Certificate regarding Selection of Master System Integrator for BharatNet Phase-II in the State of Chhattisgarh Dear Sir, I/We do hereby undertake that there is absence of, actual or potential conflict of interest on the part of the MSI or any prospective subcontractor due to prior, current, or proposed contracts, engagements, or affiliations with CHiPS. I/We also confirm that there are no potential elements (time-frame for service delivery, resource, financial or other) that would adversely impact our ability to complete the requirements as given in the RFP. We undertake and agree to indemnify and hold CHiPS harmless against all claims, losses, damages, costs, expenses, proceeding fees of legal advisors (on a reimbursement basis) and fees of other professionals incurred (in the case of legal fees and fees of professionals, reasonably) by CHiPS and/ or its representatives, if any such conflict arises later.

Yours sincerely,

Authorized Signature [In full and initials]: ______Name and Title of Signatory: ______Name of Firm: ______Address: ______

Location: ______Date: ______

Page 116 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

. Annexure-: Format for Power of Attorney for Sole Bidder [To be executed on stamp paper of appropriate value] Know all men by these presents, We, [Insert full legal name of the bidding entity], having registered office at [Insert registered office address] (hereinafter referred to as the "Principal”) do hereby constitute, nominate, appoint and authorize [Insert full name of authorized signatory] son of [Insert father‘s name] presently residing at [Insert address of authorized signatory] who is presently employed with us and holding the position of [Insert position / designation of the authorized signatory] as our true and lawful attorney (hereinafter referred to as the "Authorized Attorney”) to do in our name and on our behalf, all such acts, deeds and things as are necessary or required in connection with or incidental to the submission of our proposal in response to the RFP bearing number ______for ‘’ dated ______, including but not limited to signing and submission of all applications, proposals and other documents and writings, participating in pre-Bid and other conferences and providing information/ responses to the Chhattisgarh Infotech Promotion Society (hereinafter referred to as the "CHiPS”), representing us in all matters before the CHiPS, signing and execution of all contracts and undertakings/ declarations consequent to acceptance of our Proposal and generally dealing with the CHiPS in all matters in connection with or relating to or arising out of our Proposal for the said assignment and/ or upon award thereof to us till the execution of appropriate Agreement/s with the CHiPS. AND, we do hereby agree to ratify and confirm all acts, deeds and things lawfully done or caused to be done by our said Authorized Attorney pursuant to and in exercise of the powers conferred by this deed of Power of Attorney and that all acts, deeds and things done by our said Authorized Attorney in exercise of the powers hereby conferred shall always be deemed to have been done by us. IN WITNESS THEREOF WE, ______THE ABOVE NAMED PRINCIPAL HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS DAY OF ...... , 2018

For______

(Signature, name, designation and address)

[Please put company seal if required] [Notarize the signatures]

Witness 1: Witness 2:

Name: Name: Designation: Designation: Address: Address: Signature: Signature:

Page 117 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

. Annexure-: Declaration Pro-forma (Company Letter head)

{Place} {Date} To, Chief Executive Officer Chhattisgarh infotech Promotion Society (CHiPS) SDC Building, 02nd Floor, Near Police Control Room, Raipur,

Chhattisgarh– 492001

Ref: Tender Reference No. : 05/CEO/CHiPS/MSI/BHARATNET/2018 dated 31/01/2018 Subject: Declaration for not being under an ineligibility for corrupt or fraudulent practices or blacklisted/debarred with any of the Government or Public Sector Units Dear Sir/Madam, We, the undersigned, hereby declare that we are not under a declaration of in eligibility for corrupt or fraudulent practices or blacklisted/debarred with any of the Government or Public Sector Units as on bid submission date.

Yours sincerely,

Authorized Signature [In full and initials]: ______Name and Title of Signatory: ______Name of Firm: ______Address: ______Location: ______Date: ______

Page 118 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

. Annexure – : Form of Power Of Attorney for Consortium (On Non –Judicial Stamp Paper of Appropriate value to be purchased in the Name of CONSORTIUM) KNOW ALL MEN BY THESE PRESENTS THAT WE, the Members whose details are given hereunder…………………………….. Have formed a CONSORTIUM and having our Registered Office (s)/Head Office (s) at ……………………………….(hereinafter called the ‘Consortium’ which expression shall unless repugnant to the context or meaning thereof, include its successors, administrators and assigns) do hereby constitute, nominate and appoint M/s……………………………………………. a company/Electrical Contractor incorporated under the laws of …………..and having its Registered/Head Office at …………….as our duly constituted lawful Attorney ( hereinafter called “Lead Member ”) to exercise all or any of the powers for and on behalf of the CONSORTIUM in regard to bid document No…………….. For supply……………………………………………………… for which bids have been invited by the Owner namely (DISCOM), to undertake the following acts: (i) To submit proposal, participate and negotiate in respect of the aforesaid Bid – Specification of the Owner on behalf of the “Consortium”. (ii) To negotiate with Owner the terms and conditions for award of the contract pursuant to the aforesaid Bid and to sign the contract with the Owner for and on behalf of the “Consortium”. (iii) To do any other act or submit any document related to the above. (iv) To receive, accept and execute the contract for and on behalf of the “Consortium”. (v) To submit the contract performance security in the form of an unconditional irrecoverable Bank guarantee in the prescribed format and as per terms of the contract. It is clearly understood that the Lead Member shall ensure performance of the contracts (s) and if one or more Member fail to perform their respective portion of the contracts (s), the same shall be deemed to be a default by all the Members. It is expressly understood that this power of Attorney shall remain valid binding and irrevocable till completion of the Defect or liability period in terms of the contract. The CONSORTIUM hereby agrees and undertakes to ratify and confirm all the whatsoever the said Lead Member quotes in the bid, negotiates and signs the Contract with the Owner and / or proposes to act on behalf of the CONSORTIUM by virtue of this Power of Attorney and the same shall bind the CONSORTIUM as if done by itself. IN WITNESS THEREOF the Members Constituting the CONSORTIUM as aforesaid have Executed these presents on this ………… day of …….. Under the Common Seal (s) of their Companies for and on behalf of the Members of CONSORTIUM 1. ………………………………… 2. ………………………………… 3. ………………………………… 4. …………………………………

The Common Seal of the above Members of the CONSORTIUM: The Common Seal has been affixed there unto in the presence of: WITNESS 1. Signature …………………………………

Name ………………………………… Designation ………………………………… Occupation …………………………………

Page 119 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

2. Signature …………………………………... Name ………………………………………. Designation ………………………………… Occupation …………………………………

(Annexure-….)

Page 120 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

. Annexure-: Schedule of Requirements

Supply (As per technical specifications given in Annexure- 16 & 17) Complied Sr. No. Item Description Make Model (Yes/No) A Passive infrastructure 1 48 core Optical Fibre Cable 2 Supply of PLB HDPE Duct 3 Supply of FDMS outdoor (Joint Closure) 4 Supply of Route / joint indicator 5 Manhole 6 FDMS at Block 7 FDMS at GP 8 Fibre Patch cord (1M) 9 Fibre Patch cord (3M) 10 Fibre Patch cord (5M) 11 Fibre Patch cord (10M) 12 Rack 42 U floor mount with all accessories for NOC 13 Rack - 42U floor mount with all accessories for Blocks 14 Rack - 6U wall mount with all accessories for GPs B Active infrastructure 1 Aggregation Routers at Blocks-High 2 Aggregation Routers at Blocks-Low 3 Access Routers at GPs C Electronics of State NOC 1 Core Router 2 WAN switch 3 Spine Switch 4 Leaf Switch Next Generation Firewall - (Throughput 40 Gbps with 10 5 gig interface) Next generation IPS - (Throughput 40 Gbps with 10 gig 6 interface ) Enterprise Management Solution in HA including all 7 Hardware, Software, Licenses, etc. GIS Solution in HA including all Hardware, Software, 8 Licenses, etc. Log Retention Solution in HA including all Hardware, 9 Software, Licenses, etc. Helpdesk Solution in HA including all Hardware, Software, 10 Licenses, etc. 11 Online UPS (60kVA) with 1 Hr power back up Video Wall Laser Rear Projection, Full HD (1920 x 1080) 12 50" matrix 6*3 13 Video wall Controller Thin Client, i5 processor, dual core, 2.65 Ghz, 2 GB RAM, 14 1TB HDD

Page 121 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

Supply (As per technical specifications given in Annexure- 16 & 17) Complied Sr. No. Item Description Make Model (Yes/No) 15 Rodent Repellent system 16 Biometric access control system 17 Fire Alarm System D Radio Infrastructure Supply, installation, testing and commissioning of RF 1 equipment (Outdoor and Indoor) at Block including all accessories i.e. Mast, cabling, earthing, etc. Supply, installation, testing and commissioning of RF 2 equipment (Outdoor and Indoor) at GP including all accessories i.e. Mast, cabling, earthing, etc. E Power infrastructure 1 Online UPS (6 KVA) at Block Level 2 Offline UPS (600 VA) at GP Level

Page 122 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

. Annexure-: Pre-Contract Integrity Pact INTEGRITY PACT

1. GENERAL 1.1 This pre-bid contract Agreement (hereinafter called the Integrity Pact) is made on ...... day of the month...... 20...... between, the Government of Chhattisgarh acting through Shri...... (Designation of the officer, Department) Government of Chhattisgarh (hereinafter called the "Tendering Authority", which expression shall mean and include, unless the context otherwise requires, his successors in the office and assigns) and the First Party, proposes to procure (name of the Stores/Equipment/Work/Service) and M/s...... represented by Shri...... (hereinafter called the "Bidder/Seller", which expression shall mean and include, unless the context otherwise requires, his successors and permitted assigns) as the Second Party, is willing to offer/ has offered. 1.2. WHEREAS the BIDDER is a Private Company/Public Company/ Government Undertaking/ Partnership firm, constituted in accordance with the Applicable Laws in the matter and the TENDERING AUTHORITY is a Ministry/Department of the Government, performing its function on behalf of the Government of Chhattisgarh.

2. OBJECTIVES

2.1. Enabling the TENDERING AUTHORITY to obtain the desired Stores/Equipment/Work/Service at a competitive price in conformity with the defined specifications by avoiding the high cost and the distortionary impact of corruption on public procurement, and 2.2. Enabling BIDDERs to abstain from bribing or indulging in any corrupt practices in order to secure the contract by providing assurance to them that their competitors will also abstain from bribing any corrupt practices and the TENDERING AUTHORITY will commit to prevent corruption, in any form, by its official by following transparent procedures.

3. COMMITMENTS OF THE TENDERING AUTHORITY

3.1. The TENDERING AUTHORITY undertakes that no official of the TENDERING AUTHORITY, connected directly or indirectly with the contract, will demand, take promise for or accept, directly or through intermediaries, any bribe, consideration, gift, reward, favour or any material or immaterial benefit or any other advantage from the BIDDER, either for themselves or for any person, organization or third party related to the contract in exchange for an advantage in the Bidding Process, bid evaluation, contracting or implementation process related to the contract. 3.2. The TENDERING AUTHORITY will, during the pre-contract stage, treat BIDDERs alike, and will provide to all BIDDERs the same information and will not provide any such information to any particular BIDDER which could afford an advantage to that particular BIDDER in comparison to the other BIDDERs. 3.3. All the officials of the TENDERING AUTHORITY will report the appropriate Government office any attempted or completed breaches of the above commitments as well as any substantial suspicion of such a breach. In case any such preceding misconduct on the part of such official(s) is reported by the BIDDER to the TENDERING AUTHORITY with the full and verifiable facts and the same prima fade found to be correct by the TENDERING AUTHORITY, necessary disciplinary proceedings, or any other action as deemed, fit, including criminal proceedings may be initiated by the TENDERING AUTHORITY and such a person shall be debarred from further dealings related to the contract process. In such a case while an enquiry is being conducted by the TENDERING AUTHORITY the proceedings under the contract would not be stalled.

Page 123 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

4. COMMITMENTS OF BIDDERS

4.1. The BIDDER will not offer, directly or through intermediaries, any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the TENDERING AUTHORITY, connected directly or indirectly with the biding process, or to any person, organization or third party related to the contract in exchange for any advantage in the bidding, evaluation, contracting and implementation of the contract.

4.2. The BIDDER further undertakes that it has not given, offered or promised to give, directly or indirectly any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage, or inducement to any official of the TENDERING AUTHORITY or otherwise in procuring the Agreement or forbearing to do or having done any act in relation to the obtaining or execution of the contract or any other contract with the Government for showing or forbearing to show favour or dis-favour to any person in relation to the contract or any other contract with the Government.

4.3. The BIDDER further confirms and declares to the TENDERING AUTHORITY that the BIDDER in the original Manufacture/Integrator/Authorized government sponsored export entity of the stores and has not engaged any individual or firm or company whether Indian or foreign to intercede, facilitate or in any way to recommend to the TENDERING AUTHORITY or any of its functionaries, whether officially or unofficially to the award of the contract to the BIDDER, nor has any amount been paid, promised or intended to be paid to any such individual, firm or company in respect of any such intercession, facilitation or recommendation. 4.4. The BIDDER, either while presenting the bid or during pre-contract negotiations or before signing the Agreement, shall disclose any payment he has made, is committed to or intends to make to officials of the TENDERING AUTHORITY or their family members, agents, brokers or any other intermediaries in connection with the contract and the details of services agreed upon for such payments. 4.5. The BIDDER will not collude with other parties interested in the contract to impair the transparency, fairness and progress of the Bidding Process, bid evaluation, contracting and implementation of the contract. 4.6. The BIDDER will not accept any advantage in exchange for any corrupt practice, unfair means and illegal activities. 4.7. The BIDDER shall not use improperly, for purpose of competition or personal gain, or pass on to others, any information provided by the TENDERING AUTHORITY as part of the business relationship, regarding plans, technical proposal and business details, including information contained in any electronic data carrier. The BIDDER also undertakes to exercise due and adequate care lest any such information is divulged. 4.8. The BIDDER commits to refrain from giving any complaint directly or through any other manner without supporting it with full and verifiable facts. 4.9. The BIDDER shall not instigate or cause to instigate any third person to commit any of the acts mentioned above.

5. PREVIOUS TRANSGRESSION

5.1. The BIDDER declares that no previous transgression occurred in the last three years immediately before signing of this Integrity Pact with any other company in any country in respect of any corrupt practices envisaged hereunder or with any Public Sector Enterprise in India or any Government Department in India that could justify BIDDER's exclusion from the tender process. 5.2. If the BIDDER makes incorrect statement on this subject, BIDDER can be disqualified from the tender process or the contract, if already awarded, can be terminated for such reason. 6. EARNEST MONEY (SECURITY DEPOSIT) Every BIDDER while submitting commercial bid, shall deposit an amount as specified in RFP as Earnest Money/Security Deposit online through e-procurement portal

Page 124 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

6.1. No interest shall be payable by the TENDERING AUTHORITY to the BIDDER on Earnest Money/Security Deposit for the period of its currency.

7. SANCTIONS FOR VIOLATIONS

7.1. Any breach of the aforesaid provisions by the BIDDER or any one employed by it or acting on its behalf (whether with or without the knowledge of the BIDDER) shall entitle the TENDERING AUTHORITY to take all or any one of the following actions, wherever required:-

(i) To immediately call off the pre contract negotiations without assigning any reason or giving any compensation to the BIDDER. However, the proceedings with the other BIDDER(s) would continue. (ii) To forfeit fully or partially the Earnest Money Deposit (in pre-contract stage) and/or Security Deposit/Performance Bond (after the contract is signed), as decided by the TENDERING AUTHORITY and the TENDERING AUTHORITY shall not be required to assign any reason therefore. (iii)To immediately cancel the contract, if already signed, without giving any compensation to the BIDDER.

(iv) To recover all sums already paid by the TENDERING AUTHORITY, and in case of the Indian BIDDER with interest thereon at 2% higher than the prevailing Prime Lending Rate while in case of a BIDDER from a country other than India with interest thereon at 2% higher than the LIBOR. If any outstanding payment is due to the BIDDER from the TENDERING AUTHORITY in connection with any other contract such outstanding payment could also be utilized to recover the aforesaid sum and interest. (v) To encash the advance bank guarantee and performance bond/warranty bond, if furnished by the BIDDER, in order to recover the payments, already made by the TENDERING AUTHORITY, along with interest. (vi) To cancel all or any other contracts with the BIDDER and the BIDDER shall be liable to pay compensation for any loss or damage to the TENDERING AUTHORITY resulting from such cancellation/rescission and the TENDERING AUTHORITY shall be entitled to deduct the amount so payable from the money(s) due to the BIDDER. (vii) To debar the BIDDER from participating in future Bidding Processes of the Government of Chhattisgarh for a minimum period of five years, which may be further extended at the discretion of the TENDERING AUTHORITY. (viii) To recover all sums paid in violation of this Pact by BIDDER(s) to any middlemen or agent or broken with a view to securing the contract. (ix) In cases where irrevocable Letters of Credit have been received in respect of any contract signed by the TENDERING AUTHORITY with the BIDDER, the same shall not be opened. (x) If the BIDDER or any employee of the BIDDER or any person acting on behalf of the BIDDER, either directly or indirectly, is closely related to any of the officers of the TENDERING AUTHORITY, or alternatively, if any close relative of an officer of the TENDERING AUTHORITY has financial interest/stake in the BIDDER's firm, the same shall be disclosed by the BIDDER at the time of filling of tender. Any failure to disclose the interest involved shall entitle the TENDERING AUTHORITY to rescind the contract without payment of any compensation to the BIDDER The term 'close relative' for this purpose would mean spouse whether residing with the Government servant or not, but not include a spouse separated from the Government servant by a decree or order of a competent court; son or daughter or step son or step daughter and wholly dependent upon Government servant, but does not include a child or step child who is no longer in any way dependent upon the Government servant or of whose custody the Government servant has been deprived of by or under any Applicable Law; any other person related, whether by blood or marriage, to the Government servant or to the Government servant's wife or husband and wholly dependent upon Government servant. (xi) The BIDDER shall not lend to or borrow any money from or enter into any monetary dealings or transactions, directly or indirectly, with any employee of the TENDERING AUTHORITY, and if he does so, the TENDERING AUTHORITY shall be entitled forthwith to rescind the contract and all other contracts with the BIDDER. The BIDDER shall be liable to pay compensation for any loss or damage to the TENDERING AUTHORITY resulting from

Page 125 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS such rescission and the TENDERING AUTHORITY shall be entitled to deduct the amount so payable from the money(s) due to the BIDDER. 7.2. The decision of the TENDERING AUTHORITY to the effect that a breach of the provisions of this pact has been committed by the BIDDER shall be final and conclusive on the BIDDER. However, the BIDDER can approach the Monitor(s) appointed for the purposes of this Pact.

8. FALL CLAUSE

8.1. The BIDDER undertakes that he has not supplied/is not supplying similar product/systems or subsystems at a price lower than that offered in the present bid in respect of any other Department of the Government of Chhattisgarh or PSU and if it is found at any stage that similar product/systems or sub systems was supplied by the BIDDER to any other Department of the Government of Chhattisgarh or a PSU at a lower price, then that very price, with due allowance for elapsed time, will be applicable to the present case and the difference in the cost would be refunded by the BIDDER to the TENDERING AUTHORITY, if the contract has already been concluded.

9. INDEPENDENT MONITORS 9.1. The TENDERING AUTHORITY will appoint Independent Monitors (hereinafter referred to as Monitors) for this Pact. 9.2. The task of the Monitors shall be to review independently and objectively, whether and to what extent the parties comply with the obligations under this Pact. 9.3. The Monitors shall not be subject to instructions by the representatives of the parties and perform their functions neutrally and independently. 9.4. Both the parties accept that the Monitors have the right to access all the documents relating to the project/procurement, including minutes of meetings. The Monitor shall be under contractual obligation to treat the information and documents of the BIDDER/Sub-Selected Bidder(s) with confidentiality. 9.5. As soon as the Monitor notices, or has reason to believe, a violation of this Pact, he will so inform the Authority designated by the TENDERING AUTHORITY. 9.6. The Monitor will submit a written report to the designated Authority of TENDERING AUTHORITY/Secretary in the Department/within 8 to 10 weeks from the date of reference or intimation to him by the TENDERING AUTHORITY/BIDDER and, should the occasion arise, submit proposals for correcting problematic situations

10. FACILITATION OF INVESTIGATION In case of any allegation of violation of any provisions of this Pact or payment of commission, the TENDERING AUTHORITY or its agencies shall be entitled to examine all the documents including the Books of Accounts of the BIDDER and the BIDDER shall provide necessary information of the relevant documents and shall extend all possible help for the purpose of such examination.

11. LAW AND PLACE OF JURISDICTION This Pact is subject to Indian Law, the place of performance and jurisdiction shall be the seat of the TENDERING AUTHORITY.

12. OTHER LEGAL ACTIONS

The actions stipulated in this Integrity Pact are without prejudice to any other legal action that may follow in accordance with the provisions of the any other Applicable Law in force relating to any civil or criminal proceedings.

Page 126 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

13. VALIDITY 13.1. The validity of this Integrity Pact shall be from the date of its signing and extend up to 8 years or the complete execution of the contract to the satisfaction of both the TENDERING AUTHORITY and the BIDDER/Seller whichever is later. In case BIDDER is unsuccessful, this Integrity Pact shall expire after six months from the date of the signing of the contract. 13.2. If one or several provisions of this Pact turn out to be invalid; the remainder of this Pact shall remain valid. In such case, the parties will strive to come to an agreement to their original intentions. 14. The parties hereby sign this

Integrity Pact at...... on......

CHiPS BIDDER

______[Signature] ______[Signature]

______[Name] ______[Name]

______[Designation] ______[Designation]

Witness Witness

1. 1.

2. 2.

Page 127 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

. Annexure-: Consortium Deed (To be provided in original as part of Technical Bid on stamp paper of value required under Applicable Law duly signed by each member of a consortium of bidders in favour of ‘lead bidder’ for the tender) TO WHOEVER IT MAY CONCERN

Whereas we, M/s. ______, M/s. ______and M/s. ______(names of members of the consortium of bidders as registered by the relevant registering authority under the deed relating to their respective incorporation) have formed a consortium named ______to compete as a single consortium for the award of the work for which Notice Inviting Tenders (NIT) has been issued by the, CHiPS vide its NIT No._____ dated __/__/____, M/s. ______as a member of the said consortium and having its registered address as ______is hereby duly authorized to fully represent and act on behalf of, and as ‘lead bidder’ of the said consortium to sign the tender proposal, conduct negotiation(s), sign agreement(s) / contract(s), incur liabilities and receive communication(s) for, and on behalf of, the consortium, and, further, to all other necessary affairs in connection with all matters related to, or arising from, with the said NIT. We hereby confirm that we are jointly and severally liable, together with the other member(s) of the said consortium, to CHiPS for all obligations of the consortium in respect of all matters related to, or arising from, the said NIT. In witness whereof, we have hereunto set under our respective hands and seals this ______day of ______, 2018.

Signing for and on behalf of, and Signing for and on behalf of, and Signing for and on behalf of, and under authority from, M/s. under authority from, M/s. under authority from, M/s. ______(name of ______(name of ______(name of member of consortium) member of consortium) member of consortium) ______(Signature) ______(Signature) ______(Signature) Name of signatory Name of signatory Name of signatory ______Designation of signatory Designation of signatory Designation of signatory ______(Seal of member of consortium (Seal of member of consortium (Seal of member of consortium for and under whose for and under whose for and under whose authorization signing) authorization signing) authorization signing) Name of witness ______Name of witness ______Name of witness ______Signature of witness Signature of witness Signature of witness ______

Page 128 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

. Annexure-: Commercial Bid Cover Letter

To,

Chief Executive Officer Chhattisgarh infotech Promotion Society (CHiPS) SDC Building, 02nd floor, Near Police Control Room, Civil Lines, Raipur, Chhattisgarh–492001

Sub: Selection of Master System Integrator (MSI) for BharatNet Phase-II in the State of Chhattisgarh

Ref: Tender Reference No: < > dated < >

Dear Sir, We, the undersigned MSI, having read and examined in detail all the Tender documents in respect of Selection of Master System Integrator (MSI) for BharatNet Phase-II in the State of Chhattisgarh do hereby propose to provide services as specified in the Tender Reference No. <05/CEO/CHiPS/MSI/BHARATNET/2018 > dated <31/01/2018 >

I. PRICE AND VALIDITY a. All the prices mentioned in our Bid are in accordance with the terms & conditions as specified in the RFP. Prices of all hardware items under this RFP are valid for a period of 1 year from the date of opening of the commercial bid. Prices of Operations & Maintenance are valid for a period of 7 years from project Go-Live. The validity of bid is 180 days from the date of bid submission. b. We are an Indian Firm and do hereby confirm that our prices are inclusive of all duties, levies etc. excluding GST. c. We have studied the clause relating to Indian Income Tax and hereby declare that if any income tax, surcharge on Income Tax, Professional and any other Corporate Tax in altercated under the law, we shall pay the same.

II. UNIT RATES We have indicated in the relevant schedules enclosed, the unit rates for the purpose of on account of payment as well as for price adjustment in case of any increase to/ decrease from the Scope of Work under the Contract. III. DEVIATIONS We declare that all the services shall be performed strictly in accordance with the RFP irrespective of whatever has been stated to the contrary anywhere else in our bid.

Further we agree that additional conditions, if any, found in our bid documents, shall not be given effect to. IV. EARNEST MONEY DEPOSIT (EMD) We have enclosed an EMD in the form of Non-refundable & Irrevocable Bank Guarantee for a sum of INR 50,00,00,000/- (Rupees Fifty Crores only). This EMD is liable to be forfeited as per clause 4.17 V. TENDER PRICING

We further confirm that the prices stated in our bid are in accordance with your Instruction to Bidders included in Tender documents.

Page 129 of 316 Selection of Master System Integrator for BharatNet Phase-II CHiPS

VI. QUALIFYING DATA We confirm having submitted the information as required by you in your Instruction to Bidders. In case you require any other further information/ documentary proof in this regard before evaluation of our Tender, we agree to furnish the same in time to your satisfaction.

VII. BID PRICE We declare that our Bid Price is for the entire scope of the work as specified in the RFP. These prices are indicated in Annexure-14: Commercial Bid Format attached with our Tender as part of the Tender. VIII. PERFORMANCE BANK GUARANTEE We hereby declare that in case the Contract is awarded to us, we shall submit the Performance Bank Guarantee in the form prescribed in Annexure-15: Format for Performance Bank Guarantee

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

Yours sincerely, Authorized Signature [In full and initials]: ______Name and Title of Signatory: ______Name of Firm: ______Address: ______Location: ______Date: ______

Page 130 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

. Annexure-: Commercial Bid Format Table A: Summary of Cost Component – Overall * The financial bid has to be filled online

Total Cost Sr. No. Item Description (Excluding GST) INR 1 Total CAPEX X1 2 Total OPEX for a period of 7 Years X2 Total INR in Figures (Excluding GST) Z = (X1+X2) Total INR in words (Excluding GST) Z = (X1+X2)

Total Cost (Z= X1+X2 i.e. CAPEX + OPEX) would be considered for commercial evaluation of the bids.

Instructions to fill the Commercial Bid: i. Bidder should provide all prices as per the prescribed format under this Annexure. Bidder should not leave any field blank. ii. All the prices are to be entered in Indian Rupees ONLY (%age values are not allowed) iii. Purchaser reserves the right to ask the Bidder to submit proof of payment against any of the taxes, duties, levies indicated. iv. Purchaser shall take into account that all Taxes, Duties & Levies shall be paid as per actual. v. For the purpose of evaluation of Financial Bids the Purchaser shall make appropriate assumptions to arrive at a common bid price for all the Bidders. This however shall have no co-relation with the Contract value or actual payment to be made to the Bidder.

Per year OPEX value quoted by bidder should be minimum 5% of total CAPEX value. If quoted less than 5%, the financial bid of such bidder shall not be considered

Page 131 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Table B: Summary of Cost Component – CAPEX# * The financial bid has to be filled online

Unit Cost Indicative (INR) Total Cost (INR) GST Total GST Total Cost (INR) HSN Part Sr. No. Item Description Unit Quantity (Excluding (Excluding GST) (%) (INR) (including GST) Code Code GST) A B C=A*B D E=C*D F=C+E A Passive infrastructure 1 48 core Optical Fibre Cable Km 32466 - - - 2 Supply of PLB HDPE Duct Km 32466 - - - Supply of FDMS outdoor (Joint 3 Nos. 16000 - - - Closure) 4 Supply of Route / joint indicator Nos. 162330 - - - 5 Manhole Nos. 22000 - - - 6 FDMS at Block Nos. 95 - - - 7 FDMS at GP Nos. 11676 - - - 8 Fibre Patch cord (1M) Nos. 10000 - - - 9 Fibre Patch cord (3M) Nos. 8000 - - - 10 Fibre Patch cord (5M) Nos. 4000 - - - 11 Fibre Patch cord (10M) Nos. 2000 - - - Rack 42 U floor mount with all 12 Nos. 8 - - - accessories for NOC Rack - 42U floor mount with all 13 Nos. 95 - - - accessories for Blocks Rack - 6U wall mount with all 14 Nos. 5987 - - - accessories for GPs B Active infrastructure 1 Aggregation Routers at Blocks-High Nos. 27 - - - 2 Aggregation Routers at Blocks-Low Nos. 58 - - - 3 Access Routers at GPs Nos. 5964

Page 132 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Unit Cost Indicative (INR) Total Cost (INR) GST Total GST Total Cost (INR) HSN Part Sr. No. Item Description Unit Quantity (Excluding (Excluding GST) (%) (INR) (including GST) Code Code GST) A B C=A*B D E=C*D F=C+E C Electronics of State NOC 1 Core Router Nos. 2 - - - 2 Edge switch Nos. 6 - - - 3 Spine Switch Nos. 2 - - - 4 Leaf Switch Nos. 6 - - - Next Generation Firewall - 5 (Throughput 40 Gbps with 10 gig Nos. 2 - - - interface) Next generation IPS - (Throughput 40 6 Nos. 2 - - - Gbps with 10 gig interface ) Enterprise Management Solution in 7 HA including all Hardware, Software, Nos. 1 - - - Licenses, etc. GIS Solution in HA including all 8 Nos. 1 - - - Hardware, Software, Licenses, etc. Log Retention Solution in HA including 9 Nos. 1 - - - all Hardware, Software, Licenses, etc. Helpdesk Solution in HA including all 10 Nos. 1 - - - Hardware, Software, Licenses, etc. Online UPS (60 KVA) with 1 Hr power 11 Nos. 2 - - - back up Video Wall Laser Rear Projection, 12 Nos. 1 - - - Full HD (1920 x 1080) 50" matrix 6*3 13 Video wall Controller Nos. 1 - - - Thin Client, i5 Dual Core 2.65 GHz 14 Nos. 15 - - - processor, 2 GB RAM, 1 TB HDD 15 Rodent Repellent system Nos. 1 - - -

Page 133 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Unit Cost Indicative (INR) Total Cost (INR) GST Total GST Total Cost (INR) HSN Part Sr. No. Item Description Unit Quantity (Excluding (Excluding GST) (%) (INR) (including GST) Code Code GST) A B C=A*B D E=C*D F=C+E 16 Biometric access control system Nos. 1 - - - 17 Fire Alarm System Nos. 1 - - - D Radio Infrastructure Supply, installation, testing and commissioning of RF equipment 1 (Outdoor and Indoor) at Block Nos. 223 - - - including all accessories i.e. Mast, cabling, earthing, etc. Supply, installation, testing and commissioning of RF equipment 2 (Outdoor and Indoor) at GP including Nos. 223 - - - all accessories i.e. Mast, cabling, earthing, etc. E Power infrastructure 1 Online UPS (6 KVA) at Block Level Nos. 85 - - - Offline UPS (600 VA) at Gram 2 Nos. 5964 - - - Panchayat level Services (As per technical specifications given in Annexure-XX F TEC GR No.) and Engineering Instruction G Passive infrastructure

Page 134 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Unit Cost Indicative (INR) Total Cost (INR) GST Total GST Total Cost (INR) HSN Part Sr. No. Item Description Unit Quantity (Excluding (Excluding GST) (%) (INR) (including GST) Code Code GST) A B C=A*B D E=C*D F=C+E Excavation of trench for PLB pipe laying, PLB pipe laying, Backfilling, Reinstatement and Compaction after laying of PLB pipe, Pulling/laying / blowing of optical Fibre Cable inside laid PLB pipe, splicing and jointing of Optical Fibre Cable including supply of As Built Diagram (ABD) of constructed OFC Route and Acceptance Testing, commissioning and makeover of the routes. The work also includes road / bridge crossing, laying of PLB inside 1 DWC pipe, wherever required. Km 32466 - - - Commissioning of 48 core optical fibre connectivity from the Block PoP to GP and termination at GP. The cost shall include fixing of joint chamber, manhole, splice closure, Fixing, painting and sign writing of Route /Joint Indicators, termination at FTB and all the relevant accessories etc. and end to end testing of dark and lit fibre per GP (For Underground laying) (As per the Engineering Instruction issued by BBNL) H Active infrastructure Installation, integration, testing and 1 Nos. 85 - - - commissioning of Electronics at Block

Page 135 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Unit Cost Indicative (INR) Total Cost (INR) GST Total GST Total Cost (INR) HSN Part Sr. No. Item Description Unit Quantity (Excluding (Excluding GST) (%) (INR) (including GST) Code Code GST) A B C=A*B D E=C*D F=C+E Installation, integration,testing and 2 commissioning of Electronics at GP Nos. 5964 - - - Level I Electronics of State NOC Built, Installation, integration, testing 1 Nos. 1 - - - and Commissioning of NOC 2 Site preparation Cost ( Civil Works ) Nos. 1 - - - J Site Preparation Cost One Time Site Preparation cost for all 1 Civil & Electrical Works including Nos. 85 - - - proper earthing at Block One Time Site Preparation cost for all 2 Civil & Electrical Works including Nos. 5964 - - - proper earthing at GP Total INR in Figures INR X1 Total INR in words

Note 1: Above quoted quantities are tentative and may change at the time of implementation.

Page 136 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Table C: Summary of Cost Component – OPEX# * The financial bid has to be filled online

Total Total Cost Total Cost Indicative Unit Cost (INR) (INR) HSN Part GST (%) GST (INR) Sr. Quantity (Excluding GST) (Excluding Code Code Item Description Unit (INR) (includi No. GST) ng GST) A B C=A*B D E=C*D F=C+E OPEX Cost of one (1) GP equated quarterly for 3 years (Including 1 warranty of one year) Quarter 12 *The unit cost has to be mentioned for one (1) GP Only OPEX Cost of one (1) GP equated quarterly for next 4 years (Including 2 warranty of one year) Quarter 16 *The unit cost has to be mention for one (1) GP Only. Total INR in Figures (Excluding GST) X2 Total INR in words (Excluding GST) X2

Page 137 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS i. Table D: Summary of Cost Component – CAPEX with Priced Sub-Item * The soft copy of the financial bid should be in excel format to be uploaded online (under Envelope C).

Total Unit Cost Total Cost Total Cost Indicative (INR) (INR) GST HSN Part GST (INR) Sr. No. Item Description Unit Quantity (Excluding (Excluding (%) Code Code (INR) (including GST) GST) GST) A B C=A*B D E=C*D F=C+E A Passive infrastructure 1 48 core Optical Fibre Cable Km 32466 0 a Priced Sub - item 1 b Priced Sub - item 2 c Priced Sub - item n 2 Supply of PLB HDPE Duct Km 32466 a Priced Sub - item 1 b Priced Sub - item 2 c Priced Sub - item n 3 Supply of FDMS outdoor (Joint Closure) Nos. 16000 a Priced Sub - item 1 b Priced Sub - item 2 c Priced Sub - item n 4 Supply of Route / joint indicator Nos. 162330 a Priced Sub - item 1 b Priced Sub - item 2 c Priced Sub - item n 5 Manhole Nos. 22000 a Priced Sub - item 1 b Priced Sub - item 2

Page 138 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Total Unit Cost Total Cost Total Cost Indicative (INR) (INR) GST HSN Part GST (INR) Sr. No. Item Description Unit Quantity (Excluding (Excluding (%) Code Code (INR) (including GST) GST) GST) A B C=A*B D E=C*D F=C+E c Priced Sub - item n 6 FDMS at Block Nos. 95 a Priced Sub - item 1 b Priced Sub - item 2 c Priced Sub - item n 7 FDMS at GP Nos. 11676 a Priced Sub - item 1 b Priced Sub - item 2 c Priced Sub - item n 8 Fibre Patch cord (1M) Nos. 10000 9 Fibre Patch cord (3M) Nos. 8000 10 Fibre Patch cord (5M) Nos. 4000 11 Fibre Patch cord (10M) Nos. 2000 12 Rack 42 U floor mount with all accessories for NOC Nos. 8 a Priced Sub - item 1 b Priced Sub - item 2 c Priced Sub - item n 13 Rack - 42U floor mount with all accessories for Blocks Nos. 95 a Priced Sub - item 1 b Priced Sub - item 2 c Priced Sub - item n 14 Rack - 6U wall mount with all accessories for GPs Nos. 5987 a Priced Sub - item 1 b Priced Sub - item 2

Page 139 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Total Unit Cost Total Cost Total Cost Indicative (INR) (INR) GST HSN Part GST (INR) Sr. No. Item Description Unit Quantity (Excluding (Excluding (%) Code Code (INR) (including GST) GST) GST) A B C=A*B D E=C*D F=C+E c Priced Sub - item n B Active infrastructure 1 Aggregation Routers at Blocks-High Nos. 27 a Priced Sub - item 1 b Priced Sub - item 2 c Priced Sub - item n 2 Aggregation Routers at Blocks-High Nos. 58 a Priced Sub - item 1 b Priced Sub - item 2 c Priced Sub - item n 3 Access Routers at GPs Nos. 5964 A Priced Sub - item 1 B Priced Sub - item 2 C Priced Sub - item n C Electronics for State NOC 1 Core Router Nos. 2 A Priced Sub - item 1 B Priced Sub - item 2 C Priced Sub - item n 2 Edge switch Nos. 6 a Priced Sub - item 1 b Priced Sub - item 2 c Priced Sub - item n 3 Spine Switch Nos. 2

Page 140 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Total Unit Cost Total Cost Total Cost Indicative (INR) (INR) GST HSN Part GST (INR) Sr. No. Item Description Unit Quantity (Excluding (Excluding (%) Code Code (INR) (including GST) GST) GST) A B C=A*B D E=C*D F=C+E a Priced Sub - item 1 b Priced Sub - item 2 c Priced Sub - item n 4 Leaf Switch Nos. 6 a Priced Sub - item 1 b Priced Sub - item 2 c Priced Sub - item n Next Generation Firewall - (Throughput 40 Gbps with 10 5 Nos. 2 gig interface) a Priced Sub - item 1 b Priced Sub - item 2 c Priced Sub - item n Next generation IPS - (Throughput 40 Gbps with 10 gig 6 Nos. 2 interface ) a Priced Sub - item 1 b Priced Sub - item 2 c Priced Sub - item n Enterprise Management Solution in HA including all 7 Nos. 1 Hardware, Software, Licenses, etc. a Priced Sub - item 1 b Priced Sub - item 2 c Priced Sub - item n GIS Solution in HA including all Hardware, Software, 8 Nos. 1 Licenses, etc. a Priced Sub - item 1

Page 141 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Total Unit Cost Total Cost Total Cost Indicative (INR) (INR) GST HSN Part GST (INR) Sr. No. Item Description Unit Quantity (Excluding (Excluding (%) Code Code (INR) (including GST) GST) GST) A B C=A*B D E=C*D F=C+E b Priced Sub - item 2 c Priced Sub - item n Log Retention Solution in HA including all Hardware, 9 Nos. 1 Software, Licenses, etc. a Priced Sub - item 1 b Priced Sub - item 2 c Priced Sub - item n Helpdesk Solution in HA including all Hardware, Software, 10 Nos. 1 Licenses, etc. a Priced Sub - item 1 b Priced Sub - item 2 c Priced Sub - item n 11 Online UPS (60kVA) for Servers with 1 Hr power back up Nos. 2 a Priced Sub - item 1 b Priced Sub - item 2 c Priced Sub - item n Video Wall Laser Rear Projection, Full HD (1920 x 1080) 12 Nos. 1 50" matrix 6*3 a Priced Sub - item 1 b Priced Sub - item 2 c Priced Sub - item n 13 Video wall Controller Nos. 1 a Priced Sub - item 1 b Priced Sub - item 2 c Priced Sub - item n

Page 142 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Total Unit Cost Total Cost Total Cost Indicative (INR) (INR) GST HSN Part GST (INR) Sr. No. Item Description Unit Quantity (Excluding (Excluding (%) Code Code (INR) (including GST) GST) GST) A B C=A*B D E=C*D F=C+E Thin Client, i5 Dual Core 2.65 GHz processor, 2 GB RAM, 1 14 Nos. 15 TB HDD a Priced Sub - item 1 b Priced Sub - item 2 c Priced Sub - item n 15 Rodent Repellent system Nos. 1 a Priced Sub - item 1 b Priced Sub - item 2 c Priced Sub - item n 16 Biometric access control system Nos. 1 a Priced Sub - item 1 b Priced Sub - item 2 c Priced Sub - item n 17 Fire Alarm System Nos. 1 a Priced Sub - item 1 b Priced Sub - item 2 c Priced Sub - item n D Radio Infrastructure Supply, installation, testing and commissioning of RF 1 equipment (Outdoor and Indoor) at Block including all Nos. 223 accessories i.e. Mast, cabling, earthing, etc. a Priced Sub - item 1 b Priced Sub - item 2 c Priced Sub - item n

Page 143 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Total Unit Cost Total Cost Total Cost Indicative (INR) (INR) GST HSN Part GST (INR) Sr. No. Item Description Unit Quantity (Excluding (Excluding (%) Code Code (INR) (including GST) GST) GST) A B C=A*B D E=C*D F=C+E Supply, installation, testing and commissioning of RF 2 equipment (Outdoor and Indoor) at GP including all Nos. 223 accessories i.e. Mast, cabling, earthing, etc. a Priced Sub - item 1 b Priced Sub - item 2 c Priced Sub - item n E Power infrastructure 1 Online UPS (6 KVA) at Block Level Nos. 85 a Priced Sub - item 1 b Priced Sub - item 2 c Priced Sub - item n 2 Offline UPS (600 VA) at GP level Nos. 5964 a Priced Sub - item 1 b Priced Sub - item 2 c Priced Sub - item n Services (As per technical specifications given in F Annexure-XX TEC GR No.) and Engineering Instruction G Passive infrastructure

Page 144 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Total Unit Cost Total Cost Total Cost Indicative (INR) (INR) GST HSN Part GST (INR) Sr. No. Item Description Unit Quantity (Excluding (Excluding (%) Code Code (INR) (including GST) GST) GST) A B C=A*B D E=C*D F=C+E Excavation of trench for PLB pipe laying, PLB pipe laying, Backfilling, Reinstatement and Compaction after laying of PLB pipe, Pulling/laying / blowing of optical Fibre Cable inside laid PLB pipe, splicing and jointing of Optical Fibre Cable including supply of As Built Diagram (ABD) of constructed OFC Route and Acceptance Testing, commissioning and makeover of the routes. The work also includes road / bridge crossing, laying of PLB inside DWC 1 Km 32466 pipe, wherever required. Commissioning of 48 core optical fibre connectivity from the Block PoP to GP and termination at GP. The cost shall include fixing of joint chamber, manhole, splice closure, Fixing, painting and sign writing of Route /Joint Indicators, termination at FTB and all the relevant accessories etc. and end to end testing of dark and lit fibre per GP (For Underground laying) (As per the Engineering Instruction issued by BBNL) a Priced Sub - item 1 b Priced Sub - item 2 c Priced Sub - item n H Active infrastructure Installation, integration, testing and commissioning of 1 Nos. 85 Electronics at Block a Priced Sub - item 1 b Priced Sub - item 2 c Priced Sub - item n

Page 145 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Total Unit Cost Total Cost Total Cost Indicative (INR) (INR) GST HSN Part GST (INR) Sr. No. Item Description Unit Quantity (Excluding (Excluding (%) Code Code (INR) (including GST) GST) GST) A B C=A*B D E=C*D F=C+E Installation, integration,testing and commissioning of 2 Nos. 5964 Electronics at GP Level a Priced Sub - item 1 b Priced Sub - item 2 c Priced Sub - item n I Electronics of State NOC Built, Installation, integration, testing and Commissioning 1 Nos. 1 of NOC a Priced Sub - item 1 b Priced Sub - item 2 c Priced Sub - item n 2 Site preparation Cost ( Civil Works ) Nos. 1 a Priced Sub - item 1 b Priced Sub - item 2 c Priced Sub - item n J Site Preparation Cost One Time Site Preparation cost for all Civil & Electrical 1 Nos. 85 Works including proper earthing at Block One Time Site Preparation cost for all Civil & Electrical 2 Nos. 5964 Works including proper earthing at GP Total INR in Figures INR X1 Total INR in words

Note 1: The total cost would be considered for commercial evaluation of the bids, CHiPS reserves the right at the time of award of Contract to increase or decrease goods and/ or services from what was originally specified while floating the RFP without any change in unit price or any other terms and conditions.

Page 146 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Note 2: Prices in Commercial Bid should be quoted in the provided format. All prices should be quoted in Indian Rupees and indicated both in figures and words. Price in words shall prevail, in the event of any mismatch.

Instructions to fill the Commercial Bid: ii. Bidder should provide all prices as per the prescribed format under this Annexure. Bidder should not leave any field blank. iii. All the prices are to be entered in Indian Rupees ONLY (%age values are not allowed) iv. Purchaser reserves the right to ask the Bidder to submit proof of payment against any of the taxes, duties, levies indicated. v. Purchaser shall take into account that all Taxes, Duties & Levies shall be paid as per actual. vi. For the purpose of evaluation of Financial Bids the Purchaser shall make appropriate assumptions to arrive at a common bid price for all the Bidders. This however shall have no co-relation with the Contract value or actual payment to be made to the Bidder. Per year OPEX value quoted by bidder should be minimum 5% of total CAPEX value. If quoted less than 5%, the financial bid of such bidder shall not be considered.

Page 147 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

. Annexure-: Format for Performance Bank Guarantee (To be issued by a Bank) This Deed of Guarantee executed at ------by ———————— (Name of the Bank) having its Head/ Registered office at —————————————— (hereinafter referred to as “the Guarantor”) which expression shall unless it be repugnant to the subject or context thereof include its heirs, executors, administrators, successors and assigns; In favour of Chhattisgarh infotech Promotion Society (hereinafter called “CHiPS” which expression shall unless it be repugnant to the subject or context thereof include its heirs, executors, administrators, successors and assigns);c a company registered in India under the Companies Act, 1956 or Companies Act 2013 or as amended and having its Registered Office at ----- , India (herein referred to as the ”Implementing Agency” for Implementation & maintenance of BharatNet Phase-II, for Chhattisgarh, for the work order number ---- dated - --- issued by CHiPS and selected < Organization name > (hereinafter referred to as the MSI) for the Contract by CHiPS as more specifically defined in the aforementioned Document including statement of work and the Contract executed between the CHiPS and MSI. The Contract requires the MSI to furnish an unconditional and irrevocable Bank Guarantee for an amount of INR ----/- (Rupees ------) by way of security for guaranteeing the due and faithful compliance of its obligations under the Contract. Whereas, the MSI approached the Guarantor and the Guarantor has agreed to provide a Guarantee being these presents: Now this Deed witnessed that in consideration of the premises, we, ______Bank hereby guarantee as follows: 1. The MSI shall implement the Project, in accordance with the terms and subject to the conditions of the Contract, and fulfil its obligations there under 2. We, the Guarantor, shall, without demur, pay to CHiPS, an amount not exceeding of INR ----/- (Rupees ---- ) within 21 (Twenty One) days of receipt of a written demand therefore from CHiPS stating that the MSI has failed to fulfil its obligations as stated in Clause 1 above 3. The above payment shall be made by us without any reference to the MSI or any other person and irrespective of whether the claim of the CHiPS is disputed by the MSI or not 4. The Guarantee shall come into effect from ______(Start Date) and shall continue to be in full force and effect till the earlier of its expiry at 1700 hours Indian Standard Time on (Expiry Date) (both dates inclusive) or till the receipt of a claim, from Chhattisgarh infotech Promotion Society under this Guarantee, whichever is earlier. Any demand received by the Guarantor from CHiPS prior to the Expiry Date shall survive the expiry of this Guarantee till such time that all the moneys payable under this Guarantee by the Guarantor to CHiPS. 5. In order to give effect to this Guarantee, CHiPS shall be entitled to treat the Guarantor as the principal debtor and the obligations of the Guarantor shall not be affected by any variations in the terms and conditions of the Contract or other documents by CHiPS or by the extension of time of performance granted to the MSI or any postponement for any time of the power exercisable by CHiPS against the MSI or forebear or enforce any of the terms and conditions of the Contract and we shall not be relieved from our obligations under this Guarantee on account of any such variation, extension, forbearance or omission on the part of MSI or any indulgence by CHiPS to the MSI to give such matter or thing whatsoever which under the law relating to sureties would but for this provision have effect of so relieving us. 6. This Guarantee shall be irrevocable and shall remain in full force and effect until all our obligations under this guarantee are duly discharged 7. The Guarantor has power to issue this guarantee and the undersigned is duly authorized to execute this Guarantee pursuant to the power granted under ______

In witness, whereof the Guarantor has set its hands hereunto on the day, month and year first here-in-above written.

Page 148 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Signed and Delivered by ______Bank by the hand of Shri______its _____and authorised office. Authorised Signatory ______Bank

Page 149 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

. Annexure-: TEC-GR Nos for Technical Specifications Complied Sr. No. Item Description TEC GR Ref. No. (Yes/No) A Passive infrastructure 1 48 core Optical Fibre Cable GR No. TEC/GR/TX/ORM-01/04 SEP.09 TEC GR No. TEC/GR/TX/CDS- 2 Supply of PLB HDPE Duct 008/03/MAR-11 3 Supply of FDMS outdoor (Joint Closure) TEC/GR/TX/FDM-003/01 MAR 2012 4 Supply of Route / joint indicator NA 5 Manhole NA 6 FDMS at Block GR/FDM-01/02 APR 2007 7 FDMS at GP GR/FDM-01/02 APR 2007 8 Fibre Patch cord (1M) NA 9 Fibre Patch cord (3M) NA 10 Fibre Patch cord (5M) NA 11 Fibre Patch cord (10M) NA Rack 42 U floor mount with all NA 12 accessories for NOC Rack - 42U floor mount with all NA 13 accessories for Blocks Rack - 6U wall mount with all NA 14 accessories for GPs B Active infrastructure TEC GR No. TEC/GR/IT/TCP- 1 Aggregation Routers at Blocks-High 006/01/AUG-16 TEC GR No. TEC/GR/IT/TCP- 2 Aggregation Routers at Blocks-Low 006/01/AUG-16 TEC GR No. TEC/GR/IT/TCP- 3 Access Routers at GPs 006/01/AUG-16 C Electronics of State NOC TEC GR No. TEC/GR/IT/TCP- 1 Core Router 006/01/AUG-16 2 WAN switch NA 3 Spine Switch NA 4 Leaf Switch NA Next Generation Firewall - (Throughput NA 5 40 Gbps with 10 gig interface) Next generation IPS - (Throughput 40 NA 6 Gbps with 10 gig interface ) Enterprise Management Solution in HA NA 7 including all Hardware, Software, Licenses, etc. GIS Solution in HA including all NA 8 Hardware, Software, Licenses, etc. Log Retention Solution in HA including NA 9 all Hardware, Software, Licenses, etc. Helpdesk Solution in HA including all NA 10 Hardware, Software, Licenses, etc. Online UPS (60kVA) with 1 Hr power NA 11 back up

Page 150 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Complied Sr. No. Item Description TEC GR Ref. No. (Yes/No) Video Wall Laser Rear Projection, NA 12 Full HD (1920 x 1080) 50" matrix 6*3 13 Video wall Controller NA Thin Client, i5 processor, dual core, 2.65 NA 14 Ghz, 2 GB RAM, 1TB HDD 15 Rodent Repellent system NA 16 Biometric access control system NA 17 Fire Alarm System NA D Radio Infrastructure Supply, installation, testing and commissioning of RF equipment 1 (Outdoor and Indoor) at Block including TEC/GR/R/ISM-MOD-001/04.MAR2016 all accessories i.e. Mast, cabling, earthing, etc. Supply, installation, testing and commissioning of RF equipment 2 (Outdoor and Indoor) at GP including all TEC/GR/R/ISM-MOD-001/04.MAR2016 accessories i.e. Mast, cabling, earthing, etc. E Power infrastructure 1 Online UPS (6 KVA) at Block Level NA 2 Offline UPS (600 VA) at GP Level TEC/GR/TX/UPS-01/04 DEC 2013

Page 151 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

. Annexure-: Technical Specifications – Minimum Requirement MSI shall provide compliance to technical specifications on letter head of the OEM

11.17.1 Block Aggregation Router

Technical Requirements Specifications- Block Aggregation Router High - 800 Gbps Product Name- Block Aggregation Router Reference Compliance Sr. No. Item Minimum Requirement Description (Document (Yes / No) /Page no)

BLK_AGGH.REQ.001 General Specifications Form Factor / Dimension

BLK_AGGH.REQ.002 Should be chassis based & modular architecture for scalability Architecture BLK_AGGH.REQ.003 Architecture Should support redundant CPU for high availability The router should be CE 2.0 complied and TEC-GR: BLK_AGGH.REQ.004 Architecture TEC/GR/IT/TCP-006/01/AUG-16 Should have power supply redundancy. There should not be any impact on the router performance in case one of the power BLK_AGGH.REQ.005 Architecture supplies fails All interface modules, power supplies should be swappable BLK_AGGH.REQ.006 Architecture for high availability Shall support modular power supply and more power supply is Architecture BLK_AGGH.REQ.007 added as an when required Router should be provided with 1+1 route processor, 1+1 or BLK_AGGH.REQ.008 Architecture 1+N switch fabric and 1+1 or 1+N power supply redundancy BLK_AGGH.REQ.009 Architecture All interfaces on the routers shall provide wire-rate throughput The router shall support following type of interfaces – 100GE, BLK_AGGH.REQ.010 Architecture 40GE, 10GE, 1GE interfaces BLK_AGGH.REQ.011 Architecture Chassis should be 19” rack mountable type

Page 152 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Block Aggregation Router High - 800 Gbps Product Name- Block Aggregation Router Reference Compliance Sr. No. Item Minimum Requirement Description (Document (Yes / No) /Page no) The operating system of the router shall have a microkernel- BLK_AGGH.REQ.012 Architecture based architecture The modular operating system shall run all critical functions like various routing protocol, forwarding plane and management BLK_AGGH.REQ.013 Architecture functions in separate memory protected modules. Failure of one module shall not impact operations of rest of the OS BLK_AGGH.REQ.014 Architecture Router should support two free slots for future expansion Should be supplied with necessary power cards, data cables, BLK_AGGH.REQ.015 Architecture connectors, CD’s, manuals, bracket accessories, wire managers and other appropriate accessories Router shall support minimum non-blocking capacity of 800 BLK_AGGH.REQ.016 Performance Gbps The router should have capability of minimum 2 million IPv4 BLK_AGGH.REQ.017 Performance and 500K IPv6 routes The router should support minimum 64K MAC address, BLK_AGGH.REQ.018 Performance minimum 64K Psedowires & 1K VRF

BLK_AGGH.REQ.019 Router should have 8K multicast routes Performance Shall support Non-Stop forwarding for fast re-convergence of BLK_AGGH.REQ.020 High Availability routing protocols (BGP, OSPF)

BLK_AGGH.REQ.021 Shall support SyncE (1588) High Availability

BLK_AGGH.REQ.022 Shall support link aggregation using LACP as per IEEE 802.3ad High Availability Boot options like booting from TFTP server, Network node & BLK_AGGH.REQ.023 High Availability Flash Memory

Page 153 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Block Aggregation Router High - 800 Gbps Product Name- Block Aggregation Router Reference Compliance Sr. No. Item Minimum Requirement Description (Document (Yes / No) /Page no) Should have IPv4 Routing, Border Gateway Protocol, and Open Shortest Path First [OSPF]), Hot Standby Router Protocol (HSRP)/Virtual Router Redundancy Protocol (VRRP), IPv6 BLK_AGGH.REQ.024 Protocol Support Routing, and BGP Prefix Independent Convergence, GRE (Generic Routing Encapsulation) Tunnelling

Should have Multicast routing protocols IGMPv1, v2, v3, PIM- BLK_AGGH.REQ.025 Protocol Support SM (RFC2362) and PIM-SSM, MSDP, IGMP v2 snooping

BLK_AGGH.REQ.026 Should have DHCPv6 and OSPFv3 for IPv6, 6PE & 6VPE Protocol Support Shall support MPLS Provider/Provider Edge functionality. MPLS VPN, MPLS mVPN (Multicast VPN), Carrier Supporting Carrier (CSC), DiffServ Tunnel Modes, MPLS TE (Fast re-route), DiffServ- BLK_AGGH.REQ.027 Protocol Support Aware TE, Inter-AS VPN, Resource Reservation Protocol (RSVP), VPLS, VPWS, Ethernet over MPLS, CESoPSN and SAToP as per RFC 4553

Router shall support MPLS OAM, Ethernet OAM protocols - CFM BLK_AGGH.REQ.028 Protocol Support (IEEE 802.1ag), Link OAM (IEEE 802.3ah) and ITU Y.1731

The routers shall support both L2 and L3 services on all BLK_AGGH.REQ.029 Protocol Support interfaces Configuration Roll Back to recover the mis-configured router to BLK_AGGH.REQ.030 Protocol Support last good configuration BLK_AGGH.REQ.031 QoS Features Shall support the following: Traffic Classification using various parameters like source physical interfaces, source/destination IP subnet, protocol types BLK_AGGH.REQ.032 QoS Features (IP/TCP/UDP), source/destination ports, IP Precedence, 802.1p, MPLS EXP, DSCP

Page 154 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Block Aggregation Router High - 800 Gbps Product Name- Block Aggregation Router Reference Compliance Sr. No. Item Minimum Requirement Description (Document (Yes / No) /Page no) Shall support Strict Priority Queuing or Low Latency Queuing to BLK_AGGH.REQ.033 support real time application like Voice and Video with QoS Features minimum delay and jitter Congestion Management: WRED, Priority queuing, Class based BLK_AGGH.REQ.034 QoS Features weighted fair queuing

Platform must support hierarchical shaping, scheduling, and BLK_AGGH.REQ.035 QoS Features policing for the control upstream and downstream traffic

Ability to configure hierarchical queues in hardware for IP QoS at the egress to the edge. Minimum 128k egress and 128k BLK_AGGH.REQ.036 QoS Features ingress hardware queues per line card Support Access Control List to filter traffic based on Source & BLK_AGGH.REQ.037 Security Destination IP Subnet, Source & Destination Port, Protocol Type (IP, UDP, TCP, ICMP etc) and Port Range etc. Time based & Dynamic ACLs for controlled forwarding based on BLK_AGGH.REQ.038 Security time of day for offices Support per-user Authentication, Authorization and Accounting BLK_AGGH.REQ.039 Security through RADIUS or TACACS The routers shall provide hardware accelerated IETF Netflow- v9/J-Flow/equivalent feature. This feature shall be available for BLK_AGGH.REQ.040 Security all interfaces provisioned on the router with hardware acceleration BLK_AGGH.REQ.041 Security MD-5 route authentication for RIP, OSPF and BGP BLK_AGGH.REQ.042 Security Shall support multi-level of access BLK_AGGH.REQ.043 Security URPF, DHCP snooping, control plane policing BLK_AGGH.REQ.044 Security SNMPv3 authentication, SSHv2

Page 155 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Block Aggregation Router High - 800 Gbps Product Name- Block Aggregation Router Reference Compliance Sr. No. Item Minimum Requirement Description (Document (Yes / No) /Page no) Multiple privilege level authentications for console and telnet BLK_AGGH.REQ.045 Security access through Local database or through an external AAA Server Support for monitoring of Traffic flows for Network planning BLK_AGGH.REQ.046 Debug, Alarms & Diagnostics and Security purposes

BLK_AGGH.REQ.047 Debug, Alarms & Diagnostics Display of input and output error statistics on all interfaces

BLK_AGGH.REQ.048 Debug, Alarms & Diagnostics Display of Input and Output data rate statistics on all interfaces

BLK_AGGH.REQ.049 Debug, Alarms & Diagnostics Display of Dynamic ARP table

BLK_AGGH.REQ.050 Debug, Alarms & Diagnostics Telnet, Trace-route, Ping and extended Ping

Router shall support System & Event logging functions as well as BLK_AGGH.REQ.051 Debug, Alarms & Diagnostics forwarding of these logs onto a separate Server for log management Router shall have Debugging features to display and analyze BLK_AGGH.REQ.052 Debug, Alarms & Diagnostics various types of packets BLK_AGGH.REQ.053 Accounting The router should have following accounting features: BLK_AGGH.REQ.054 Accounting Packet & Byte Counts BLK_AGGH.REQ.055 Accounting Start Time Stamp & End Time Stamps BLK_AGGH.REQ.056 Accounting Network Time Protocol BLK_AGGH.REQ.057 Accounting Input & Output interface ports BLK_AGGH.REQ.058 Accounting Type of service, TCP Flags & Protocol BLK_AGGH.REQ.059 Accounting Source & Destination IP addresses BLK_AGGH.REQ.060 Accounting Source & Destination TCP/UDP ports

Page 156 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Block Aggregation Router High - 800 Gbps Product Name- Block Aggregation Router Reference Compliance Sr. No. Item Minimum Requirement Description (Document (Yes / No) /Page no) Shall support latest version of Secure Shell for secure BLK_AGGH.REQ.061 Management connectivity Embedded RMON support for four groups – history, statistics, BLK_AGGH.REQ.062 Management alarms and events Should have to support Out of band management through BLK_AGGH.REQ.063 Management Console / external modem for remote management Event and System logging: Event and system history logging functions shall be available. The Router shall generate system BLK_AGGH.REQ.064 Management alarms on events. Facility to put selective logging of events onto a separate hardware here the analysis of log shall be available The Gigabit Ethernet ports must support IEEE defined SX (850nm), LX/LH (1310nm), and ZX (1550nm) pluggable optics. BLK_AGGH.REQ.065 Interface Removal or insertion of the pluggable optics must not affect any other traffic flow anywhere in the router Interface Requirements from 3 x 40G SFP port scalable up to 100G of distance range 40KM to BLK_AGGH.REQ.066 day one 80KM Interface Requirements from 20 x 1G SFP port scalable up to 10G of distance range 10KM to BLK_AGGH.REQ.067 day one 40KM

BLK_AGGH.REQ.068 Operating temperature: 5 to 40 degrees Management

BLK_AGGH.REQ.069 Humidity – 10% to 90% Non-Condensing Management

11.17.2 Block Aggregation Router - Low - 400 Gbps

Page 157 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Block Aggregation Router Low - 400 Gbps Product Name- Block Aggregation Router Reference Compliance Sr. No. Item Minimum Requirement Description (Document (Yes / No) /Page no)

Form Factor / Dimension General Specifications BLK_AGGL.REQ.001 BLK_AGGL.REQ.002 Architecture Should be chassis based & modular architecture for scalability

BLK_AGGL.REQ.003 Should support redundant CPU for high availability Architecture The router should be CE 2.0 complied and TEC-GR: TEC/GR/IT/TCP- BLK_AGGL.REQ.004 Architecture 006/01/AUG-16 Should have power supply redundancy. There should not be any Architecture impact on the router performance in case one of the power supplies BLK_AGGL.REQ.005 fails All interface modules, power supplies should be hot swappable for BLK_AGGL.REQ.006 Architecture high availability Shall support modular power supply and more power supply is added BLK_AGGL.REQ.007 Architecture as an when required

Router should be provided with 1+1 route processor, 1+1 or 1+N BLK_AGGL.REQ.008 Architecture switch fabric and 1+1 or 1+N power supply redundancy

BLK_AGGL.REQ.009 Architecture All interfaces on the routers shall provide wire-rate throughput The router shall support following type of interfaces – 40GE, 10GE, BLK_AGGL.REQ.010 Architecture 1GE interfaces

BLK_AGGL.REQ.011 Chassis should be 19” rack mountable type Architecture The operating system of the router shall have a microkernel-based BLK_AGGL.REQ.012 Architecture architecture

Page 158 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Block Aggregation Router Low - 400 Gbps Product Name- Block Aggregation Router Reference Compliance Sr. No. Item Minimum Requirement Description (Document (Yes / No) /Page no) The modular operating system shall run all critical functions like various routing protocol, forwarding plane and management BLK_AGGL.REQ.013 Architecture functions in separate memory protected modules. Failure of one module shall not impact operations of rest of the OS

BLK_AGGL.REQ.014 Router should support two free slots for future expansion Architecture Should be supplied with necessary power cards, data cables, connectors, CD’s, manuals, bracket accessories, wire managers and BLK_AGGL.REQ.015 Architecture other appropriate accessories BLK_AGGL.REQ.016 Performance Router shall support minimum non-blocking capacity of 400 Gbps The router should have capability of minimum 500K IPv4 and 250K BLK_AGGL.REQ.017 Performance IPv6 routes The router should support minimum 64K MAC address, minimum 64K BLK_AGGL.REQ.018 Performance Psedowires & 1K VRF

Router should have 4K multicast routes BLK_AGGL.REQ.019 Performance Shall support Non-Stop forwarding for fast re-convergence of routing BLK_AGGL.REQ.020 High Availability protocols (BGP, OSPF) BLK_AGGL.REQ.021 High Availability Shall support SyncE (1588)

BLK_AGGL.REQ.022 Shall support link aggregation using LACP as per IEEE 802.3ad High Availability Boot options like booting from TFTP server, Network node & Flash BLK_AGGL.REQ.023 High Availability Memory Should have IPv4 Routing, Border Gateway Protocol, and Open Shortest Path First [OSPF]), Hot Standby Router Protocol (HSRP)/Virtual Router Redundancy Protocol (VRRP), IPv6 Routing, and

Page 159 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Block Aggregation Router Low - 400 Gbps Product Name- Block Aggregation Router Reference Compliance Sr. No. Item Minimum Requirement Description (Document (Yes / No) /Page no) BGP Prefix Independent Convergence, GRE (Generic Routing BLK_AGGL.REQ.024 Protocol Support Encapsulation) Tunnelling

Should have Multicast routing protocols IGMPv1, v2, v3, PIM-SM BLK_AGGL.REQ.025 Protocol Support (RFC2362) and PIM-SSM, MSDP, IGMP v2 snooping

BLK_AGGL.REQ.026 Should have DHCPv6 and OSPFv3 for IPv6, 6PE & 6VPE Protocol Support Shall support MPLS Provider/Provider Edge functionality. MPLS VPN, MPLS mVPN (Multicast VPN), Carrier Supporting Carrier (CSC), DiffServ BLK_AGGL.REQ.027 Protocol Support Tunnel Modes, MPLS TE (Fast re-route), DiffServ-Aware TE, Inter-AS VPN, Resource Reservation Protocol (RSVP), VPLS, VPWS, Ethernet over MPLS, CESoPSN and SAToP as per RFC 4553

Router shall support MPLS OAM, Ethernet OAM protocols - CFM (IEEE BLK_AGGL.REQ.028 Protocol Support 802.1ag), Link OAM (IEEE 802.3ah) and ITU Y.1731

Protocol Support The routers shall support both L2 and L3 services on all interfaces BLK_AGGL.REQ.029 Configuration Roll Back to recover the mis-configured router to last BLK_AGGL.REQ.030 Protocol Support good configuration

BLK_AGGL.REQ.031 Shall support the following: QoS Features Traffic Classification using various parameters like source physical BLK_AGGL.REQ.032 interfaces, source/destination IP subnet, protocol types (IP/TCP/UDP), QoS Features source/destination ports, IP Precedence, 802.1p, MPLS EXP, DSCP

Page 160 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Block Aggregation Router Low - 400 Gbps Product Name- Block Aggregation Router Reference Compliance Sr. No. Item Minimum Requirement Description (Document (Yes / No) /Page no) Shall support Strict Priority Queuing or Low Latency Queuing to BLK_AGGL.REQ.033 QoS Features support real time application like Voice and Video with minimum delay and jitter Congestion Management: WRED, Priority queuing, Class based BLK_AGGL.REQ.034 QoS Features weighted fair queuing

Platform must support hierarchical shaping, scheduling, and policing BLK_AGGL.REQ.035 QoS Features for the control upstream and downstream traffic

Ability to configure hierarchical queues in hardware for IP QoS at the QoS Features egress to the edge. Minimum 128k egress and 128k ingress hardware BLK_AGGL.REQ.036 queues per line card Support Access Control List to filter traffic based on Source & BLK_AGGL.REQ.037 Security Destination IP Subnet, Source & Destination Port, Protocol Type (IP, UDP, TCP, ICMP etc) and Port Range etc. Time based & Dynamic ACLs for controlled forwarding based on time BLK_AGGL.REQ.038 Security of day for offices Support per-user Authentication, Authorization and Accounting BLK_AGGL.REQ.039 Security through RADIUS or TACACS The routers shall provide hardware accelerated IETF Netflow-v9/J- BLK_AGGL.REQ.040 Security Flow/equivalent feature. This feature shall be available for all interfaces provisioned on the router with hardware acceleration BLK_AGGL.REQ.041 Security MD-5 route authentication for RIP, OSPF and BGP BLK_AGGL.REQ.042 Security Shall support multi-level of access BLK_AGGL.REQ.043 Security URPF, DHCP snooping, control plane policing BLK_AGGL.REQ.044 Security SNMPv3 authentication, SSHv2 Multiple privilege level authentications for console and telnet access BLK_AGGL.REQ.045 Security through Local database or through an external AAA Server

Page 161 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Block Aggregation Router Low - 400 Gbps Product Name- Block Aggregation Router Reference Compliance Sr. No. Item Minimum Requirement Description (Document (Yes / No) /Page no) Support for monitoring of Traffic flows for Network planning and BLK_AGGL.REQ.046 Debug, Alarms & Diagnostics Security purposes BLK_AGGL.REQ.047 Debug, Alarms & Diagnostics Display of input and output error statistics on all interfaces BLK_AGGL.REQ.048 Debug, Alarms & Diagnostics Display of Input and Output data rate statistics on all interfaces BLK_AGGL.REQ.049 Debug, Alarms & Diagnostics Display of Dynamic ARP table BLK_AGGL.REQ.050 Debug, Alarms & Diagnostics Telnet, Trace-route, Ping and extended Ping Router shall support System & Event logging functions as well as BLK_AGGL.REQ.051 Debug, Alarms & Diagnostics forwarding of these logs onto a separate Server for log management Router shall have Debugging features to display and analyze various BLK_AGGL.REQ.052 Debug, Alarms & Diagnostics types of packets BLK_AGGL.REQ.053 Accounting The router should have following accounting features: BLK_AGGL.REQ.054 Accounting Packet & Byte Counts BLK_AGGL.REQ.055 Accounting Start Time Stamp & End Time Stamps BLK_AGGL.REQ.056 Accounting Network Time Protocol BLK_AGGL.REQ.057 Accounting Input & Output interface ports BLK_AGGL.REQ.058 Accounting Type of service, TCP Flags & Protocol BLK_AGGL.REQ.059 Accounting Source & Destination IP addresses BLK_AGGL.REQ.060 Accounting Source & Destination TCP/UDP ports BLK_AGGL.REQ.061 Management Shall support latest version of Secure Shell for secure connectivity Embedded RMON support for four groups – history, statistics, alarms BLK_AGGL.REQ.062 Management and events Should have to support Out of band management through Console / BLK_AGGL.REQ.063 Management external modem for remote management

Event and System logging: Event and system history logging functions BLK_AGGL.REQ.064 Management shall be available. The Router shall generate system alarms on events.

Page 162 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Block Aggregation Router Low - 400 Gbps Product Name- Block Aggregation Router Reference Compliance Sr. No. Item Minimum Requirement Description (Document (Yes / No) /Page no) Facility to put selective logging of events onto a separate hardware here the analysis of log shall be available

The Gigabit Ethernet ports must support IEEE defined SX (850nm), LX/LH (1310nm), and ZX (1550nm) pluggable optics. Removal or BLK_AGGL.REQ.065 Interface insertion of the pluggable optics must not affect any other traffic flow anywhere in the router Interface Requirements from day BLK_AGGL.REQ.066 2 x 40G SFP port of distance range 40KM to 80KM one Interface Requirements from day BLK_AGGL.REQ.067 14 x 1G SFP port scalable up to 10G of distance range 10KM to 40KM one

BLK_AGGL.REQ.068 Operating temperature: 5 to 40 degrees Management BLK_AGGL.REQ.069 Management Humidity – 10% to 90% Non-Condensing

Page 163 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

11.17.3 GP Access Router

MSI shall provide compliance to technical specifications on letter head of the OEM

Technical Requirements Specifications- GP Access Router Product Name- GP Access Router Reference Compliance Sr. No. Item Minimum Requirement Description (Document /Page (Yes / No) no) GPACR.REQ.001 Architecture & Performance The router should be Standalone / modular The router should be CE 2.0 complied and TEC-GR: TEC/GR/IT/TCP- GPACR.REQ.002 Architecture & Performance 006/01/AUG-16 Router should have 2 x 1 GE SFP Uplink (10 Kms/40 kms) and/or GPACR.REQ.003 Architecture & Performance scaleable to 2 x 10G Ports (10 Kms/40 kms) for future scalability. It should also have 8 x 1G (SFP / Copper) Ports GPACR.REQ.004 Architecture & Performance Minimum back-plane capacity of 40Gbps GPACR.REQ.005 Architecture & Performance The router should support 10/100/1000 Ethernet, 10-Gig Interfaces. It should support ring capabilities with 1-Gig today and 10-Gig in future GPACR.REQ.006 High Availability Features with only replacement of Optics It should have flexibility features to support both Metro-Ethernet and GPACR.REQ.007 High Availability Features IP/MPLS features GPACR.REQ.008 High Availability Features It should support SyncE (1588) GPACR.REQ.009 Protocols – IPv4, IPv6, MPLS Border Gateway Protocol (BGP) V4 GPACR.REQ.010 Protocols – IPv4, IPv6, MPLS IP Multicast, PIM IGMP, IGMP Snooping GPACR.REQ.011 Protocols – IPv4, IPv6, MPLS MPLS for QoS, reliability and resiliency. GPACR.REQ.012 Protocols – IPv4, IPv6, MPLS Label Distribution Protocol (LDP) GPACR.REQ.013 Protocols – IPv4, IPv6, MPLS Multi-protocol Label Switching (MPLS) GPACR.REQ.014 Protocols – IPv4, IPv6, MPLS Should support the following L2 VPN, L3 VPN & VPLS Should support the following Open Shortest Path First (OSPF), Resource GPACR.REQ.015 Protocols – IPv4, IPv6, MPLS Reservation Protocol (RSVP), Fast reroute Link Node and path protection GPACR.REQ.016 Security features DHCP Relay on L3 interfaces, DHCP snooping GPACR.REQ.017 Security features ARP support

Page 164 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- GP Access Router Product Name- GP Access Router Reference Compliance Sr. No. Item Minimum Requirement Description (Document /Page (Yes / No) no) GPACR.REQ.018 Security features Protection against broadcast, multicast & unicast storms The supported features should include: 802.3ad, 802.1Q, VLAN Stacking (QinQ), Outer/Inner VLAN tagging , 802.1p, LACP, VLAN-ID manipulation- GPACR.REQ.019 Ethernet Features POP/PUSH, STP, RSTP, MSTP (802.1d, 802.1s, 802.1w), 802.1ad, L2 Ethernet Switching, Bridge Learning, L2 ACLs, 802.3ah , 802.1ag, ERPS - G.8032v1/v2, Carrier Ethernet features – E-LAN, E-Line and E-Tree The supported feature shall include: 802.1Q, Source and Destination IP address/subnet mask, DSCP value, IP precedence classification, Protocol GPACR.REQ.020 QoS Classifications type (TCP, UDP, etc.), Default markings per port (ingress), 802.1p/DSCP (ingress), Per port and per queue shaping Router should support Eight No of hardware queues per port for flow GPACR.REQ.021 QoS Classifications treatment of traffic, Policy Based QOS, WRED, Ethernet OAM and Y.1731 performance management Shall support minimum 15k MAC addresses, 20k IPv4 routing entries per GPACR.REQ.022 Performance Numbers system, 5k IPv6 routing entries per system, Minimum 30 VRF’s, 1000 VLAN’s The router should support Zero touch provisioning for ease of GPACR.REQ.023 OAM & Monitoring Features management The router shall be manageable from a Network management System GPACR.REQ.024 Network Management (NMS) platform. The Router shall support the following management features: GPACR.REQ.025 Network Management Console or Out-of-band Management GPACR.REQ.026 Network Management The Router shall support Network Time Protocol (NTP) as per RFC 1305 GPACR.REQ.027 Network Management Role based privileges for the system access GPACR.REQ.028 Network Management Radius authentication for the System admin. GPACR.REQ.029 Network Management Device management: NETCONF, CLI, SNMP v1/v2/v3 GP Access router should be loaded with 2 x 1 GE SFP Uplink loaded with GPACR.REQ.030 Port requirment from Day 1 range 10 Kms/40 kms and 8 x 1G (SFP / Copper) Ports

Page 165 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- GP Access Router Product Name- GP Access Router Reference Compliance Sr. No. Item Minimum Requirement Description (Document /Page (Yes / No) no) GPACR.REQ.031 Physical specifications 19” standard Rack mountable, GPACR.REQ.032 Physical specifications Operating Temperature 0 to 55 deg (0 to +55) GPACR.REQ.033 Physical specifications Relative Humidity : 10% to 90% non-condensing

11.17.4 Core Router

MSI shall provide compliance to technical specifications on letter head of the OEM

Technical Requirements Specifications- Core Router Product Name- Core Router Sr. No. Item Minimum Requirement Description Compliance Reference (Yes / No) (Document /Page no) COR.REQ.001 Form Factor / Dimension General Specifications COR.REQ.002 Architecture Should be chassis based & modular architecture for scalability COR.REQ.003 Architecture The router should be CE 2.0 complied and TEC-GR: TEC/GR/IT/TCP- 006/01/AUG-16 COR.REQ.004 Architecture Should support redundant CPU for high availability COR.REQ.005 Architecture Should have power supply redundancy. There should not be any impact on the router performance in case one of the power supplies fails COR.REQ.006 Architecture All interface modules, power supplies should be hot swappable for high availability COR.REQ.007 Architecture Shall support modular power supply and more power supply is added as an when required COR.REQ.008 Architecture Router should be provided with 1+1 route processor, 1+1 or 1+N switch fabric and 1+1 or 1+N power supply redundancy COR.REQ.009 Architecture Should have two free full width payload slots for future expansion

Page 166 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Core Router Product Name- Core Router Sr. No. Item Minimum Requirement Description Compliance Reference (Yes / No) (Document /Page no) COR.REQ.010 Architecture All interfaces on the routers shall provide wire-rate throughput COR.REQ.011 Architecture All interfaces on the routers shall be supplied as integrated interfaces and no external convertors / adapters are acceptable COR.REQ.012 Architecture The meaning of “Slot” for any routers and wherever it appears in this tender document means a main slot (full slot) on the router chassis. Only a main slot on the router chassis shall be counted to fulfil any tender requirements and for considering number of free slots (no sub-slot or daughter slot shall be considered as “Slot”) COR.REQ.013 Architecture The router shall support following type of interfaces – 100GE, 10GE, 1GE interfaces, POS - OC-3c/STM-1c, STM4, STM16, STM64, channelized STM-1, channelized STM-4, Channelized E1, E3, Circuit emulation E1,10GE G.709 OTN, 10GE WAN PHY COR.REQ.014 Architecture The router shall support optics for 100GE, 10GE and 1GE interfaces with maximum distance of 10KM and 40KM without any additional regenerators COR.REQ.015 Architecture Chassis should be 19” rack mountable type COR.REQ.016 Architecture The operating system of the router shall have a microkernel-based architecture COR.REQ.017 Architecture The modular operating system shall run all critical functions like various routing protocol, forwarding plane and management functions in separate memory protected modules. Failure of one module shall not impact operations of rest of the OS COR.REQ.018 Architecture In-service bug patching should be available COR.REQ.019 Architecture Router should support two free slots for future expansion COR.REQ.020 Architecture Should be supplied with necessary power cards, data cables, connectors, CD’s, manuals, bracket accessories, wire managers and other appropriate accessories COR.REQ.021 Performance Router shall support minimum non-blocking capacity of 8 Tbps

Page 167 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Core Router Product Name- Core Router Sr. No. Item Minimum Requirement Description Compliance Reference (Yes / No) (Document /Page no) COR.REQ.022 Performance The router should have capability of minimum 4 million IPv4/2 million IPv6 routes COR.REQ.023 Performance The router should support minimum 1 million MAC address, minimum 128k Psedowires COR.REQ.024 Performance Router should have 64k multicast routes COR.REQ.025 Performance Shall support variety of interfaces for flexibility like Gigabit Ethernet Interfaces – IEEE 802.3z and 802.3ab, IEEE 802.3u 10 Gigabit Ethernet Interfaces COR.REQ.026 Performance Failure of one switch fabric card shall not degrade the performance & capacity of routers. Failure of one switch fabric card shall not degrade the per line card available bandwidth COR.REQ.027 Performance Shall support online insertion and removal (OIR) that is non-disruptive in nature. Online insertion and removal of one line card shall not lead to ANY packet loss for traffic flowing through other line cards for both unicast and multicast traffic COR.REQ.028 Performance In case of a line card failure on the router; the multicast routing, multicast distribution and multicast replication architecture of the router shall ensure no impact & zero packet loss of multicast video, audio & data traffic running on rest of the line cards in the system COR.REQ.029 Performance In case the primary route processor fails on the router, there should be ZERO packet loss on the whole router for both unicast and multicast traffic COR.REQ.030 High Availability Shall support On-line insertion and removal for cards, fast reboot for minimum network downtime, VRRP or equivalent COR.REQ.031 High Availability Shall support Non-Stop forwarding for fast re-convergence of routing protocols (BGP, OSPF) COR.REQ.032 High Availability Shall support multiple storage of multiple images and configurations COR.REQ.033 High Availability Shall support link aggregation using LACP as per IEEE 802.3ad

Page 168 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Core Router Product Name- Core Router Sr. No. Item Minimum Requirement Description Compliance Reference (Yes / No) (Document /Page no) COR.REQ.034 High Availability If any of the feature and functionality asked in the RFP is achieved using any service module that should be quoted in 1+1 redundancy COR.REQ.035 High Availability Boot options like booting from TFTP server, Network node & Flash Memory COR.REQ.036 Protocol Support Should have IPv4 Routing, Border Gateway Protocol, Intermediate System-to-Intermediate System [IS-IS], and Open Shortest Path First [OSPF]), Hot Standby Router Protocol (HSRP)/Virtual Router Redundancy Protocol (VRRP), IPv6 Routing, and BGP Prefix Independent Convergence, GRE (Generic Routing Encapsulation) Tunnelling COR.REQ.037 Protocol Support Should have Multicast routing protocols IGMPv1, v2, v3, PIM-SM (RFC2362) and PIM-SSM, MSDP, IGMP v2 snooping COR.REQ.038 Protocol Support Should have DHCPv6 and OSPFv3 for IPv6, 6PE & 6VPE COR.REQ.039 Protocol Support Shall support MPLS Provider/Provider Edge functionality. MPLS VPN, MPLS mVPN (Multicast VPN), Carrier Supporting Carrier (CSC), DiffServ Tunnel Modes, MPLS TE (Fast re-route), DiffServ-Aware TE, Inter-AS VPN, Resource Reservation Protocol (RSVP), VPLS, VPWS, Ethernet over MPLS, CESoPSN and SAToP as per RFC 4553 COR.REQ.040 Protocol Support Router shall support MPLS OAM, Ethernet OAM protocols - CFM (IEEE 802.1ag), Link OAM (IEEE 802.3ah) and ITU Y.1731 COR.REQ.041 Protocol Support The router shall support IEEE 802.3ad link aggregation of minimum of 8 links within a single bundle. It shall support MLPPP as per RFC 1990 COR.REQ.042 Protocol Support Router shall preferably support PBB (Mac-in-Mac protocol) as per IEEE 802.1ah COR.REQ.043 Protocol Support Should ECMP (equal cost multipath ) at L3 and LAG at L2 COR.REQ.044 Protocol Support The routers shall support both L2 and L3 services on all interfaces

Page 169 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Core Router Product Name- Core Router Sr. No. Item Minimum Requirement Description Compliance Reference (Yes / No) (Document /Page no) COR.REQ.045 Protocol Support Configuration Roll Back to recover the mis-configured router to last good configuration COR.REQ.046 QoS Features Shall support the following: COR.REQ.047 QoS Features Traffic Classification using various parameters like source physical interfaces, source/destination IP subnet, protocol types (IP/TCP/UDP), source/destination ports, IP Precedence, 802.1p, MPLS EXP, DSCP COR.REQ.048 QoS Features Shall support Strict Priority Queuing or Low Latency Queuing to support real time application like Voice and Video with minimum delay and jitter COR.REQ.049 QoS Features Congestion Management: WRED, Priority queuing, Class based weighted fair queuing COR.REQ.050 QoS Features Traffic Conditioning: Committed Access Rate/Rate limiting COR.REQ.051 QoS Features Platform must support hierarchical shaping, scheduling, and policing for the control upstream and downstream traffic COR.REQ.052 QoS Features Shall support standards based RSVP for voice & video call admission control COR.REQ.053 QoS Features Router should have 4 level of scheduling for HQOS COR.REQ.054 QoS Features Ability to configure hierarchical queues in hardware for IP QoS at the egress to the edge. Minimum 128k egress and 128k ingress hardware queues per line card COR.REQ.055 QoS Features Per VLAN QoS. Time Based Shaping and Policing for QoS, shall support at least 4000 hardware queues to be available for each GE interface on the router COR.REQ.056 QoS Features Shall support Priority propagation to ensure service integrity for voice and video throughout all hierarchy layers, even at peak hours with high traffic load COR.REQ.057 QoS Features Platform must support nested hierarchical QOS policies

Page 170 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Core Router Product Name- Core Router Sr. No. Item Minimum Requirement Description Compliance Reference (Yes / No) (Document /Page no) COR.REQ.058 QoS Features Should support hierarchical QoS for voice and video COR.REQ.059 Security Support Access Control List to filter traffic based on Source & Destination IP Subnet, Source & Destination Port, Protocol Type (IP, UDP, TCP, ICMP etc) and Port Range etc. COR.REQ.060 Security Time based & Dynamic ACLs for controlled forwarding based on time of day for offices COR.REQ.061 Security Support per-user Authentication, Authorization and Accounting through RADIUS or TACACS COR.REQ.062 Security The routers shall provide hardware accelerated IETF Netflow-v9/J- Flow/equivalent feature. This feature shall be available for all interfaces provisioned on the router with hardware acceleration COR.REQ.063 Security MD-5 route authentication for RIP, OSPF and BGP COR.REQ.064 Security Shall support multi-level of access COR.REQ.065 Security URPF, DHCP snooping, control plane policing COR.REQ.066 Security SNMPv3 authentication, SSHv2 COR.REQ.067 Security Multiple privilege level authentications for console and telnet access through Local database or through an external AAA Server COR.REQ.068 Debug, Alarms & Diagnostics Support for monitoring of Traffic flows for Network planning and Security purposes COR.REQ.069 Debug, Alarms & Diagnostics Display of input and output error statistics on all interfaces COR.REQ.070 Debug, Alarms & Diagnostics Display of Input and Output data rate statistics on all interfaces COR.REQ.071 Debug, Alarms & Diagnostics Display of Dynamic ARP table COR.REQ.072 Debug, Alarms & Diagnostics Telnet, Trace-route, Ping and extended Ping COR.REQ.073 Debug, Alarms & Diagnostics Router shall support System & Event logging functions as well as forwarding of these logs onto a separate Server for log management COR.REQ.074 Debug, Alarms & Diagnostics Router shall have Debugging features to display and analyze various types of packets

Page 171 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Core Router Product Name- Core Router Sr. No. Item Minimum Requirement Description Compliance Reference (Yes / No) (Document /Page no) COR.REQ.075 Accounting The router should have following accounting features: COR.REQ.076 Accounting Packet & Byte Counts COR.REQ.077 Accounting Start Time Stamp & End Time Stamps COR.REQ.078 Accounting Network Time Protocol COR.REQ.079 Accounting Input & Output interface ports COR.REQ.080 Accounting Type of service, TCP Flags & Protocol COR.REQ.081 Accounting Source & Destination IP addresses COR.REQ.082 Accounting Source & Destination TCP/UDP ports COR.REQ.083 Management Shall support latest version of Secure Shell for secure connectivity COR.REQ.084 Management Embedded RMON support for four groups – history, statistics, alarms and events COR.REQ.085 Management Should have to support Out of band management through Console / external modem for remote management COR.REQ.086 Management Event and System logging: Event and system history logging functions shall be available. The Router shall generate system alarms on events. Facility to put selective logging of events onto a separate hardware here the analysis of log shall be available COR.REQ.087 Interface The Gigabit Ethernet ports must support IEEE defined SX (850nm), LX/LH (1310nm), and ZX (1550nm) pluggable optics. Removal or insertion of the pluggable optics must not affect any other traffic flow anywhere in the router COR.REQ.088 Interface All GE and 10GE interfaces provided on the router shall support for large Ethernet frames, where the frame size is up to 9000 bytes COR.REQ.089 Interface Requirements on Day 3 x 40G SFP port scalable up to 100G of distance range 40KM to One 80KM COR.REQ.090 20 x 10G SFP port of distance range 40KM to 80KM

Page 172 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Core Router Product Name- Core Router Sr. No. Item Minimum Requirement Description Compliance Reference (Yes / No) (Document /Page no) Interface Requirements on Day One COR.REQ.091 Management Operating temperature: 5 to 40 degrees COR.REQ.092 Humidity – 10% to 90% Non-Condensing Management

Page 173 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

11.17.5 WAN Switch

MSI shall provide compliance to technical specifications on letter head of the OEM

Technical Requirements Specifications- WAN Switch Product Name- WAN Switch Sr. No. Minimum Requirement Description Compliance Reference (Yes / No) (Document /Page no) WAN.SW.REQ.001 Bidder should provide 48 ports 10/100/1000Mbps copper based managed switches for out of band management of all equipment. WAN.SW.REQ.002 Switch Architecture and Performance

WAN.SW.REQ.003 Switch should have 48 X 10/100/1000Base-T autosensing ports complying to IEEE 802.3,IEEE 802.3u and 802.3ab standard, supporting half duplex mode, full duplex mode and auto negotiation on each port with 2 x SFP+ uplink ports

WAN.SW.REQ.004 Switch should support stacking with dedicated stacking ports whenever required in future. Stacking bandwidth should be min 80 Gbps with dedicated stacking ports.

WAN.SW.REQ.005 The switch should Pre Provision stack-member configuration – configure stack member interfaces even before adding the member. Useful for replacing the RMA stack member and should also support Faster stack convergence <100ms

WAN.SW.REQ.006 Switch should support link aggregation across multiple switches in a stack.

WAN.SW.REQ.007 Stack should support automatic upgrade when the master switch receives a new software version. The switch should support configurable egress buffer allocation for different queues on the stack ports WAN.SW.REQ.008 Should support stacking of minimum of eight switches

WAN.SW.REQ.009 Switch should have non-blocking wire-speed architecture.

WAN.SW.REQ.010 Switch should support IPv4 and IPv6 from day One

WAN.SW.REQ.011 Switch should have non-blocking switching fabric of minimum 88 Gbps or more and should have Forwarding rate of minimum 65 Mpps..

Page 174 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- WAN Switch Product Name- WAN Switch Sr. No. Minimum Requirement Description Compliance Reference (Yes / No) (Document /Page no) WAN.SW.REQ.012 Switch should support power supply redundancy.

WAN.SW.REQ.013 Layer 2 Features

WAN.SW.REQ.014 IEEE 802.1Q VLAN tagging with support for minimum 255 active VLANs and 4k VLAN ids

WAN.SW.REQ.015 Should support for minimum 16k MAC addresses

WAN.SW.REQ.016 Should support Spanning Tree Protocol as per IEEE 802.1d, Multiple Spanning-Tree Protocol as per IEEE 802.1s, Rapid Spanning-Tree Protocol as per IEEE 802.1w

WAN.SW.REQ.017 Switch should support IGMP v1/v2/v3 as well as IGMP v1/v2/v3 snooping.

WAN.SW.REQ.018 Quality of Service (QoS) Features

WAN.SW.REQ.019 Switch should support classification and scheduling as per IEEE 802.1 P on all ports.

WAN.SW.REQ.020 Switch should support DiffServ as per RFC 2474/RFC 2475.

WAN.SW.REQ.021 Switch should support QoS configuration on per switch port basis support four hardware queues per port. WAN.SW.REQ.022 Security Features

WAN.SW.REQ.023 The switch should support up to 500 IPv4 & IPv6 Security ACEs

WAN.SW.REQ.024 Switch should support MAC address based filters / access control lists (ACLs) on all switch ports.

WAN.SW.REQ.025 Switch should support Port as well as VLAN based Filters / ACLs.

WAN.SW.REQ.026 Switch should support RADIUS and TACACS+ for access restriction and authentication.

Page 175 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- WAN Switch Product Name- WAN Switch Sr. No. Minimum Requirement Description Compliance Reference (Yes / No) (Document /Page no) WAN.SW.REQ.027 Secure Shell (SSH) Protocol, HTTP and DoS protection

WAN.SW.REQ.028 Should support DHCP snooping, DHCP Option 82, Dynamic ARP Inspection (DAI)

WAN.SW.REQ.029 RADIUS change of authorization (CoA) to change the attributes of a certain session after it is authenticated. When there is a change in policy for a user or user group in AAA, administrators can send the RADIUS CoA packets from the AAA serve to reinitialize authentication, and apply to the new policies.

WAN.SW.REQ.030 The swicth support IPV6 first hop security using common function across the OEM's such as IPV6 RA guard , DHCP Guard , Neighbor Discovery, IPV6 Snooping

WAN.SW.REQ.031 Management, Easy-to-Use Deployment and Control Features

WAN.SW.REQ.032 Switch should have a console port with RS-232 Interface for configuration and diagnostic purposes.

WAN.SW.REQ.033 Switch should be SNMP manageable with support for SNMP Version 1, 2 and 3.

WAN.SW.REQ.034 Switch should support TELNET and SSH Version-2 for Command Line Management.

WAN.SW.REQ.035 Switch should support 4 groups of embedded RMON (history, statistics, alarm and events).

WAN.SW.REQ.036 Support for Unidirectional Link Detection Protocol (UDLD) to detect unidirectional links caused by incorrect fibre-optic wiring or port faults and disable on fibre-optic interfaces

WAN.SW.REQ.037 Should support DHCP Server feature to enable a convenient deployment option for the assignment of IP addresses in networks that do not have without a dedicated DHCP server.

WAN.SW.REQ.038 Switches should support Energy Efficient Ethernet (EEE) ( IEEE 802.3az standard) to reduce power consumption in Ethernet networks during idle periods. The switch should provision to save power by entering low power idle (LPI) mode during periods of low utilization.

Page 176 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- WAN Switch Product Name- WAN Switch Sr. No. Minimum Requirement Description Compliance Reference (Yes / No) (Document /Page no) WAN.SW.REQ.039 Standards

WAN.SW.REQ.040 Should be RoHS Compliant.

WAN.SW.REQ.041 Should support IEEE 802.1x support.

WAN.SW.REQ.042 Should support IEEE 802.3x full duplex on 10BASE-T and 100BASE-TX ports.

WAN.SW.REQ.043 Should support IEEE 802.3u 10 BaseT /100 Base Tx /1000 Base Tx.

WAN.SW.REQ.044 Product / OEM Evaluation Criteria/ Certifications

WAN.SW.REQ.045 IPv6 Ready Logo/ IPV6 ready

11.17.6 Spine Switch

MSI shall provide compliance to technical specifications on letter head of the OEM

Technical Requirements Specifications- Spine Switch Product Name- Spine Switch Sr. No. Minimum Requirement Description Compliance Reference (Yes / No) (Document /Page no) SPN.SW.REQ.001 Solution Requirement The Switch should support non-blocking Layer 2 switching and Layer 3 routing SPN.SW.REQ.002 Solution Requirement There switch should not have any single point of failure like power supplies and fans etc. should have 1:1/N+1 level of redundancy

Page 177 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Spine Switch Product Name- Spine Switch Sr. No. Minimum Requirement Description Compliance Reference (Yes / No) (Document /Page no) SPN.SW.REQ.003 Solution Requirement Switch support in-line hot insertion and removal of different parts like modules/power supplies/fan tray etc. should not require switch reboot and disrupt the functionality of the system SPN.SW.REQ.004 Solution Requirement Switch should support the complete STACK of IP V4 and IP V6 services. Switch must have IPv6 phase 2 ready logo certification/IPV6 ready. SPN.SW.REQ.005 Solution Requirement The Switch and different modules used should function in line rate and should not have any port with oversubscription ratio applied SPN.SW.REQ.006 Interface Requirement Switch should have the following interfaces:

SPN.SW.REQ.007 Interface Requirement a. 48 x 10G Multi Mode Fibre Interface

SPN.SW.REQ.008 Interface Requirement b. 6 x 40/100GbE QSFP ports

SPN.SW.REQ.009 Interface Requirement Switch should have console port

SPN.SW.REQ.010 Interface Requirement Switch should have management interface for Out of Band Management

SPN.SW.REQ.011 Interface Requirement Switch should be rack mountable and support side rails if required

SPN.SW.REQ.012 Interface Requirement Switch should have adequate power supply for the complete system usage with all slots populated and used and provide N+1 redundant SPN.SW.REQ.013 Interface Requirement Switch should have hardware health monitoring capabilities and should provide different parameters through SNMP SPN.SW.REQ.014 Interface Requirement Switch should support VLAN tagging (IEEE 802.1q)

Page 178 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Spine Switch Product Name- Spine Switch Sr. No. Minimum Requirement Description Compliance Reference (Yes / No) (Document /Page no) SPN.SW.REQ.015 Interface Requirement Switch should support IEEE Link Aggregation and Ethernet Bonding functionality to group multiple ports for redundancy SPN.SW.REQ.016 Interface Requirement Switch should support Configuration roll-back and check point

SPN.SW.REQ.017 Interface Requirement Switch should support for different logical interface types like loopback, VLAN, SVI, Port Channel, multi chassis port channel/LAG etc. SPN.SW.REQ.018 Performance Requirement The switch should support 12,000 IPv4 and IPv6 routes entries in the routing table including multicast routes SPN.SW.REQ.019 Performance Requirement Switch should support Graceful Restart for OSPF, BGP etc.

SPN.SW.REQ.020 Performance Requirement Switch should support minimum 1000 VRF instances

SPN.SW.REQ.021 Performance Requirement The switch should support hardware based load balancing at wire speed using LACP and multi chassis ether channel/LAG SPN.SW.REQ.022 Performance Requirement Switch should support minimum 2.4 Tbps of switching capacity (or as per specifications of the switch if quantity of switches are more, but should be non blocking capacity) including the services: SPN.SW.REQ.023 Performance Requirement a. Switching

SPN.SW.REQ.024 Performance Requirement b. IP Routing (Static/Dynamic)

SPN.SW.REQ.025 Performance Requirement c. IP Forwarding

SPN.SW.REQ.026 Performance Requirement d. Policy Based Routing

Page 179 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Spine Switch Product Name- Spine Switch Sr. No. Minimum Requirement Description Compliance Reference (Yes / No) (Document /Page no) SPN.SW.REQ.027 Performance Requirement e. QoS

SPN.SW.REQ.028 Performance Requirement f. ACL and Other IP Services

SPN.SW.REQ.029 Performance Requirement g. IP V.6 host and IP V.6 routing

SPN.SW.REQ.030 Performance Requirement Each leaf should have connectivity to all spine switches and the over subscription should not be less then 4:1 SPN.SW.REQ.031 Advance Features Switch should support Network Virtualisation using Virtual Over Lay Network using VXLAN (RFC 7348)/NVGRE as per RFC 2890 SPN.SW.REQ.032 Advance Features Switch should support VXLAN (RFC7348) and EVPN or equivalent for supporting Spine - Leaf architecture to optimise the east - west traffic flow inside the data center SPN.SW.REQ.033 Advance Features Switch should support Open Flow/Open Day light/Open Stack controller

SPN.SW.REQ.034 Advance Features Switch should support Data Center Bridging

SPN.SW.REQ.035 Advance Features Switch should support multi OEM hypervisor environment and should be able to sense movement of VM and configure network automatically, may be using orchestration layer SPN.SW.REQ.036 Layer2 Features Spanning Tree Protocol (IEEE 8201.D, 802.1W, 802.1S

SPN.SW.REQ.037 Layer2 Features Switch should support VLAN Trunking (802.1q) and should support 4096 VLAN

Page 180 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Spine Switch Product Name- Spine Switch Sr. No. Minimum Requirement Description Compliance Reference (Yes / No) (Document /Page no) SPN.SW.REQ.038 Layer2 Features Switch should support basic Multicast IGMP v1, v2, v3

SPN.SW.REQ.039 Layer2 Features Switch should support minimum 96,000 no. of MAC addresses

SPN.SW.REQ.040 Layer2 Features Switch should support 8 Nos. of link or more per Port channel (using LACP) and support 48 port channels or more per switch SPN.SW.REQ.041 Layer2 Features Switch should support Industry Standard Port/Link Aggregation for All Ports across any module or any port. SPN.SW.REQ.042 Layer2 Features Switch should support multi chassis Link Aggregation for All Ports across any module or any port of the switch and Link aggregation should support 802.3ad LACP protocol for communication with downlink/uplink any third party switch or server

SPN.SW.REQ.043 Layer2 Features Switch should support Jumbo Frames up to 9K Bytes on 1G/10G Ports

SPN.SW.REQ.044 Layer2 Features Support for broadcast, multicast and unknown unicast storm control to prevent degradation of switch performance from storm due to network attacks and vulnerabilities SPN.SW.REQ.045 Layer2 Features Switch should support Link Layer Discovery Protocol as per IEEE 802.1AB for finding media level failures SPN.SW.REQ.046 Layer3 Features Switch should support all physical ports to use either in Layer2 or Layer 3 mode and also should support layer 3 VLAN Interface and Loopback port Interface SPN.SW.REQ.047 Layer3 Features Switch should support basic routing feature i.e. IP Classless, default routing and Inter VLAN routing

Page 181 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Spine Switch Product Name- Spine Switch Sr. No. Minimum Requirement Description Compliance Reference (Yes / No) (Document /Page no) SPN.SW.REQ.048 Layer3 Features Switch should support static and dynamic routing using:

SPN.SW.REQ.049 Layer3 Features a. Static routing

SPN.SW.REQ.050 Layer3 Features b. OSPF V.2 using MD5 Authentication

SPN.SW.REQ.051 Layer3 Features c. ISIS using MD5 Authentication

SPN.SW.REQ.052 Layer3 Features d. BGP V.4 using MD5 Authentication

SPN.SW.REQ.053 Layer3 Features e. Should support route redistribution between these protocols

SPN.SW.REQ.054 Layer3 Features f. Should be compliant to RFC 4760 Multiprotocol Extensions for BGP-4 (Desirable) SPN.SW.REQ.055 Layer3 Features Switch should re-converge all dynamic routing protocol at the time of routing update changes i.e. Non-Stop forwarding/Graceful restart for fast re-convergence of routing protocols SPN.SW.REQ.056 Layer3 Features Switch should support multi instance MPLS routing using VRF/ VRF Edge/ Virtual Router routing and should support VRF Route leaking functionality SPN.SW.REQ.057 Layer3 Features Switch should be capable to work as DHCP server and relay

SPN.SW.REQ.058 Layer3 Features Switch should provide multicast traffic reachable using:

SPN.SW.REQ.059 Layer3 Features a. PIM-SM

Page 182 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Spine Switch Product Name- Spine Switch Sr. No. Minimum Requirement Description Compliance Reference (Yes / No) (Document /Page no) SPN.SW.REQ.060 Layer3 Features b. PIM-SSM

SPN.SW.REQ.061 Layer3 Features d. Support RFC 3618 Multicast Source Discovery Protocol (MSDP)

SPN.SW.REQ.062 Layer3 Features e. IGMP V.1, V.2 and V.3

SPN.SW.REQ.063 Layer3 Features Switch should support Multicast routing of minimum 16 way Equal Cost Multi Path load splitting SPN.SW.REQ.064 Availability Switch should have provisioning for connecting to 1:1/N+1 power supply for usage and redundancy SPN.SW.REQ.065 Availability Switch should provide gateway level of redundancy in Ip V.4 and IP V.6 using HSRP/VRRP SPN.SW.REQ.066 Availability Switch should support for BFD For Fast Failure Detection as per RFC 5880

SPN.SW.REQ.067 Quality of Service Switch system should support 802.1P classification and marking of packet using: SPN.SW.REQ.068 Quality of Service a. CoS (Class of Service)

SPN.SW.REQ.069 Quality of Service b. DSCP (Differentiated Services Code Point)

SPN.SW.REQ.070 Quality of Service c. Source physical interfaces

SPN.SW.REQ.071 Quality of Service d. Source/destination IP subnet

Page 183 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Spine Switch Product Name- Spine Switch Sr. No. Minimum Requirement Description Compliance Reference (Yes / No) (Document /Page no) SPN.SW.REQ.072 Quality of Service e. Protocol types (IP/TCP/UDP)

SPN.SW.REQ.073 Quality of Service f. Source/destination TCP/UDP ports

SPN.SW.REQ.074 Quality of Service Switch should support methods for identifying different types of traffic for better management and resilience SPN.SW.REQ.075 Quality of Service Switch should support for different type of QoS features for ream time traffic differential treatment using SPN.SW.REQ.076 Quality of Service a. Weighted Random Early Detection

SPN.SW.REQ.077 Quality of Service b. Strict Priority Queuing

SPN.SW.REQ.078 Quality of Service Switch should support to trust the QoS marking/priority settings of the end points as per the defined policy SPN.SW.REQ.079 Quality of Service Switch should support Flow control of Ethernet ports to control traffic rates during congestion by allowing congested nodes to pause link operation at the other end for receiving traffic as per IEEE 802.3x SPN.SW.REQ.080 Security Switch should support for deploying different security for each logical and physical interface using Port Based access control lists of Layer-2 to Layer- 4 in IP V.4 and IP V.6 and logging for fault finding and audit trail SPN.SW.REQ.081 Security Switch should support control plane i.e. processor and memory Protection from unnecessary or DoS traffic by control plane protection policy SPN.SW.REQ.082 Security Switch should support for stringent security policies based on time of day of Layer-2 to Layer-4

Page 184 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Spine Switch Product Name- Spine Switch Sr. No. Minimum Requirement Description Compliance Reference (Yes / No) (Document /Page no) SPN.SW.REQ.083 Security Switch should support for external database for AAA using:

SPN.SW.REQ.084 Security a. TACACS+

SPN.SW.REQ.085 Security b. RADIUS

SPN.SW.REQ.086 Security Switch should support MAC Address Notification on host join into the network for Audit trails and logging SPN.SW.REQ.087 Security Switch should support to restrict end hosts in the network. Secures the access to an access or trunk port based on MAC address. It limits the number of learned MAC addresses to deny MAC address flooding SPN.SW.REQ.088 Security Switch should support DHCP Snooping

SPN.SW.REQ.089 Security Switch should support Dynamic ARP Inspection to ensure host integrity by preventing malicious users from exploiting the insecure nature of the ARP protocol SPN.SW.REQ.090 Security Switch should support IP Source Guard to prevents a malicious hosts from spoofing or taking over another host's IP address by creating a binding table between the client's IP and MAC address, port, and VLAN SPN.SW.REQ.091 Security Switch should support for Role Based access control (RBAC) for restricting host level network access as per policy defined SPN.SW.REQ.092 Security Switch should support to prevent edge devices in the network not administrator's controlled from becoming Spanning Tree Protocol root nodes

Page 185 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Spine Switch Product Name- Spine Switch Sr. No. Minimum Requirement Description Compliance Reference (Yes / No) (Document /Page no) SPN.SW.REQ.093 Security Switch should support unicast and/or multicast blocking on a switch port to suppress the flooding of frames destined for an unknown unicast or multicast MAC address out of that port SPN.SW.REQ.094 Security Switch should support Spanning tree BPDU protection

SPN.SW.REQ.095 Security Switch should support for MOTD banner displayed on all connected terminals at login and security discrimination messages can be flashed as per banks ISD rules SPN.SW.REQ.096 Manageability Switch should support for embedded RMON/RMON-II for central NMS management and monitoring SPN.SW.REQ.097 Manageability Switch should support for sending logs to multiple centralised syslog server for monitoring and audit trail SPN.SW.REQ.098 Manageability Switch should provide remote login for administration using:

SPN.SW.REQ.099 Manageability a. Telnet

SPN.SW.REQ.100 Manageability b. SSH V.2

SPN.SW.REQ.101 Manageability Switch should support for capturing packets for identifying application performance using local and remote port mirroring for packet captures SPN.SW.REQ.102 Manageability Switch should support for management and monitoring status using different type of Industry standard NMS using: SPN.SW.REQ.103 Manageability a. SNMP V1 and V.2

Page 186 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Spine Switch Product Name- Spine Switch Sr. No. Minimum Requirement Description Compliance Reference (Yes / No) (Document /Page no) SPN.SW.REQ.104 Manageability b. SNMP V.3 with encryption

SPN.SW.REQ.105 Manageability c. Filtration of SNMP using Access list

SPN.SW.REQ.106 Manageability d. SNMP MIB support for QoS

SPN.SW.REQ.107 Manageability Switch should support for basic administrative tools like:

SPN.SW.REQ.108 Manageability a. Ping

SPN.SW.REQ.109 Manageability b. Traceroute

SPN.SW.REQ.110 Manageability Switch should support central time server synchronization using Network Time Protocol NTP V.4 SPN.SW.REQ.111 Manageability Switch should support for providing granular MIB support for different statistics of the physical and logical interfaces SPN.SW.REQ.112 Manageability Switch should support for predefined and customised execution of script for device mange for automatic and scheduled system status update for monitoring and management SPN.SW.REQ.113 Manageability Switch should provide different privilege for login in to the system for monitoring and management SPN.SW.REQ.114 Manageability Switch should support Real time Packet Capture using Wireshark in real time for traffic analysis and fault finding SPN.SW.REQ.115 IPv6 features Switch should support for IP V.6 connectivity and routing required for network reachability using different routing protocols such

Page 187 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Spine Switch Product Name- Spine Switch Sr. No. Minimum Requirement Description Compliance Reference (Yes / No) (Document /Page no) SPN.SW.REQ.116 IPv6 features a. OSPF V.3

SPN.SW.REQ.117 IPv6 features b. BGP with IP V.6

SPN.SW.REQ.118 IPv6 features c. IP V.6 Policy based routing

SPN.SW.REQ.119 IPv6 features d. IP V.6 Dual Stack etc.

SPN.SW.REQ.120 IPv6 features e. IP V.6 Static Route

SPN.SW.REQ.121 IPv6 features f. IP V.6 Default route

SPN.SW.REQ.122 IPv6 features g. Should support route redistribution between these protocols

SPN.SW.REQ.123 IPv6 features Switch should support multicast routing in IP V.6 network using PIMv2 Sparse Mode/MLD SPN.SW.REQ.124 IPv6 features Switch should support for QoS in IP V.6 network connectivity

SPN.SW.REQ.125 IPv6 features Switch should support for monitoring and management using different versions of SNMP in IP V.6 environment such as: SPN.SW.REQ.126 IPv6 features a. SNMPv1, SNMPv2c, SNMPv3

SPN.SW.REQ.127 IPv6 features b. SNMP over IP V.6 with encryption support for SNMP Version 3

Page 188 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Spine Switch Product Name- Spine Switch Sr. No. Minimum Requirement Description Compliance Reference (Yes / No) (Document /Page no) SPN.SW.REQ.128 IPv6 features Switch should support syslog for sending system log messages to centralized log server in IP V.6 environment SPN.SW.REQ.129 IPv6 features Switch should support NTP to provide an accurate and consistent timestamp over IPv6 to synchronize log collection and events SPN.SW.REQ.130 IPv6 features Switch should support for IP V.6 different types of tools for administration and management such as: SPN.SW.REQ.131 IPv6 features a. Ping

SPN.SW.REQ.132 IPv6 features b. Traceroute

SPN.SW.REQ.133 IPv6 features c. VTY

SPN.SW.REQ.134 IPv6 features d. SSH

SPN.SW.REQ.135 IPv6 features e. TFTP

SPN.SW.REQ.136 IPv6 features f. DNS lookup

Page 189 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

11.17.7 Leaf Switch

MSI shall provide compliance to technical specifications on letter head of the OEM

Technical Requirements Specifications- Leaf Switch Product Name- Leaf Switch Sr. No. Items Minimum Requirement Description Compliance Reference (Document (Yes / No) /Page no) SLF.SW.REQ.001 Solution The Switch should support non-blocking Layer 2 switching and Layer 3 routing Requirement SLF.SW.REQ.002 Solution There switch should not have any single point of failure like power supplies and Requirement fans etc. should have 1:1/N+1 inbuilt level of redundancy SLF.SW.REQ.003 Interface Switch should have the 48 x 1/10G Fibre and 4 x 40G QSFP ports Requirement SLF.SW.REQ.004 Interface Switch should support for different logical interface types like loopback, VLAN, Requirement SVI, Port Channel, multi chassis port channel/LAG etc. SLF.SW.REQ.005 Interface The switch should support 12,000 IPv4 and IPv6 routes entries in the routing Requirement table including multicast routes SLF.SW.REQ.006 Interface Switch should support minimum 100 VRF instances Requirement SLF.SW.REQ.007 Interface The switch should support hardware based load balancing at wire speed using Requirement LACP and multi chassis ether channel/LAG SLF.SW.REQ.008 Interface Switch should support minimum 1.2Tbps of switching capacity (or as per Requirement specifications of the switch if quantity of switches are more, but should be non- blocking capacity) including the services SLF.SW.REQ.009 Advance Features Switch should support Network Virtualisation using Virtual Over Lay Network using VXLAN (RFC 7348)/NVGRE as per RFC 2890 SLF.SW.REQ.010 Advance Features Switch should support VXLAN (RFC7348) and EVPN for supporting Spine - Leaf architecture to optimise the east - west traffic flow inside the data center SLF.SW.REQ.011 Advance Features Switch should support Open Flow/Open Day light/Open Stack controller SLF.SW.REQ.012 Layer2 Features Spanning Tree Protocol (IEEE 8201.D, 802.1W, 802.1S

Page 190 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Leaf Switch Product Name- Leaf Switch Sr. No. Items Minimum Requirement Description Compliance Reference (Document (Yes / No) /Page no) SLF.SW.REQ.013 Layer2 Features Switch should support minimum 80,000 no. of MAC addresses SLF.SW.REQ.014 Layer2 Features Switch should support 8 Nos. of link or more per Port channel (using LACP) and support 48 port channels or more per switch SLF.SW.REQ.015 Layer2 Features Support for broadcast, multicast and unknown unicast storm control to prevent degradation of switch performance from storm due to network attacks and vulnerabilities SLF.SW.REQ.016 Layer3 Features Switch should support all physical ports to use either in Layer2 or Layer 3 mode and also should support layer 3 VLAN Interface and Loopback port Interface SLF.SW.REQ.017 Layer3 Features Switch should support static and dynamic routing like Static, OSPF and BGP SLF.SW.REQ.018 Layer3 Features Switch should support multi instance MPLS routing using VRF/ VRF Edge/ Virtual Router routing and should support VRF Route leaking functionality SLF.SW.REQ.019 Layer3 Features Switch should provide multicast traffic reachable using PIM-SM and SSM SLF.SW.REQ.020 Availability Switch should provide gateway level of redundancy in Ip V.4 and IP V.6 using HSRP/ VRRP SLF.SW.REQ.021 Availability Switch should support for BFD For Fast Failure Detection as per RFC 5880 SLF.SW.REQ.022 Quality of Service Switch system should support 802.1P classification and marking of packet CoS, DSCP etc. SLF.SW.REQ.023 Quality of Service Switch should support for different type of QoS features for ream time traffic differential treatment using WRED and SP Queuing SLF.SW.REQ.024 Quality of Service Switch should support Flow control of Ethernet ports to control traffic rates during congestion by allowing congested nodes to pause link operation at the other end for receiving traffic as per IEEE 802.3x or VoQ SLF.SW.REQ.025 Security Switch should support for deploying different security for each logical and physical interface using Port Based access control lists of Layer-2 to Layer-4 in IP V.4 and IP V.6 and logging for fault finding and audit trail

Page 191 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Leaf Switch Product Name- Leaf Switch Sr. No. Items Minimum Requirement Description Compliance Reference (Document (Yes / No) /Page no) SLF.SW.REQ.026 Security Switch should support control plane i.e. processor and memory Protection from unnecessary or DoS traffic by control plane protection policy SLF.SW.REQ.027 Security Switch should support for external database for AAA using TACACS+ / Radius SLF.SW.REQ.028 Security Switch should support to restrict end hosts in the network. Secures the access to an access or trunk port based on MAC address. It limits the number of learned MAC addresses to deny MAC address flooding SLF.SW.REQ.029 Security Switch should support for Role Based access control (RBAC) for restricting host level network access as per policy defined SLF.SW.REQ.030 Security Switch should support to prevent edge devices in the network not administrator's controlled from becoming Spanning Tree Protocol root nodes SLF.SW.REQ.031 Security Switch should support unicast and/or multicast blocking on a switch port to suppress the flooding of frames destined for an unknown unicast or multicast MAC address out of that port SLF.SW.REQ.032 Manageability Switch should support for embedded RMON/RMON-II for central NMS management and monitoring SLF.SW.REQ.033 Manageability Switch should support for sending logs to multiple centralized syslog server for monitoring and audit trail SLF.SW.REQ.034 Manageability Switch should provide remote login for administration Telnet, SSHv2 SLF.SW.REQ.035 Manageability Switch should support for capturing packets for identifying application performance using local and remote port mirroring for packet captures SLF.SW.REQ.036 Manageability Switch should support for management and monitoring status using different type of Industry standard NMS using SNMP V2 and V3 SLF.SW.REQ.037 Manageability Switch should support for basic administrative tools like Ping and traceroute SLF.SW.REQ.038 Manageability Switch should support central time server synchronization using Network Time Protocol NTP V.4

Page 192 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Leaf Switch Product Name- Leaf Switch Sr. No. Items Minimum Requirement Description Compliance Reference (Document (Yes / No) /Page no) SLF.SW.REQ.039 Manageability Switch should support for providing granular MIB support for different statistics of the physical and logical interfaces SLF.SW.REQ.040 Manageability Switch should support for predefined and customized execution of script for device manage for automatic and scheduled system status update for monitoring and management SLF.SW.REQ.041 IPv6 features Switch should support for IP V.6 connectivity and routing required for network reachability using different routing protocols such as OSPFv3, BGP+ etc. SLF.SW.REQ.042 IPv6 features Should support route redistribution between these protocols SLF.SW.REQ.043 IPv6 features Switch should support multicast routing in IP V.6 network using PIMv2 Sparse Mode or MLD SLF.SW.REQ.044 IPv6 features Switch should support for monitoring and management using different versions of SNMP in IP V.6 environment like SNMPv1, SNMPv2c, SNMPv3 SLF.SW.REQ.045 IPv6 features a. SNMPv1, SNMPv2c, SNMPv3 SLF.SW.REQ.046 IPv6 features b. SNMP over IP V.6 with encryption support for SNMP Version 3 SLF.SW.REQ.047 IPv6 features Switch should support for IP V.6 different types of tools for administration and management.

11.17.8 Firewall 40 Gig

MSI shall provide compliance to technical specifications on letter head of the OEM

Technical Requirements Specifications- Firewall 40 Gig Product Name- Firewall Sr. No. Item Minimum Requirement Description Compliance Reference (Yes / No) (Document /Page no) FRWH.REQ.001 Industry Certifications The Firewall solution offered must be rated as ‘leaders’ or 'Challengers' in the latest and Evaluations Magic Quadrant for Firewall published by Gartner

Page 193 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Firewall 40 Gig Product Name- Firewall Sr. No. Item Minimum Requirement Description Compliance Reference (Yes / No) (Document /Page no) FRWH.REQ.002 Industry Certifications The Firewall appliance must have certifications like NDPP / ICSA / EAL4 or more and Evaluations FRWH.REQ.003 Hardware Architecture The appliance based security platform must be capable of providing firewall and VPN (both IPsec and SSL) functionality in a single appliance FRWH.REQ.004 Hardware Architecture The device must be fully populated in all respects like memory, ports, storage etc. FRWH.REQ.005 Hardware Architecture The appliance must support at least 6*1 Gbps, 8*10 G with transceivers (SR) FRWH.REQ.006 Performance & Firewall must support stateful inspection throughput of 40 Gbps in Active-Active Scalability deployment or Active-Passive deployment FRWH.REQ.007 Performance & Firewall must support at least 25,000,000 concurrent sessions Scalability FRWH.REQ.008 Performance & Firewall must support at least 175,000 connections per second Scalability FRWH.REQ.009 Performance & NGFW must support 3DES/AES IPsec VPN throughput of at least 5Gbps Scalability FRWH.REQ.010 Performance & Firewall must support at least 1000 vlans. Scalability FRWH.REQ.011 Performance & Firewall must support 10 virtual firewalls from day one & support licensed based Scalability scalability up to 20 virtual firewalls as & when required with licenses FRWH.REQ.012 Firewall Features Firewall must provide application inspection for DNS, FTP, HTTP, SMTP, ESMTP, LDAP, MGCP, RTSP, SIP, SCCP, SQLNET, TFTP, H.323, SNMP, SQLNET FRWH.REQ.013 Firewall Features Firewall module must support security policies based on (IPv4 and IPv6) FRWH.REQ.014 Firewall Features Firewall solution must provide protection against botnets. FRWH.REQ.015 Firewall Features Firewall must support creating access-rules with IPv4 & IPv6 objects simultaneously FRWH.REQ.016 Firewall Features Firewall must support operating in routed & transparent mode. must be able to set mode independently for each context in multi-context mode.

Page 194 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Firewall 40 Gig Product Name- Firewall Sr. No. Item Minimum Requirement Description Compliance Reference (Yes / No) (Document /Page no) FRWH.REQ.017 Firewall Features In transparent mode firewall must support arp-inspection to prevent spoofing at Layer-2 FRWH.REQ.018 Firewall Features must support Non Stop Forwarding in HA during failover and Graceful Restart FRWH.REQ.019 Firewall Features Firewall must support static nat, pat, dynamic nat, pat & destination based nat FRWH.REQ.020 Firewall Features Firewall must support Nat66 (IPv6-to-IPv6) & Nat 64 (IPv6-to-IPv4)functionality FRWH.REQ.021 Firewall Features Must be able to support at least 5000 network objects, 1000 services and 5000 rules base. FRWH.REQ.022 Firewall Features Firewall must support Restful API for integration with 3rd party solutions like Software Defined Networking FRWH.REQ.023 Firewall Features The Firewall must support Link Aggregation Control Protocol 802.3ad FRWH.REQ.024 Firewall Features Firewall must have integrated redundant power supply FRWH.REQ.025 High-Availability Firewall must be able to operate in Active/Standby or Active/Active mode Features FRWH.REQ.026 High-Availability Firewall must support port aggregation functionality for the failover control & date Features interfaces for provide additional level of redundancy FRWH.REQ.027 High-Availability Firewall must support redundant interfaces to provide interface level redundancy Features before device failover FRWH.REQ.028 High-Availability Firewall must support 802.3ad Ether-channel functionality to increase the bandwidth Features for a segment across different modules FRWH.REQ.029 High-Availability Firewall must support failover of IPv4 & IPv6 sessions Features FRWH.REQ.030 High-Availability Firewall must replicate Nat translations, TCP, UDP connection states, ARP table, Features ISAKMP & IPsec SA's, SIP signalling sessions FRWH.REQ.031 High-Availability Firewall must support failover of IPv4 & IPv6 sessions in standalone and multi-context Features mode.

Page 195 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Firewall 40 Gig Product Name- Firewall Sr. No. Item Minimum Requirement Description Compliance Reference (Yes / No) (Document /Page no) FRWH.REQ.032 High-Availability Firewall must support RFC 6379 based Suite-B Cryptography Suites/algorithms like Features AES-CM/GMAC support (128-, 192-, and 256-bit keys), CH / ECDH support (groups 19 and 20), ECDSA support (256-, 384-, and 521-bit elliptic curves) for enhanced VPN security

FRWH.REQ.033 High-Availability Firewall must support latest IKEv2 standards for supporting SHA-2 256, 384 bit Features message integrity algorithms in hardware to ensure there is no performance bottleneck & higher security FRWH.REQ.034 High-Availability For Mobile devices the SSL VPN/IPSEC client software must also be available for Features download from the Mobile Application Store/Market/OEM website other than the Firewall/Device FRWH.REQ.035 High-Availability must support pre-shared keys & Digital Certificates for VPN peer authentication Features FRWH.REQ.036 High-Availability must support perfect forward secrecy & dead peer detection functionality Features FRWH.REQ.037 High-Availability must support Nat-T for IPsec VPN Features FRWH.REQ.038 Routing Features Firewall must support IPv4 & IPv6 static routing, OSPF v2 & v3, PBR, PBR for BGP v4 & v6, IGMP v2 & V3 FRWH.REQ.039 Routing Features Firewall must support PIM multicast routing FRWH.REQ.040 Routing Features Firewall must support SLA monitoring for static routes FRWH.REQ.041 Management Firewall management of firewall policies via internal or external centralised Capabilities management solution FRWH.REQ.042 Management Firewall must support SNMP 2c & 3 Capabilities FRWH.REQ.043 Management Firewall must support packet capturing functionality to send the packet capture to Capabilities Wire shark for detailed packet analysis

Page 196 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Firewall 40 Gig Product Name- Firewall Sr. No. Item Minimum Requirement Description Compliance Reference (Yes / No) (Document /Page no) FRWH.REQ.044 Management The management solution must support AAA authentication. Capabilities FRWH.REQ.045 Management The Solution Should be able to orchestrate with open stack. Capabilities FRWH.REQ.046 Management Firewall must support the functionality of Auto-Update to check for latest software Capabilities versions & download the same FRWH.REQ.047 Management System should have Open Stack Neutron plugins or integration should be supported. Capabilities

11.17.9 Next Gen IPS Physical 40 G

MSI shall provide compliance to technical specifications on letter head of the OEM

Technical Requirements Specifications- Next Gen IPS Physical - 40 G Product Name- Next Gen IPS Item Item Minimum Requirement Description Compliance Reference (Yes / No) (Document /Page no) IPSH.REQ.001 Platform Requirement The IPS solution must be a purpose built dedicated appliance (not a subset of firewall or UTM appliance ) IPSH.REQ.002 Platform Requirement The device must operate in transparent (Bridge) mode IPSH.REQ.003 Platform Requirement The device must have separate dedicated interface for management IPSH.REQ.004 Platform Requirement The device must have inbuilt internal Redundant Power Supply (RPS) with no additional cost IPSH.REQ.005 Platform Requirement The device must have functionality of hardware based fail-open & Software Fail Open. NIPS must also have fail-open feature which must allow traffic to pass through uninterrupted when power failure occur on the NIPS.

Page 197 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Next Gen IPS Physical - 40 G Product Name- Next Gen IPS Item Item Minimum Requirement Description Compliance Reference (Yes / No) (Document /Page no) IPSH.REQ.006 Features IDS (Inline detection mode), Inline IPSH.REQ.007 Features IDS and inline together/simultaneous in same appliance IPSH.REQ.008 Hardware requirement The single device must have minimum Inspected throughput of 40 Gbps for all kinds of real world traffic in case of Active-Active in HA or Active-Passive mode. IPSH.REQ.009 Hardware requirement Must have minimum 8 x 10G monitoring interface (with SFP - SR modules ) with fail-open capability IPSH.REQ.010 Hardware requirement Latency must be < 180 microseconds. must support 15,000,000 concurrent connection IPSH.REQ.011 Features The device must accurately detect intrusion attempts and discerns between the various types and risk levels including unauthorized access attempts, pre-attack probes, suspicious activity, DoS, DDoS, vulnerability exploitation, brute force and zero-day attacks IPSH.REQ.012 Features The device must use prevention techniques and provide zero-day protection against worms, Trojans, spyware, key loggers, and other malware from penetrating the network. IPSH.REQ.013 The device must perform Signatures, Protocol anomaly, Behaviour anomaly, Reputation traffic inspection based on: IPSH.REQ.014 Attack categories Malformed traffic, Invalid Headers, DoS IPSH.REQ.015 Attack categories Vulnerability exploitation IPSH.REQ.016 Attack categories Zero-day and unknown attacks – desirable IPSH.REQ.017 Attack categories URL obfuscation IPSH.REQ.018 Attack categories The device must support IP reputation intelligence feeds from third party and custom lists of IP addresses including a global blacklist IPSH.REQ.019 Attack categories The device must provide advanced DOS/DDOS protection and not just signatures based employing a combination of threshold-based and self-learning, profile-

Page 198 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Next Gen IPS Physical - 40 G Product Name- Next Gen IPS Item Item Minimum Requirement Description Compliance Reference (Yes / No) (Document /Page no) based detection techniques, volume based and exploits signatures to detect DoS/DDoS attacks

IPSH.REQ.020 Attack categories The device must support vulnerability based and exploit based signatures. It must detect and block all known high risk exploits and the underlying vulnerability (not just one exploit of that vulnerability) IPSH.REQ.021 Traffic inspection& IPv6, IPv4, MPLS, Tunneled: 4in6, 6in4, 6to4 support IPSH.REQ.022 Traffic inspection& Bi- directional inspection, Detection of Shell Code, Buffer overflows, Advanced support evasion protection IPSH.REQ.023 Traffic inspection& Application Anomalies, P2P attacks, TCP segmentation and IP fragmentation support IPSH.REQ.024 Traffic inspection& Rate-based threats, Statistical anomalies support IPSH.REQ.025 Traffic inspection& The device must have the ability to identify/block individual applications (eg. support Facebook or skype) running on one protocol (eg HTTP or HTTPs) IPSH.REQ.026 Traffic inspection& The device must prevent SSL protocol based attacks support IPSH.REQ.027 Traffic inspection& Protect against IPv6 based attacks support IPSH.REQ.028 Traffic inspection& The device must support Block attacks based on: support IPSH.REQ.029 Traffic inspection& IP reputation, DNS Inspection, Geo-location, URL Inspection support IPSH.REQ.030 Traffic inspection& support for File reputation/type on the basis of application protocol including support Http, Https, FTP, SMB (no file must be sent to cloud)

Page 199 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Next Gen IPS Physical - 40 G Product Name- Next Gen IPS Item Item Minimum Requirement Description Compliance Reference (Yes / No) (Document /Page no) IPSH.REQ.031 Traffic inspection& The device must support for scanning malware within files such as PDF, MS support officedocuments. IPSH.REQ.032 Traffic inspection& support for Blocking of file by geographical source or destination support IPSH.REQ.033 Traffic inspection& THe device must be capable of signature-less intrusion detection technology support allows the IPS to identify network traffic and stops zero-day attacks for which no signatures exist. IPSH.REQ.034 Traffic inspection& The device must have the ability to block connection to or from outside based support on the reputation of the IP address that is trying to communicate with the network using OEM own threat intelligence. IPSH.REQ.035 Traffic inspection& The device must protect against vulnerability in : support IPSH.REQ.036 Traffic inspection& Web applications, Databases. support IPSH.REQ.037 DOS attacks based on Heuristic-based detection IPSH.REQ.038 DOS attacks based on Self-learning profile-based detection / Network Behaviour Analysis IPSH.REQ.039 DOS attacks based on The device must have the feature for creating user-defined signature. IPSH.REQ.040 DOS attacks based on The device must have the feature for importing SNORT signatures. IPSH.REQ.041 DOS attacks based on The device OEM must have its own threat intelligence analysis center. IPSH.REQ.042 Prevention and Response The device must support active blocking of traffic based on pre-defined rules to thwart attacks before any damage is done and its logging. IPSH.REQ.043 Prevention and Response The device must support a wide range of response actions IPSH.REQ.044 Prevention and Response Block traffic, Allow traffic, Monitor / Log traffic IPSH.REQ.045 Prevention and Response The device must support following capabilities IPSH.REQ.046 Prevention and Response The IPS solution shall provide source reputation based analysis. It must support source lookup for file,ip, domain reputation . IPSH.REQ.047 Prevention and Response Packet capture, User defined scripts, Email alert, SNMP alert, Syslog alert,

Page 200 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Next Gen IPS Physical - 40 G Product Name- Next Gen IPS Item Item Minimum Requirement Description Compliance Reference (Yes / No) (Document /Page no) IPSH.REQ.048 Policy Configuration The device must have facility to enable/disable each individual signature. Each signature must allow granular tuning. IPSH.REQ.049 Policy Configuration The device must allow policy to be assigned per device, port, VLAN tag, IP address/range. IPSH.REQ.050 Policy Configuration The device must be capable of mapping IP addresses to username, and making this information available for event management purposes. IPSH.REQ.051 Policy Configuration The device must support NTP Synchronization. IPSH.REQ.052 Management The management platform must be capable of role-based administration, enabling different sets of views and configuration capabilities for different administrators subsequent to their authentication IPSH.REQ.053 Management NIPS Management solution must support high availability and disaster recovery functionality for NIPS Management. IPSH.REQ.054 Management The IPS solution offered must be rated as ‘leaders’ or 'Challengers' in the latest Magic Quadrant by Gartner IPSH.REQ.055 Management The IPS must have one of the given certifications NSS LABS or EAL4 or more IPSH.REQ.056 Management The management solution must be accessible through GUI. IPSH.REQ.057 Management The management solution must be accessible over secure channel. IPSH.REQ.058 Role based administration Must facilitate administrator to manage multiple IPS devices over network. IPSH.REQ.059 Role based administration Must support multiple roles like administrator, operator etc. IPSH.REQ.060 Role based administration Remote administration of individual IPS devices must be possible from specific IP addresses / subnets only. IPSH.REQ.061 Role based administration The management solution must support Audit log facility. IPSH.REQ.062 Role based administration The management solution must support export / import of configuration files for each IPS device. IPSH.REQ.063 Role based administration The management solution must support updation of IPS signatures on the IPS devices from the Centralized Management Solution.

Page 201 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Next Gen IPS Physical - 40 G Product Name- Next Gen IPS Item Item Minimum Requirement Description Compliance Reference (Yes / No) (Document /Page no) IPSH.REQ.064 Role based administration The OEM must update its attack signature database regularly on management solution and it must be configurable to update the signatures automatically without manual intervention. IPSH.REQ.065 Role based administration The OEM must notify automatically through e-mail/displayed in manager window about the availability of new signatures and new product releases. IPSH.REQ.066 Role based administration The OEM must make new attack signatures and new major software releases available for download from its Web site. IPSH.REQ.067 Role based administration The management solution must support centralized performance/Health monitoring of IPS devices. IPSH.REQ.068 Role based administration The management solution must have the facility to display:- IPSH.REQ.069 Role based administration Real-time Log IPSH.REQ.070 Role based administration Historical log for a given period IPSH.REQ.071 Role based administration The management solution must support a wide variety of pre-built as well as custom reports. IPSH.REQ.072 Role based administration The management solution must be able to output report data into a variety of different file formats like HTML, PDF etc. IPSH.REQ.073 Role based administration The management solution must support auto-email of Pre-defined & Customized Reports at a scheduled time. IPSH.REQ.074 Role based administration The management solution must support the archiving and backup of events. IPSH.REQ.075 Role based administration The management solution must support policy configuration and event management functions for the NIPS appliances. IPSH.REQ.076 Role based administration The real-time Dashboard must have the following Graphical display. IPSH.REQ.077 Role based administration 1. Top attacks IPSH.REQ.078 Role based administration 2. Top Source/Destination IPs. IPSH.REQ.079 Role based administration 3. Top Targets IPSH.REQ.080 Role based administration 4. Device Health

Page 202 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Next Gen IPS Physical - 40 G Product Name- Next Gen IPS Item Item Minimum Requirement Description Compliance Reference (Yes / No) (Document /Page no) IPSH.REQ.081 Role based administration 6. CPU Utilization IPSH.REQ.082 Role based administration The management solution must support integration with all leading SIEM solution. IPSH.REQ.083 Role based administration Warranty & Software subscription: IPSH.REQ.084 Role based administration 1. Five years on-site comprehensive warranty support with advance replacement of faulty equipment on site. IPSH.REQ.085 Role based administration 2. Five years software subscription support.

11.17.10Enterprise Management System

MSI shall provide compliance to technical specifications on letter head of the OEM

Technical Requirements Specifications- Enterprise Management System Product Name- Enterprise Management System (EMS) Sr. No. Item Minimum Requirement Description Compliance Reference (Document (Yes / No) /Page no) EMS.REQ.001 General: For effective operations and management of IT Operations, there is a need for an industry-standard Enterprise Management System (EMS). Given the expanse and scope of the project, EMS becomes very critical for IT Operations and SLA Measurement. Some of the critical aspects that need to be considered for operations of IT setup are: EMS.REQ.002 General: a) Network Fault Management EMS.REQ.003 General: b) Network Performance Management EMS.REQ.004 General: c) Network Flow Traffic Monitoring EMS.REQ.005 General: d) Server Performance Monitoring EMS.REQ.006 General: e) Centralized and Unified Dashboard EMS.REQ.007 General: f) Centralized and Customizable Service Level Reporting

Page 203 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Enterprise Management System Product Name- Enterprise Management System (EMS) Sr. No. Item Minimum Requirement Description Compliance Reference (Document (Yes / No) /Page no) EMS.REQ.008 General: g) Help Desk for Incident Management EMS.REQ.009 General: The Monitoring Solution should provide Unified Architectural design offering seamless common functions including but not limited to: • Event and Alarm management, • Auto-discovery of the IT environment, • Performance and availability management • Correlation and root cause analysis • Service Level Management, notifications • Reporting and analytics • Automation and Customization • Integration with third party software such as GIS solution, log management solution, etc.

EMS.REQ.010 General: Consolidate IT event management activities into a single operations bridge that allows operator to quickly identify the cause of the IT incident, reduces duplication of effort and decreases the time it takes to rectify IT/network related issues etc. EMS.REQ.011 General: The solution shall provide future scalability of the whole system without major architectural changes. EMS.REQ.012 General: The Solution shall be distributed, scalable, and multi-platform and open to third party integration such as Cloud, Virtualization, Database, Web Server, GIS Server, Application Server platforms etc. EMS.REQ.013 General: The solution must provide single integrated dashboard to provide line of business views and drill down capabilities to navigate technical operators right from services to last infrastructure components EMS.REQ.014 General: Consolidated dashboard of the proposed EMS solution must be able to do dynamic service modelling of all business critical production services & use near- real time Service Model for efficient cross domain topology based event correlation.

Page 204 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Enterprise Management System Product Name- Enterprise Management System (EMS) Sr. No. Item Minimum Requirement Description Compliance Reference (Document (Yes / No) /Page no) EMS.REQ.015 Consolidated The platform must provide complete cross-domain visibility of IT infrastructure Dashboard issues EMS.REQ.016 Consolidated The platform must consolidate monitoring events from across layers such as Dashboard Network, Server, Application, Database into a single dashboard etc. EMS.REQ.017 Consolidated The solution must support custom dashboards for different role users such as Dashboard Management, admin and report users EMS.REQ.018 Consolidated The solution must allow creating custom data widget to visualize data with user Dashboard preferences EMS.REQ.019 Consolidated The solution must support multiple visualization methods such as gauge, grid, Dashboard charts, Top N etc. EMS.REQ.020 Consolidated The proposed solution must support capacity views to find most consumed Dashboard resources. EMS.REQ.021 Consolidated The solution should provide superior view of infrastructure health across system, Dashboard networks, application and other IT Infrastructure components into a consolidated, central console EMS.REQ.022 Consolidated The solution should allow for customizable operator perspectives Dashboard EMS.REQ.023 Network Performance The proposed solution platform shall provide a single integrated solution for Management: comprehensive management of the wired/wireless access, and rich visibility into connectivity and performance assurance issues. EMS.REQ.024 Network Performance The design functionality shall facilitate creation of templates used for monitoring Management: key network resources, devices, and attributes. Default templates and best practice designs are provided for quick out-of-the- box implementation automating the work required to use OEM validated designs and best practices.

EMS.REQ.025 Network Performance The proposed solution must provide comprehensive and integrated management Management: of IT infrastructure components to maximize the availability of IT services and SLA performance.

Page 205 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Enterprise Management System Product Name- Enterprise Management System (EMS) Sr. No. Item Minimum Requirement Description Compliance Reference (Document (Yes / No) /Page no) EMS.REQ.026 Network Performance The proposed solution must provide the complete view of the Topology and Management: network elements. The NMS shall have the ability to include the network elements and the links in the visual/graphical map of the POP. The visual maps shall display the elements in different colour depending upon the status of the element. As per industry standards, it is suggested that green color for healthy and amber/yellow color for degraded condition and red for unhealthy condition is used. EMS.REQ.027 Network Performance The proposed solution must be suitable to take system level backup as directed Management: and agreed with CHiPS and its appointed authorized agency. EMS.REQ.028 Network Performance The proposed solution must provide the visual presentation of the Network Management: Element's status and the alarms. It shall also present the complete map of the network domain with suitable icons and in suitable color like green for healthy, red for non-operational, yellow for degraded mode of operation etc.

EMS.REQ.029 Network Performance The proposed solution must provide Health Monitoring reports of the network Management: with settable periodicity -@24 Hrs, 1 week, 1 month. EMS.REQ.030 Network Performance The proposed solution must provide the graphical layout of the network element Management: with modules drawn using different colors to indicate their status EMS.REQ.031 Network Performance The proposed solution must provide calendar view which allows the operator all Management: the schedule activities such as Reports, Inventory scans etc. It shall also allow to define scheduled report for uptime, link status etc. EMS.REQ.032 Network Performance The proposed solution should have multiple alerting feature to get the Management: notification via email, sms and third party systems EMS.REQ.033 Network Performance The proposed solution must support listening to traps and syslog events from the Management: network devices with retention period up to 6 months. EMS.REQ.034 Network Performance The proposed solution must support defining the data retention period to Management: control storage

Page 206 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Enterprise Management System Product Name- Enterprise Management System (EMS) Sr. No. Item Minimum Requirement Description Compliance Reference (Document (Yes / No) /Page no) EMS.REQ.035 Network Performance The solution must support custom device template to support Generic SNMP Management: devices EMS.REQ.036 Network Performance The solution must provide discovery & inventory of heterogeneous physical Management: network devices like Layer-2 & Layer-3 switches, Routers and other IP devices and do mapping of LAN & WAN connectivity with granular visibility up to individual ports level. EMS.REQ.037 Network Performance It shall provide Real time network monitoring and Measurement offend-to-end Management: Network performance & availability to define service levels and further improve upon them. EMS.REQ.038 Network Performance Management: EMS.REQ.039 System Performance The solution should offer service driven operations management of the IT Monitoring: environment to manage distributed, heterogeneous systems - Windows, UNIX & LINUX from a single management station. EMS.REQ.040 System Performance The solution should carry out automated probable cause analysis by picking up Monitoring: feeds from every infrastructure component being monitored and automating the correlation of these alarms Or events to point out the probable cause using remedy actions - E.g. pull the top 5 processes consuming most of the CPU when CPU alarm triggers EMS.REQ.041 System Performance The solution should provide a centralized point of control with out-of-the-box Monitoring: policy-based management intelligence for easy deployment for the servers, operating systems, applications and services for correlating and managing all the IT infrastructure components of a business service

EMS.REQ.042 System Performance The solution shall be able to monitor Hypervisor host hardware status e.g. fans, Monitoring: disk, memory, CPU etc.. EMS.REQ.043 System Performance The solution must support SNMP v1-3, PowerShell, SSH, JDBC, HTTP, JMX, Monitoring: collectd agents for monitoring various type of devices and systems

Page 207 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Enterprise Management System Product Name- Enterprise Management System (EMS) Sr. No. Item Minimum Requirement Description Compliance Reference (Document (Yes / No) /Page no) EMS.REQ.044 System Performance It should also be able to monitor various operating system parameters Monitoring: depending on the operating system being monitored. EMS.REQ.045 System Performance The Proposed Performance Management must provide charts for all kinds of Monitoring: essential Health Reports. EMS.REQ.046 System Performance The Systems and Distributed Monitoring (Operating Systems) of EMS should be Monitoring: able to monitor: EMS.REQ.047 System Performance Processors: Each processor in the system should be monitored for CPU Monitoring: utilization. Current utilization should be compared against user-specified warning and critical thresholds. File Systems: Each file system should be monitored for the amount of file system space used, which is compared to user-defined warning and critical thresholds. Log Files: Logs should be monitored to detect faults in the operating system, the communication subsystem, and in applications. The function should also analyze the files residing on the host for specified string patterns. System Processes: The System Management function should provide real-time collection of data from all system processes. This should identify whether or not an important process has stopped unexpectedly. Memory: The System Management function should monitor memory utilization and available swap space. Event Log: User-defined events in the security, system, and application event logs must be monitored. Support for monitoring & reporting on Service Response monitoring test for common application like http, https, dns,dhcp within S-NOC

EMS.REQ.048 System Performance The solution should provide support for maintenance window and scheduled Monitoring: downtimes

Page 208 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Enterprise Management System Product Name- Enterprise Management System (EMS) Sr. No. Item Minimum Requirement Description Compliance Reference (Document (Yes / No) /Page no) EMS.REQ.049 Fault Management:- The proposed solution must should provide out of the box root cause analysis with multiple root cause algorithms inbuilt for root cause analysis. It should also have a strong event correlation engine which can correlate the events on the basis of event pairing, event sequencing etc.

EMS.REQ.050 Fault Management:- The Platform must include an event correlation automatically fed with events originating from managed elements, monitoring tools or data sources external to the platform. This correlation must perform:• Event filtering• Event Deduplication• Event aggregation• Event masking

EMS.REQ.051 Fault Management:- The proposed solution must support creating and monitoring of rising or falling thresholds with respect to basic key performance indicators for network, system and application infrastructures. EMS.REQ.052 Fault Management:- The solution should have predictive analytics and intelligence in-built into it so as to detect any anomaly before it could potentially hit the threshold thereby giving enough lead time to users to resolve the issues before the threshold is breached. EMS.REQ.053 Fault Management:- The proposed solution should provide out of the box root cause analysis with multiple root cause algorithms inbuilt for root cause analysis. It should also have a strong event correlation engine which can correlate the events on the basis of event pairing, event sequencing etc. EMS.REQ.054 Fault Management:- Powerful correlation capabilities to reduce number of actionable events. Topology based and event stream based correlation should be made available. EMS.REQ.055 Fault Management:- The solution must offer relevant remedy tools, graphs in context of a selected fault alarm/event EMS.REQ.056 Fault Management:- The proposed monitoring solution should have capability to configure actions based rules for set of pre-defined alarms/alerts enabling automation of set tasks.

Page 209 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Enterprise Management System Product Name- Enterprise Management System (EMS) Sr. No. Item Minimum Requirement Description Compliance Reference (Document (Yes / No) /Page no) EMS.REQ.057 Fault Management:- The Platform must support Event or Alarm Correlation integrations with service desk to trigger automated creation of incidents, problems management EMS.REQ.058 Fault Management:- The solution should classify events based on business impact EMS.REQ.059 Fault Management:- The solution should allow creation of correlation or analytics rules for administrators EMS.REQ.060 Fault Management:- The proposed solution must provide default event dashboard to identify, accept and assign generated alarms EMS.REQ.061 Network Flow-based The proposed traffic monitoring system must be able to track all flow of traffic on Traffic Analysis the network and identify malicious behavior with all IP conversations. EMS.REQ.062 Network Flow-based The proposed system must provide details of applications, hosts, and Traffic Analysis conversations consuming WAN bandwidth to isolate and resolve problems. EMS.REQ.063 Network Flow-based The proposed system must provide eight-hour, daily, weekly, monthly, yearly, or Traffic Analysis customizable reporting time periods. EMS.REQ.064 Network Flow-based The proposed solution must be able to monitor and report on a variety of unique Traffic Analysis protocols (used in the overall deployed solutions) per day and display utilization data for each protocol individually. This capability must be available for each monitored interface uniquely. EMS.REQ.065 Network Flow-based The proposed solution must keep historical rate and ip to ip, ip to protocol, Traffic Analysis protocol to protocol conversation data for a minimum of 12 months (most recent) in its current long term operating database. EMS.REQ.066 Network Flow-based The proposed solution must keep historical rate and protocol data for a Traffic Analysis minimum of 60 days (most recent) in its short term operating database. EMS.REQ.067 Network Flow-based Flow collection systems must support a minimum of 4 million flows per minute Traffic Analysis and be capable of storing gathered information in a common database where all long term reporting information is held.

Page 210 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Enterprise Management System Product Name- Enterprise Management System (EMS) Sr. No. Item Minimum Requirement Description Compliance Reference (Document (Yes / No) /Page no) EMS.REQ.068 Network Flow-based The system must support the ability to create reports that allow the user to Traffic Analysis search all IP traffic over a specified historical period, for a variety of conditions. o Search for any traffic using a specific configurable destination port, or port range.o Search for any protocol in use by a specific host, interface or list of hosts or interfaces. EMS.REQ.069 HelpDesk - Incident The proposed helpdesk system shall provide flexibility of logging, viewing, Management updating and closing incident manually via web interface EMS.REQ.070 HelpDesk - Incident The proposed helpdesk system shall support ITIL processes like request Management management, problem management, configuration management and change order management with out-of-the-box templates for various ITIL service support processes EMS.REQ.071 HelpDesk - Incident Each incident shall be able to associate multiple activity logs entries via manual Management update or automatic update from other enterprise management tools. EMS.REQ.072 HelpDesk - Incident The proposed helpdesk system shall be able to provide flexibility of incident Management assignment based on the workload, category, location etc. EMS.REQ.073 HelpDesk - Incident The proposed solution should automatically provide suggested knowledge base Management articles based on Incident properties EMS.REQ.074 HelpDesk - Incident The proposed solution should automatically suggest available technicians based Management on workload while assigning tickets EMS.REQ.075 HelpDesk - Incident The proposed solution should tightly integrate with monitoring system to Management provide two way integration - E.g. when system down alarm created, it should automatically create ticket and assign it to technician, in case system comes up before ticket is resolved by technician, it should automatically close the ticket to minimize human efforts EMS.REQ.076 HelpDesk - Incident The proposed system must not create more than ticket for same recurring alarm Management to avoid ticket flooding from Monitoring system EMS.REQ.077 HelpDesk - Incident Each escalation policy shall allow easy definition on multiple escalation levels and Management notification to different personnel via web based console with no programming

Page 211 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Enterprise Management System Product Name- Enterprise Management System (EMS) Sr. No. Item Minimum Requirement Description Compliance Reference (Document (Yes / No) /Page no) EMS.REQ.078 HelpDesk - Incident The proposed helpdesk system shall be capable of assigning call requests to Management technical staff manually as well as automatically based on predefined rules, and shall support notification and escalation over email EMS.REQ.079 HelpDesk - Incident The proposed solution should allow administrator to define ticket dispatcher Management workflow which automatically assign incoming tickets based on rules defined in workflow. E.g. Network fault keyword tickets gets assigned to network technician automatically within S-NOC team EMS.REQ.080 HelpDesk - Incident The proposed helpdesk system shall provide grouping access on different Management security knowledge articles for different group of users. EMS.REQ.081 HelpDesk - Incident The proposed helpdesk system shall have an updateable knowledge base for Management technical analysis and further help end-users to search solutions for previously solved issues EMS.REQ.082 HelpDesk - Incident The proposed solution should allow Technician to relate Incidents to Problem, Management Change and vice versa to have better context while working on any of ticket type EMS.REQ.083 HelpDesk - Incident The proposed helpdesk system shall support tracking of SLA (service level Management agreements) for call requests within the help desk through service types. EMS.REQ.084 HelpDesk - Incident The proposed helpdesk system shall integrate tightly with the Knowledge tools Management and CMDB and shall be accessible from the same login window EMS.REQ.085 HelpDesk - Incident A configuration management database shall be established which stores unique Management information about each type Configuration Item CI or group of CI. EMS.REQ.086 HelpDesk - Incident The proposed solution allow scheduling periodic report to check current Management software and hardware inventory EMS.REQ.087 Service Level Reporting: The solution must provide Out of the box reporting templates for performance, availability, operation, virtualization and capacity and audit EMS.REQ.088 Service Level Reporting: The solution should provide reports that can prove IT service quality levels, such as application response times and server resource consumption

Page 212 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Enterprise Management System Product Name- Enterprise Management System (EMS) Sr. No. Item Minimum Requirement Description Compliance Reference (Document (Yes / No) /Page no) EMS.REQ.089 Service Level Reporting: The system reports should be accessible via web browser and Reports shall be published in printable format EMS.REQ.090 Service Level Reporting: The solution must provide Reports that can be scheduled to publish automatically or they can be produced on demand EMS.REQ.091 Service Level Reporting: The solution should be able to report in the context of the business services that the infrastructure elements support—clearly showing how the infrastructure impacts business service levels EMS.REQ.092 Service Level Reporting: The solution should provide Business Service Management functionality to track Service quality by logically grouping Network, Server and Application components. The solution should provide correlation between Network, Server and Application to identify the business impact from the specific event or alarm

EMS.REQ.093 Service Level Reporting: The solution must provide way to define key performance indicators (KPIs) within the Service Quality report. EMS.REQ.094 Service Level Reporting: The solution must provide SLA measurement to track service quality from both Availability and Performance perspective. EMS.REQ.095 Role-Based access The solution should have inbuilt role-based access module to enable multiple control:- users with different groups to create dashboards specific to their department EMS.REQ.096 Role-Based access The Solution should have way to control and define permission such as control:- read/write for set of devices rather than all the devices for the ease of use. EMS.REQ.097 EMS Other Key The Solution should provide all the modules as a single monitoring engine to Requirements:- correlate events in real-time from Network devices and other IT components EMS.REQ.098 EMS Other Key The solution must provide capabilties to monitor 6000 components scable to Requirements:- 10000 without any additional cost. EMS.REQ.099 EMS Other Key The proposed solution must support high availability Requirements:-

Page 213 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

11.17.11Thin Client

MSI shall provide compliance to technical specifications on letter head of the OEM

Technical Requirements Specifications- Thin Client Product Name-Thin Client Sr. No. Item Minimum Requirement Description Compliance Reference (Yes / No) (Document /Page no) ThinClT.REQ.001 Mounting Vertical/Horizontal/VESA (Purchaser choice at the time of order placing) ThinClT.REQ.002 Thin Client Operating System : Windows 7 64bit Ultimate Version Specifications ThinClT.REQ.003 CPU CPU Processing : Intel® Core™ i5 Dual Core 2.65 GHz processor or better ThinClT.REQ.004 Memory 2 GB RAM upgradable up to 4 GB or higher ThinClT.REQ.005 HDD Hard disk : 1 TB ThinClT.REQ.006 DVD Optical DVD drive : 16x R/W ThinClT.REQ.007 Lan Card Integrated 10/100/1000 Mbps Ethernet Card(gigabit) with WOL ThinClT.REQ.008 USB Ports Minimum 4 USB Port ver. 1.1 or higher ThinClT.REQ.009 USB Ports USB Ports for Keyboard & Mouse ThinClT.REQ.010 Monitor 18.5 “TFT OEM color monitor asset controlled/ Energy Star 5.0 /TCO 05 or higher ThinClT.REQ.011 Monitor Should support Display Port 1920x1200@60 Hz ThinClT.REQ.012 Keyboard USB OEM Standard Keyboard (min 104 keys) ThinClT.REQ.013 Mouse USB Scroll Mouse ThinClT.REQ.014 Embedded O/s Should support installation of Smart Card Reader at later date ThinClT.REQ.015 Embedded O/s Windows 7 embedded loaded or higher locally on Flash ThinClT.REQ.016 Embedded O/s Multi user and single user log on support locally ThinClT.REQ.017 Management Thin Client Management Software with SNMP support (over LAN and WAN) for Software ThinClT.REQ.018 Management Asset Track Software

Page 214 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Thin Client Product Name-Thin Client Sr. No. Item Minimum Requirement Description Compliance Reference (Yes / No) (Document /Page no) ThinClT.REQ.019 Management Grouping of Terminals Software ThinClT.REQ.020 Management Remote Client profile update Software ThinClT.REQ.021 Management Backup terminal setting and restore back Software ThinClT.REQ.022 Management Should support upgrade of group of thin client from Central location Software ThinClT.REQ.023 Power Power Supply : 100-240VAC, 50/60Hz ThinClT.REQ.024 Temperature Operating Conditions : 0°C to 45°C or better

11.17.12Video Wall & Controller

MSI shall provide compliance to technical specifications on letter head of the OEM

Technical Requirements Specifications- Video Wall Product Name- Video Wall Sr. No. Item Minimum Requirement Description Compliance Reference (Document (Yes / No) /Page no) VDWL.REQ.001 Configuration VIDEO WALL CUBES OF 50" DIAGONAL IN A 6 (Column) x 3 (Rows) CONFIGURATION COMPLETE WITH BASE STAND VDWL.REQ.002 Cube & Controller Cube & controller should be from the same manufacturer VDWL.REQ.003 Reputed Company The OEM should be an established multinational in the field of video walls and should have installations around the world

Page 215 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Video Wall Product Name- Video Wall Sr. No. Item Minimum Requirement Description Compliance Reference (Document (Yes / No) /Page no) VDWL.REQ.004 OEM Capability Only those OEM's would be considered who also manufacture the Projection/Optical engine as well apart from the whole cube. Companies claiming to be OEM's but not manufacturing their own Projection/Optical enignes shall not be considered

VDWL.REQ.005 Native Resolution Full HD ( 1920x 1080 ) VDWL.REQ.006 Light Source Type Laser light source with Nichia Laser diodes VDWL.REQ.007 Light Source Type Individual cube should be equipped with multiple laser banks and each laser bank should have an array of diodes. Single or multiple diode failure should not impact image display on the screen VDWL.REQ.008 Brightness of Projection Minimum 2200 lumens engine VDWL.REQ.009 Brightness of Cube Minimum 800 nits and should be adjustable for lower or even higher brightness requirements VDWL.REQ.010 Brightness Uniformity ≥ 98 % VDWL.REQ.011 Dynamic Contrast 1000000:1 or more VDWL.REQ.012 Dust Prevention Should meet or exceed IP6X standard. Certificate to this effect to be furnished from 3rd party Laboratory VDWL.REQ.013 Control IP based control to be provided VDWL.REQ.014 Remote IR remote control should also be provided for quick access VDWL.REQ.015 Screen to Screen Gap ≤ 0.5 mm VDWL.REQ.016 Screen Support Screen should be minimum 3 layers with a Hard Backing to prevent bulging VDWL.REQ.017 Control BD Input terminals Input: 1 x Digital DVI VDWL.REQ.018 Control BD Input terminals Input: 1 x HDMI VDWL.REQ.019 Control BD Input terminals Input: 1 x Display Port VDWL.REQ.020 Control BD Input terminals Input: 1 x HDBase T

Page 216 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Video Wall Product Name- Video Wall Sr. No. Item Minimum Requirement Description Compliance Reference (Document (Yes / No) /Page no) VDWL.REQ.021 Power Supply Dual Redundant and Hot Swappable Power Supply. This should be built inside the cube for fail safe operation. Power supplies extended or kept outside the cube are not acceptable VDWL.REQ.022 Cooling Inside Cube By suitable method. Hazadrous liquids inside the cooling system are not acceptable VDWL.REQ.023 Cube Depth Total Cube depth including screen module should be less than 450 mm or lower VDWL.REQ.024 Monitoring & Management Internal Temperature VDWL.REQ.025 Monitoring & Management Ambient Temperature VDWL.REQ.026 Monitoring & Management Humidity VDWL.REQ.027 Monitoring & Management Brightness VDWL.REQ.028 Monitoring & Management Cooling VDWL.REQ.029 Monitoring & Management Light Source Status VDWL.REQ.030 Monitoring & Management Should be possible to demonstrate these parameter through an active monitoring interface VDWL.REQ.031 Maintenance Access Cube should be accessible from the rear side VDWL.REQ.033 Cube control & Monitoring Videowall should be equipped with a cube control & monitoring system VDWL.REQ.034 Cube control & Monitoring System should be based on Python- Django framework with web browser architecture VDWL.REQ.035 Cube control & Monitoring Should be able to control & monitor individual cube , multiple cubes and multiple video walls VDWL.REQ.036 Cube control & Monitoring Provide videowall status including Source , light source ,temperature, fan and power information VDWL.REQ.037 Cube control & Monitoring Should provide a virtual remote on the screen to control the videowall

Page 217 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Video Wall Product Name- Video Wall Sr. No. Item Minimum Requirement Description Compliance Reference (Document (Yes / No) /Page no) VDWL.REQ.038 Cube control & Monitoring Input sources can be scheduled in " daily", "periodically" or "sequentially" mode per user convenience VDWL.REQ.039 Cube control & Monitoring System should have a quick monitor area to access critical functions of the videowall VDWL.REQ.040 Cube control & Monitoring User should be able to add or delete critical functions from quick monitor area VDWL.REQ.041 Cube control & Monitoring Automatically launch alerts, warnings, error popup windows in case there is an error in the system VDWL.REQ.042 Cube control & Monitoring User should be able to define the error messages as informational, serious or warning messages VDWL.REQ.043 Cube control & Monitoring Automatically notify the error to the administrator or user through a pop up window and email VDWL.REQ.044 Cube control & Monitoring Status log file should be downloadable in CSV format as per user convenience VDWL.REQ.046 CONTROLLER Architecture The Controller should be able to make all the 18 cubes behave as one logical area. It should be possible to display any or all the inputs on the video wall in any desired configuration. Should be possible to increase the no.of inputs if desired at a later stage

VDWL.REQ.047 Architecture Should be based on Server architecture VDWL.REQ.048 Operating System Windows 7 or higher -64 bit VDWL.REQ.049 RAM 16GB or higher VDWL.REQ.050 HDD 500 GB or higher VDWL.REQ.051 RAID RAID should be provided VDWL.REQ.052 Chip Intel Xeon or better VDWL.REQ.053 Power Supply Dual Redundant Power Supply VDWL.REQ.054 Outputs 18 DP/DVI outputs to the cubes

Page 218 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Video Wall Product Name- Video Wall Sr. No. Item Minimum Requirement Description Compliance Reference (Document (Yes / No) /Page no) VDWL.REQ.055 Inputs 10 DVI Inputs, Dual LAN VDWL.REQ.056 Chassis 19" rack mount industrial chassis VDWL.REQ.057 Unix/Linux Emulation Should be possible to display images from Unix/Linux workstation VDWL.REQ.058 Wall Management Software Software to be provided to manage the layout on the display VDWL.REQ.059 Wall management SW VDWL.REQ.060 Scaling and display Software enable user to display, multiple sources up to any size and anywhere on the display wall. VDWL.REQ.061 Interface RS232 & TCP/IP support should be available for other interfaces VDWL.REQ.062 Remote Control Video Wall can be controlled by Remote PC through LAN VDWL.REQ.063 Auto Source Detection Software should support for auto source detection VDWL.REQ.064 Layout Management Should support for Video, RGB, DVI, ,Internet Explorer, Desktop Application and Remote Desktop Monitoring Layouts VDWL.REQ.065 Scenarios Software should able to Save and Load desktop layouts from Local or remote machines VDWL.REQ.066 Layout Scheduler All the Layouts can be scheduled as per user convenience VDWL.REQ.067 Layout Scheduler Software should support auto launch of Layouts according to specified time event by user VDWL.REQ.068 Launch Application Software should able to Support VDWL.REQ.069 Integration with other system can able to work with 3rd party touch interfaces Interface VDWL.REQ.070 User friendly Software should be user friendly

Page 219 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

11.17.13S-NOC UPS

MSI shall provide compliance to technical specifications on letter head of the OEM

Technical Requirements Specifications- S-NOC UPS (60 KVA) Product Name- S-NOC UPS (60 KVA) Sr. No. Item Minimum Requirement Description Compliance Reference (Yes / No) (Document /Page no) UPS60.REQ.001 Technology Each 60 KVA Online UPS shall have Modular design UPS60.REQ.002 Technology True On-line, double conversion type UPS60.REQ.003 Input Source Mains/Local DG Set Compatibility UPS60.REQ.004 Input Voltage 415 VAC 3 phase, 4 wires UPS60.REQ.005 Input Voltage Tolerance 315 to 475 VAC UPS60.REQ.006 Input Frequency 50 Hz UPS60.REQ.007 Input Frequency Tolerance 45 HZ TO 55 HZ UPS60.REQ.008 Input Power Factor at >0.99 nominal voltage and full load UPS60.REQ.009 Total Harmonic Distortion < 3% for non-linear load at 100% Non-Linear Load UPS60.REQ.010 Output Voltage 415 VAC 3 phase, 4 wires UPS60.REQ.011 Output Voltage Regulation ± 1% for 100% static load, ± 1% for 100% balanced load, ± 1% for 100% un- balanced load. THDU < 3% between Phase to Neutral for 100% non-linear load UPS60.REQ.012 Output Power Factor 0.8 or higher UPS60.REQ.013 Over Load Rating 125% for 10 minutes 150% for 60 seconds UPS60.REQ.014 Inverter Efficiency > 92% UPS60.REQ.015 Overall efficiency > 94% (Eco mode efficiency shall be 97%) UPS60.REQ.016 Static Bypass switch A Built-in static transfer switch shall be provided as an integral part of the UPS. The Static switch shall be a bi-directional naturally committed high-speed static (SCR type) device rated to carry full load current continuously.

Page 220 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- S-NOC UPS (60 KVA) Product Name- S-NOC UPS (60 KVA) Sr. No. Item Minimum Requirement Description Compliance Reference (Yes / No) (Document /Page no) UPS60.REQ.017 Manual Bypass switch The UPS should have a Built-in Maintenance Bypass Isolator to directly connect the load to the input AC power source, bypassing the rectifier, inverter and static transfer switch. UPS60.REQ.018 Battery type Sealed Maintenance Free with a separate Battery Rack UPS60.REQ.019 Backup Approx 60 minutes backup on full load (Min VAH = 96000) of 60kva with each UPS UPS60.REQ.020 Battery management The UPS should have Battery Management feature for: UPS60.REQ.021 Battery management Periodic Battery Test UPS60.REQ.022 Battery management Controlling Charging Time and Current UPS60.REQ.023 Battery management Increase in Battery Life UPS60.REQ.024 Battery management Protection : Battery low Cut-off without draining current UPS60.REQ.025 Battery management Charger capacity shall be min. 10% of the Ah of the battery being offered UPS60.REQ.026 LCD Panel & LED The UPS should have LCD panel for measuring Output voltages, Output indications currents and Frequency, Battery Voltage/Amp, display status of the battery capacity and backup time left and event logging (record 500 event, built-in SRAM). LED indicators for operation in Normal / Battery / Bypass / Fault

UPS60.REQ.027 Interface RS232 interface to be provided. Total six programmable dry contact outputs & two smart slots UPS60.REQ.028 Power Management The UPS should have Power management software and interface cable, Software providing complete power monitoring and control capabilities to system administrators. UPS60.REQ.029 SNMP Card Should come with an SNMP Card for connecting UPS to Ethernet LAN to monitor and manage the UPS with a standard Web browser UPS60.REQ.030 Synchronization The UPS should come with hardware/software required to provide Synchronization capability between the outputs of two or more independent UPS systems.

Page 221 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- S-NOC UPS (60 KVA) Product Name- S-NOC UPS (60 KVA) Sr. No. Item Minimum Requirement Description Compliance Reference (Yes / No) (Document /Page no) UPS60.REQ.031 Protection(MCB) Input Protection Circuit Breaker; Bypass Input Protection Circuit Breaker; Manual Bypass Protection Circuit; Output Protection Circuit Breaker UPS60.REQ.032 Compliance CE Certificate - EN 62040-1-2 UPS60.REQ.033 Compliance - EN 62040-2 Class A UPS60.REQ.034 Compliance - IEC 61000-4-2 Level 4 UPS60.REQ.035 Compliance - IEC 61000-4-3 Level 3 UPS60.REQ.036 Compliance - IEC 61000-4-4 Level 4 UPS60.REQ.037 Compliance - IEC 61000-4-5 Level 4 UPS60.REQ.038 Compliance - IEC 61000-4-6 UPS60.REQ.039 Dimension (w x d x h) in To be furnished by the vendor mm

11.17.14Rack 42 U MSI shall provide compliance to technical specifications on letter head of the OEM

Technical Requirements Specifications- Rack (42U) Product Name- Rack (42U) Sr. No. Item Minimum Requirement Description Compliance Reference (Yes / No) (Document /Page no) RK42.REQ.001 Form Factor 42 U Rack (minimum 800 * 1000) RK42.REQ.002 General Floor Mount Rack with Caster wheels - 42U with Heavy Duty Extruded Aluminum Frame for rigidity. Top cover with FHU provision. Top & Bottom cover with cable entry gland plates. Heavy Duty Top and Bottom frame of MS. Two pairs of 19" mounting angles with 'U' marking. Depth support channels - 3 pairs RK42.REQ.003 General Front and Back doors should be perforated

Page 222 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Rack (42U) Product Name- Rack (42U) Sr. No. Item Minimum Requirement Description Compliance Reference (Yes / No) (Document /Page no) RK42.REQ.004 General All racks should have mounting hardware 2 Packs, Blanking Panel. RK42.REQ.005 General All racks must be lockable on all sides with unique key for each rack RK42.REQ.006 General Racks should have Rear Cable Management channels, Roof and base cable access RK42.REQ.007 Wire Managers Two vertical and four horizontal RK42.REQ.008 Power Power Distribution Unit (2 per rack) - Vertically Mounted, 32AMPs with 25 Power Outputs. (20 Power outs of IEC 320 C13 Sockets & 5 Power outs of 5/13Amp Sockets), Electronically controlled circuits for Surge & Spike protection, LED readout for the total current being drawn from the channel, 32AMPS MCB, 3KVAC isolated input to Ground & Output to Ground RK42.REQ.009 Door The racks must have steel (solid / grill / mesh) front / rear doors and side panels. Racks should NOT have glass doors / panels. RK42.REQ.010 Door Both the front and rear doors should be designed with quick release hinges allowing for quick and easy detachment without the use of tools. RK42.REQ.011 Fan trays Fan 90CFM 230V AC, 4" dia (4 Nos. per Rack) RK42.REQ.012 Fan trays Fan Housing Unit 4 Fan Position (Top Mounted) (1 no. per Rack) - Monitored - Thermostat based - The Fans should switch on based on the Temperature within the rack. The temperature setting should be factory settable. This unit should also include - humidity & temperature sensor RK42.REQ.013 Side Panel Detachable side panels (set of 2 per Rack)

Page 223 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

11.17.15Rack 6U

MSI shall provide compliance to technical specifications on letter head of the OEM

Technical Requirements Specifications- Rack (6U - Wall Mount) Product Name- Rack (6U) Sr. No. Item Minimum Requirement Description Compliance Reference (Yes / No) (Document /Page no) RK6.REQ.001 General Requirements 6U 19" wall mount rack 600W/500mmD, Front glass door with lock & key Bolted construction, Top and Bottom Cable entry provision, Maximum load carrying capacity of 40Kg. RK6.REQ.002 Accessories Cooling Fan 230v,90cfm, Power strip (6 x 5A), Cable manger 1u 19”Cantilever Shelf 1U 19” mtg, CKD type completely knock down condition

11.17.16Block UPS (6KVA)

MSI shall provide compliance to technical specifications on letter head of the OEM

Technical Requirements Specifications- Block UPS (6 KVA) Product Name- Block UPS (6 KVA) Sr. No. Item Minimum Requirement Description Compliance Reference (Yes / No) (Document /Page no) UPS.REQ.001 Capacity (in kVA / kW) 6kVA/6kWA ; 1-Phase Input / 1-Phase Output UPS.REQ.003 Online Double Conversion True Online configuration with double conversion UPS & Zero transfer time. UPS.REQ.005 Auto Restart & Battery Independent Auto restart capability with the Independent battery bank operation of the UPS. UPS.REQ.006 Designed Power Factor 1 UPS should be designed at Rated PF of 1 i.e. kVA=kW UPS rating. UPS.REQ.007 Generator & Cold start compatibility Generator compatibility with cold start and AC start features. UPS.REQ.008 Fully Rated Power (kVA=kW) Fully rated power (kVA=kW) for maximum power availability.

Page 224 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Block UPS (6 KVA) Product Name- Block UPS (6 KVA) Sr. No. Item Minimum Requirement Description Compliance Reference (Yes / No) (Document /Page no) UPS.REQ.010 PFC & Inverter Based Technology UPS should have topology for both PFC (power factor correction) & inverter based technology. UPS.REQ.014 Input facility -Phases / Wires Single-Phase / 2-Wire & Gnd (1Phase & Neutral + Ground) UPS.REQ.015 Nominal Voltage 200/208/220/230/240 VAC UPS.REQ.016 Nominal Voltage Range 100Vac~280 VAC (45% load) UPS.REQ.017 Nominal Input Frequency 50/60Hz ± 10Hz (Auto Selectable) UPS.REQ.018 Input Frequency Range 40 to 70 Hz UPS.REQ.019 Input Power Factor > 0.99(full load) UPS.REQ.020 Generator Compatibility Compatibility to genset supply required UPS.REQ.021 Input Protection Should be provided at the input of the UPS suitable for the full rated capacity of the UPS. UPS.REQ.023 Nominal Output voltage 230/240 VAC UPS.REQ.024 Output Voltage Regulation ± 1% for linear load UPS.REQ.025 Nominal Output Frequency 50/60Hz ±0.05 Hz UPS.REQ.026 Output Frequency Regulation ± 0.1Hz UPS.REQ.027 Output Frequency Slew Rate < 1Hz/sec UPS.REQ.028 Output Wave Form Pure sine wave UPS.REQ.029 Output Voltage Distortion (THDu) < 3% for linear load. UPS.REQ.031 Output Short circuit Protection Electronic Protection UPS.REQ.033 Transient Response: Dynamic ±10% Regulation for 10% to 90% step linear load

Page 225 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Block UPS (6 KVA) Product Name- Block UPS (6 KVA) Sr. No. Item Minimum Requirement Description Compliance Reference (Yes / No) (Document /Page no) UPS.REQ.034 Transient Recovery to steady state <80ms condition after 10% to 90% step linear load UPS.REQ.036 Transfer Time (Mode of operation) Zero ms from Mains mode to Battery Mode Zero ms from Battery Mode to Mains mode UPS.REQ.038 Automatic Bypass switch UPS should be capable of automatic change. UPS.REQ.040 Overall Efficiency (AC to AC) - Online Online Mode 95% (Double Conversion) UPS.REQ.043 Inverter Overload capacity <105%for Continuous,<105~<125for 2Min,<125~<150for 30Sec UPS.REQ.047 Indications (LED) Green & Red (For output & Fault) UPS.REQ.048 Setable data through (LCD) Inverter Voltage ,Inverter Frequency, Frequency converter, ECO Mode, Overload alarm, Buzzer, Charging current, Battery Capacity, Battery String & Parallel ID UPS.REQ.050 Audible Alarms Replace Battery, Overload warning & shut down, High Temp, Low Battery, High Temp warning & shutdown UPS.REQ.052 Backup Required Approx. 60 min - Min VAH = 10000 UPS.REQ.053 Battery Bank Voltage 192 - 264 VDC (Variance shall be possible at site) UPS.REQ.054 Batteries Type Sealed Maintenance Free (SMF) - 12V Cells ,VRLA,GEL UPS.REQ.056 Number of Battery Banks Single Bank system. UPS.REQ.057 Minimum Charger Rating (Including The charger should be able to deliver charging current equivalent to 10% internal / external) of Battery Ah rating offered.(In case of external chargers, suitable monitoring of the chargers should be provided in the UPS. Also all external chargers taking AC input must have PFC - Power factor correction)

UPS.REQ.058 Charger type / Charging Method & Float Cum Boost Voltage Solid state SMPS charger Charging Voltages

Page 226 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Block UPS (6 KVA) Product Name- Block UPS (6 KVA) Sr. No. Item Minimum Requirement Description Compliance Reference (Yes / No) (Document /Page no) UPS.REQ.059 Battery Housing (Vendor to provide Should be compact and space saving MS steel open racks complete with the GA drawings of the offered interconnectors Battery Rack) UPS.REQ.060 Interfaces UPS.REQ.061 Serial Communication RS232 Port RS232 Port should be provided as standard in the UPS. UPS.REQ.062 USB port available There should be provision for USB port also in the UPS. UPS.REQ.063 REPO port available There should be provision for REPO port also in the UPS. UPS.REQ.064 Restart / Testing Capability UPS.REQ.065 Cold Start UPS should start up On AC Supply (Mains) without DC Supply (Batteries) On DC Supply (Batteries) without AC Supply (Mains) UPS.REQ.066 Automatic Restart UPS should start up automatically on mains resumption after battery low shutdown UPS.REQ.067 Self Diagnosis UPS should be capable to carry out self test of Rectifier / Charger /Battery & Inverter module during start-up UPS.REQ.069 Normal Operating Temperature 0 to 40 deg C UPS.REQ.070 Storage Temperature -15 to 50 deg C UPS.REQ.071 Operating Humidity 5% ~ 95%RH (No Condensing) UPS.REQ.073 Type of Cooling Forced Air UPS.REQ.074 Noise Level should reduce with Load < 50 dbA at 1 meter distance (Mandatory) UPS.REQ.075 Form Factor Tower mountable UPS.REQ.076 Air Filters UPS should have internal anticorrosion air filters for dust filtration. UPS.REQ.079 Reliability MTBF greater than 100000 hours

Page 227 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Technical Requirements Specifications- Block UPS (6 KVA) Product Name- Block UPS (6 KVA) Sr. No. Item Minimum Requirement Description Compliance Reference (Yes / No) (Document /Page no) UPS.REQ.080 Packaging Material / Vibration Recyclable (No CFC) & Withstand & Drop Test 1. Vibration testing as per ISTA -1G Non-operational with Packing UPS.REQ.081 Grounding UPS should have grounding arrangement. UPS.REQ.083 Manufacturer QMS: As per ISO 9001: 2008 EMS: As per ISO 14001: 2004

Page 228 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

11.17.17 Technical Specification for OFC & Accessories

SECTION-A TECHNICAL SPECIFICATIONS: TECHNICAL SPECIFICATIONS: GENERIC REQUIREMENT FOR 48F METAL FREE RIBBON OPTICAL FIBRE CABLE WITH DOUBLE HDPE SHEATH (G.652.D Fibre)

1. This section consists of detailed Technical Specifications of 48F Metal free ribbon Optical Fibre Cable items and Standards of sub-items. A details about the specifications of OF Cable.

Specification for Raw Material used in 2. GR No. TEC/GR/TX/ORM-01/04 SEP.09 manufacturing of OF Cables. Tools for installation & Operating the OFC & 3. GR No. GR/OFT-01/03. APR 2006 for assembly of the OF Splice Closures.

4. GR No. G/CBD-01/02. NOV 94 Drum specifications for Cable ends.

5.OTHER STANDARDS (EIA/IEC/Bell Core/CISPR/ISO etc.)

5.1 ITU-T G.652D ITU-T Recommendations GR-20-CORE Issue4, 2013 Generic Requirement for Optical Fibre 5.2 Cable (Bell Core) IEC 811-5-1, IEC 794-1-2-E1 Test Methods for Optical Fibres IEC 794-1-2-E2, IEC 794-1-2-E3 IEC 794-1-2-E4, IEC 794-1-2-E7, IEC 794-1-2-E10, IEC 794-1-E11 IEC 794-1-2-F1, IEC 794-1-2-F3, 5.3 IEC 794-1-2-F5, IEC 60793-1-30, IEC 60793-1-31, IEC 60793-1-32, IEC 60793-1-33, IEC 60793-1-34 IEC 60793-1-47, IEC 60793-1-51, IEC 60793-1-52, IEC-60793-1-53 IEC -60793-2-50 5.4 EIA 598-C Colour Standard EIA 455-104, EIA/TIA-455-181, EIA/TIA-455- Test Method for Optical Fibre 5.5 73 ISO 175, ISO 9001-2000 5.6 Test Methods for Optical Fibres International Quality Management System FOTP-89, FOTP-181 Test Methods 5.7

ASTM D-566, ASTM D-790 Test Methods 5.8 ASTM D-1248, ASTM D-4565

Page 229 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

SECTION-B

DETAILED TECHNICAL SPECIFICATIONS / REQUIREMENTS FOR 48F METAL FREE RIBBON OPTICAL FIBRE CABLE WITH DOUBLE HDPE SHEATH (G.652D Fibre)

1. Introduction:

This document describes the generic requirements of Metal free Ribbon Optical fibre cable (Non-Nylon Ribbon type) for underground installation in ducts. The cable shall have double HDPE jacketing anti-termite & anti-rodent (Optional) with glass yarn in between as reinforcement. The optical fibre cable shall be suitably protected for the ingress of moisture by WS yarn and WS tape. The raw material used in the cable shall meet the requirements of the GR for raw materials (GR No. TEC/GR/TX/ORM-01/04 SEP-09).

2. Functional Requirement:

2.1 The design and construction of Optical fibre cable shall be inherently robust and rigid under all conditions of installation, operation, adjustment, replacement, storage and transport.

2.2 The Ribbon Optical fibre cable shall be able to work in a saline atmosphere in coastal areas and should be protected against corrosion.

2.3 Life of cable shall be at least 25 years. Necessary statistical calculations shall be submitted by the manufacturer, based upon life of the fibre and other component parts of the cable. The cable shall meet the cable aging test requirement.

2.4 It shall be possible to operate and handle the Ribbon Optical fibre cable with tools as per GR No. GR/OFT-01/03 APR 2006 and subsequent amendment, if any. If any special tool is required for operating and handling the optical fibre cable the same shall be provided along with the cable.

2.5 The Optical fibre cable supplied shall be suitable and compatible to match with the dimensions, fixing, terminating & splicing arrangement of the splice closure. The cable supplied shall also meet other requirement of splice closure (GR No. TEC/GR/TX/OJC- 002/03/APR-2010) and subsequent amendments, if any.

2.6 The manufacturer shall submit an undertaking that the optical and mechanical fibre characteristics shall not change during the of the cable against the manufacturing defects.

2.7 It is mandatory that the Optical fibre cable supplied in a particular route is manufactured from a single source of optical fibres.

2.8 The Optical fibre cable shall be manufactured so as to protect the cable from rodent and termite.

Page 230 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

3. Technical Requirements of Optical Fibres:

Single Mode Optical Fibre used in manufacturing optical fibre cables shall be as per ITU-T Rec.G.652.D. The specifications of optical fibres are mentioned below:

Type of fibre: Single mode (Section -I of (Wavelength band optimized nominal 1310 nm) the GR No. TEC/GR/TX/ORM- 3.1 01/04/SEP-09 and subsequent amendments, if any) Geometrical 3.2 Characteristics:

3.2.1 MFD 8.8-9.8 µm 3.2.2 Cladding Diameter 125 µm ± 1.0 µm 3.2.3 Cladding Non-circularity < 1% 3.2.4 Core Clad concentricity error ≤ 0.6 µm Diameter over primary coated with double UV cured 245 µm ± 10 µm 3.2.5 acrylate. (Shall be measured on uncoloured fibre)

Note: The thickness of colour coating may be over and above the values specified above, if the manufacturer adopts separate UV cured colouring process (to colour the un coloured fibres) other than the on line integrated colouring process (of secondary layer of primary coating) of the fibres, during fibre manufacturing.

3.2.6 Coating / Cladding Concentricity ≤12µm 3.3 Transmission Characteristics: 3.3.1 Attenuation: a) Fibre attenuation before Cabling i) At 1310 nm ≤ 0.34 dB/Km ii) Between 1285 to 1380 nm ≤ 0.37 dB/Km iii) Between 1390 to 1525 nm ≤ Value at 1310nm iv) At 1550 nm ≤ 0.21 dB/Km V) Between 1525 to 1625 nm ≤ 0.24 dB/Km b) Water Peak Attenuation before cabling ≤ Value at 1310nm Between 1380-1390nm

Note: 1. Attenuation in the band 1380-1390nm shall be checked at every 2nm after Hydrogen ageing as per IEC 60793-2-50. Hydrogen ageing test is to be carried out by CACT, Bangalore or any other recognized laboratory for type test.

2. Sudden irregularity in attenuation shall be less than 0.1 dB 3. The spectral attenuation shall be measured on un-cabled fibre.

4. The Spectral attenuation in the 1250 nm–1625 nm band shall be measured at an interval of 10nm and the test results shall be submitted.

Page 231 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

c) Fibre attenuation after cabling i) At 1310 nm ≤ 0.36 dB/km ii) At 1550 nm ≤ 0.23 dB/Km iii) At 1625 nm ≤ 0.26 dB/Km

3.3.2 Dispersion: a) Total Dispersion i) In 1285-1330 nm band ≤ 3.5 ps/nm.km ii) In 1270-1340 nm band ≤ 5.3 ps/nm. Km iii) At 1550 nm ≤ 18.0 ps/nm. Km iv) At 1625 nm ≤ 22.0 ps/nm. Km

Note: The dispersion in the 1250 nm–1625 nm band shall be measured on un-cabled fibre at an interval of10nm and the test results shall be submitted.

b) Polarization mode dispersion at 1310 & 1550 nm i) Fibre ≤0.2 ps/√km ii) Cabled Fibre ≤0.3 ps/√'km

Note: Measurement on un-cabled fibre may be used to generate cabled fibre statistics and correlation established.

c) Zero Dispersion Slope ≤ 0.092 ps/(nm2 Km) ii) Zero dispersion wave length range 1300 -1324 nm

Cut off wavelength for fibres used in cables 1320 nm Max. 3.3.3

Note: The above cut off wavelength is w.r.t. 2M sample length of fibre.

Cable Cut off wavelength 1260nm Max. 3.3.4

3.4 Mechanical Characteristics: Proof test for minimum strain level (Test method 1% 3.4.1 IEC–60793-1– 30) Peak Stripability force to remove primary N coating 1.3 ≤ F ≤ 8.9 3.4.2 of the fibre. (Test method IEC–60793-1-32)

Note: The force required to remove 30 mm ± 3 mm of the fibre coating shall not exceed 8.9 N and shall not be less than 1.3 N.

Page 232 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

3.4.3 Dynamic Tensile Strength (Test method IEC–60793-1-31) a) Un-aged ≥ 550 KPSI (3.80 GPa) b) Aged ≥ 440 KPSI (3.00 GPa) 3.4.4 Dynamic Fatigue (Test method IEC- 60793 - 1-33) ≥ 20

3.4.5 Static Fatigue (Test method IEC- 60793 - 1-33) ≥ 20

3.4.6 Fibre Macro bend (Test method FOTP– 62/ IEC- 60793-1-47) a) Change in attenuation when fibre is coiled with ≤ 0.05 dB at 1550nm

100 turns on 30 ± 1.0 mm radius mandrel ≤ 0.5 dB at 1625nm b) Change in attenuation when fibre is coiled with ≤ 0.5 dB at 1550nm

1 turn around 32 ± 0.5 mm diameter mandrel ≤ 1.0 dB at 1625nm

3.4.7 Fibre Curl (Test method as per IEC 60793-1-34) ≥ 4 meters radius of curvature

3.5 Material Properties: 3.5.1 Fibre Materials: a) The substances of which the fibres are made To be indicated by the manufacturer b) Protective material requirement: The physical and chemical properties of the material It shall meet the requirement of fibre i) used for the fibre primary coating Coating and for single jacket fibre Stripping force as per clause No. 3.4.2 ii)

The best way of removing protective coating To be indicated by the manufacturer material. Group refractive Index of fibre To be indicated by the manufacturer c)

.6 Environmental Characteristic of Fibre (Type test): 3.6.1 Operating Temperature (Test Method IEC – 60793 – 1-52) Temperature Dependence of Attenuation - 60°C to +85°C

Induced Attenuation at 1550 nm at -60°C to +85° C ≤ 0.05 dB/km

Temperature – Humidity Cycling (Test method /EIA/TIA-455-73) 3.6.2 Induced Attenuation at 1550 nm at -10°C to +85°C ≤ 0.05 dB/km and 95% relative humidity

Water Immersion 23°C (Test method IEC- 60793 – 1 -53) 3.6.3 Induced Attenuation at 1550 nm due to Water ≤ 0.05 dB/km Immersion at 23+- 2°C 3.6.4 Accelerated Aging (Temperature ) 85°C (Test method IEC- 60793 – 1- 51)

Page 233 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Induced Attenuation at 1550 nm due to Temperature ≤ 0.05 dB/km Aging at 85 +- 2°C

3.6.5 Retention of Coating Color (Test method IEC- 60793 – 1 - 51) Coated Fibre shall show no discernible change in color,30 days at 85°C with 95° Humidity and then when aged for relative humidity 20 days in 85°C dry heat

3.7 Colour Qualification and Primary coating Test: 3.7.1 Colour Qualification Test: a) MEK Rub Test ( Methyle Ethyl Ketone Test):

To be tested by using soaked (Solvent) tissue paper for ten strokes unidirectional on 10 cm length of fibre. No colour traces shall be observed on the tissue paper after testing. b) Water immersion Test (Type Test):

To be tested for coloured fibre for 30 days. After the test Colour qualification, Attenuation measurement & Strippability test are to be taken. 3.7.2 Primary coating Test: a) Fourier Transform Infrared Spectroscopy (FTIR) Test:

To be tested to check the curing level of coating on the surface of natural fibre. The curing level shall be better than 90%. b) Adhesion Test: To be tested by using soaked (Solvent) tissue paper for ten strokes unidirectional on 10 cm length of fibre. No coating shall be observed on the tissue paper after testing. 3.8 Ribbon Structure: 3.8.1 A group of primary coated fibres shall be arranged in ribbon structure. The fibres in the structure shall be parallel and shall not cross over each other along the entire length of the ribbon. The dimensions of 6 fibres ribbon shall be as per the Bell Core document no. GR-20-Core issue 4, 2013 with latest version and as given below:

Page 234 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

3.8.2 Ribbon Dimensions: The maximum dimensions of fibre ribbon shall be as follows and the cross section geometry of the fibre ribbon shall be as shown in the following figure

3.8.3 Ribbon Material: The ribbon shall be manufactured using single mode optical fibres coloured with UV cured resin and the ribbon shall be encapsulated with a further layer of UV cured acrylate. The fibres and the ribbons shall confirm to the colour requirement as per clause no. 4.4 of this GR. 3.8.4 Ribbon mechanical properties:-

3.8.4.1 Ribbon Macro-bend Change in attenuation when wrapped on a 60 mm ≤ 0.05 dB diameter mandrel for100 turns at 1310 & 1550 nm 3.8.4.2 Ribbon Compression Resistance Change in attenuation when subjected to a compressive load of 500 ≤ 0.05 dB N at 1310nm & at 1550nm. 3.8.4.3 Ribbon Torsion Resistance Change in attenuation (At 1310 nm & 1550 nm) ≤ 0.05 dB

3.9 Ribbon Optical Fibre Cable Construction Specifications for Dry core which will be procured through this tender:

General: The Metal Free optical fibre cable shall be designed to the parameters mentioned in Section-C. The manufacturer shall submit designed calculations and the same shall be studied and checked.

Page 235 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

TYPICAL STRUCTURAL DRAWING FOR 48 FIBRE OF DRY CORE CABLE

3.9.1 Secondary Protection: The primary coated Ribbon fibres may be protected by loose packaging within tube, which shall be filled with thixotropic jelly. The dimensions of tube shall be as per Section- C.

3.9.2 Number of fibres in cable: 48 a. Number of fibres per ribbon Six (6) Fibres a. The number of ribbons per loose tube in ribbon optical fibre cable shall be as follows:

Sl. No. No. of Fibres Multi Loose type 4 tubes and 1 Filler a. 48 Fibres 2 ribbon per tube (Type approval for a cable shall be issued depending on the no. of fibres in the cable) 3.9.3 Strength Member: 3.9.3.1 Solid FRP non - metallic strength member shall be used in the center of the cable core. The strength member in the cable shall be for strength and flexibility of the cable and shall have anti buckling properties. The FRP shall keep the fibre strain within permissible values. The size of FRP shall be as per Section-C. 3.9.3.2 Impregnated Glass Fibre Reinforcement are used to achieve the required tensile strength of the optic fibre cables over the cable inner sheath to provide peripheral reinforcement along with Solid Rigid FRP Rod in the centre at cable core. These flexible strength members shall be Non- water blocking type. The use of Solid Rigid FRP Rod(s) is mandatory in Optical Fibre cable design. Impregnated Glass Fibre Reinforcement used shall be equally distributed over the periphery of the cable inner sheath. It shall be applied helically and shall provide full coverage to inner sheath to provide rodent protection. The quantity of the Impregnated Glass fibre Reinforcement used per km length of the cable along with its dimensions shall be as per Section-C. The specification of the glass roving shall be as per Section XII of GR No. TEC/GR/TX/ORM-01/04 SEP.09 and as per other details given in the Section-C.

Page 236 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

3.9.4 Cable Core Assembly: Primary coated fibres in loose tubes stranded together around a central strength member using helical or reverse lay techniques shall form the cable core. The dimensions of FRP and stranding pitch shall be as per Section-C. 3.9.5 Core Wrapping: The main cable core containing Ribbon fibres shall be wrapped by a layer / layers of Water Swellable tape. The nylon/polyester binder tape/thread/PP tape shall be used to hold the tape, if required. The core wrapping shall not adhere to the secondary fibre coating and shall not leave any kink marks over the loose tube. 3.9.6 Moisture barrier (protection):. The main cable core (containing loose tubes stranded around central strength member) shall be protected by water swellable yarns over FRP (central strength member) and by a layer of water swellable tape. 3.9.7 Filling compound: The filling compound used in the loose tube shall be compatible to fibre, secondary protection of fibre, core wrapping and other component part of the cable. The drip point shall not be lower than +70°C. The fibre movement shall not be constrained by stickiness & shall be removable easily for splicing. Reference test method to measure drop point shall be as per ASTM D 566. The thixotropic filling compound (jelly) shall be as per the GR No. TEC/GR/TX/ORM-01/04/SEP-09 and subsequent amendment issued, if any. 3.9.8 Inner Sheath: A non-metallic moisture barrier sheath may be applied over and above the cable core. The core shall be covered with tough weather resistant High Density Polyethylene (HDPE) sheath, black in colour (UV Stabilized) and colour shall confirm to Munsell colour standards. Thickness of the sheath shall be uniform & shall not be less than 0.9 mm. The sheath shall be circular, smooth, free from pin holes, joints, mended pieces and other defects. Reference test method to measure thickness shall be as per IEC 189 para 2.2.1 and para 2.2.2. Note: HDPE material, black in colour, from the finished cable shall be subjected to following tests (on sample basis) and shall confirm to the requirement of the material as per GR No. TEC/GR/TX/ORM-01/04 SEP.09. i) Density ii) Melt flow index iii) Oxidative Induction time iv) Carbon black content v) Carbon black dispersion vi) ESCR vii) Moisture content viii) Tensile strength and elongation at break 3.9.9 Glass Reinforcement: Impregnated Glass Fibre Reinforcement are used to achieve the required tensile strength of the optic fibre cables over the cable inner sheath to provide peripheral reinforcement along with Solid Rigid FRP Rod in the centre at cable core. These flexible strength members shall be Non-water blocking type. The use of Solid Rigid FRP Rod(s) is mandatory in Optical Fibre cable design. Impregnated Colour Coated Glass Fibre Reinforcement used shall be equally distributed over the periphery of the cable inner sheath. It shall be applied helically and shall provide full coverage to inner sheath to provide rodent protection. The quantity of the Impregnated Glass fibre Reinforcement used per km length of the cable along with its dimensions shall be as per Section-C. The specification of the glass roving shall be as per Section XII of GR No. TEC/GR/TX/ORM-01/04 SEP.09 and as per other details given in the Section-C. 3.9.10 Outer Sheath: A non-metallic moisture barrier sheath (black in colour) shall be applied over the inner sheath, which shall consist of tough weather resistant made High Density Polyethylene compound (HDPE) which is Anti-termite. The outer sheath shall be UV stabilized and the colour shall confirm to Munsell colour standards. The thickness of the outer sheath shall not be less than 1.5 mm .The outer sheath shall be uniform, circular, smooth, free from pin holes, joints mended

Page 237 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

pieces and other defects The reference test method to measure thickness shall be as per IEC 811- 5-1. Note: HDPE material from finished product shall be subjected to following tests (on sample basis) and shall confirm to the requirement of the material as per the GR no. TEC/GR/TX/ORM- 01/04/SEP-09 (Section-D): i) Density ii) Melt flow index iii) Oxidative Induction time iv) Carbon black content v) Carbon black dispersion vi) ESCR vii) Moisture content viii) Tensile strength and elongation at break Note: The outer jacket of HDPE shall be able to protect the cable from attack by termites. Manufacturer shall provide the details of doping material used and same shall be verified during bulk testing. The outer sheath shall be termite protected. The surface of the sheath shall be smooth and free of defects such as cracks, blisters, etc. The cable shall be rodent protected. As specified in various clauses of the Technical specifications of the OF cable, it is to be clarified that the HDPE Outer Jacket shall be anti-termite with/without dopants. Addition of dopants for anti- rodent property is optional. The tests as per clause 4.28 shall be carried out as applicable. 3.9.11 Cable diameter: The finished cable diameter shall be as per Section-C 3.9.12 Cable Weight: The nominal cable weight shall be as per Section-C. 3.9.13 RIP Cord: a) Four suitable ripcords shall be provided in the cable, which shall be used to open the both HDPE sheath of the cable. Two ripcords shall be placed diametrically opposite to the each other at below the outer Jacket & two ripcords shall be placed at below inner sheath. It shall be capable of consistently slitting the sheath without breaking for a length of 1meter at the installation temperature. The ripcords (3ply & twisted for outer sheath and suitable ripcord for inner sheath) shall be properly waxed to avoid wicking action and shall not work as water carrier. b) The ripcords used in the cable shall be readily distinguishable from any other components utilized in the cable construction. 4. Mechanical Characteristics and Tests on Optical Fibre Cable:

(Note: All observations are to be taken at 1550nm wavelengths. Change in attenuation value at 1550nm to be taken after conducting all mechanical tests.) 4.1 Tensile strength Test: Objective: This measuring method applies to optical fibre cables which are tested at a particular tensile strength in order to examine the behaviour of the attenuation as a function of the load on a cable which may occur during installation. Method: IEC 60794-1-2-E1. Test Specs : The cable shall have sufficient strength to withstand a load of value T(N) = 3000 Newton . The load shall be sustained for 10 minutes and the strain of the fibre monitored. Requirement: The load shall not produce a strain exceeding 0.25% in the fibre and shall not cause any permanent physical and optical damage to any component of the cable. The attenuation shall be noted before strain and after the release of strain. The change in attenuation of each fibre after the test shall be ≤ 0.05 dB both for 1310 nm and 1550 nm wavelength.

Page 238 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

4.2 Abrasion Test: Objective: To test the abrasion resistance of the sheath and the marking printed on the surface of the cable. Method: IEC-60794-1-2-E2 or by any other international test method Test Specs: The cable surface shall be abraded with needle (wt. 150 gm) having diameter of 1 mm with 500 grams weight (Total weight more than equal 650 gms.) No. of cycles 100 Duration One minute (Nominal) Requirement: There shall be no perforation & loss of eligibility of the marking on the sheath. 4.3 Crush Test (Compressive Test): Objective: The purpose of this test is to determine the ability of an optical fibre cable to withstand crushing. Method: IEC 60794-1-2-E3. Test Specs.: The fibres and component parts of the cable shall not suffer permanent damage when subjected to a compressive load of 2000 Newton applied between the plates of dimension 100 x 100 mm. The load shall be applied for 60 Secs. The attenuation shall be noted before and after the completion of the test. Requirement: The change in attenuation of the fibre after the test shall be ≤ 0.05 dB both for 1310 nm and 1550 nm wavelength. 4.4 Impact Test: Objective: The purpose of this test is to determine the ability of an optical fibre cable to withstand impact. Method: IEC 60794-1-2-E4. Test Specs: The cable shall have sufficient strength to withstand an impact caused by a mass weight of 50 Newton, when falls freely from a height of 0.5 meters. The radius R of the surface causing impact shall be 300 mm. 10 such impacts shall be applied at the same place. The attenuation shall be noted before and after the completion of the test. Requirement: The change in attenuation of the fibre after the test shall be ≤0.05dB both for 1310 nm and 1550 nm wavelength. 4.5 Repeated Bending: Objective: The purpose of this test is to determine the ability of an optical fibre cable to withstand repeated bending. Method: EIA-455-104. Test Specs: The cable sample shall be of sufficient length (5 m minimum) to permit radiant power measurements as required by this test. Longer lengths may be used if required.

Parameters: Weight 5 Kg Minimum distance from Pulley centre to holding device 216mm Minimum distance from Wt. to Pulley centre 457mm Pulley Diameter 20 D (D - cable diameter) Angle of Turning 90o

Page 239 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

No. of cycles 30 Time Required for 30 cycles 2 min Requirement: During the test no fibre shall break and the attenuation shall be noted before and after the completion of the test. The change in attenuation of the fibre after the test shall be ≤ 0.05 dB both for 1310 nm and 1550 nm wavelength. 4.6 Torsion Test: Objective: The purpose of this test is to determine the ability of an optical fibre cable to withstand torsion. Method: IEC 60794-1-2-E7. Test Specs.: The length of the specimen under rest shall be 2 meters and the load shall be 100 N. The sample shall be mounted in the test apparatus with cable clamped in the fixed clamp sufficiently tight to prevent the movement of cable sheath during the test. One end of the cable shall be fixed to the rotating clamp which shall be rotated in a clock wise direction for one turn. The sample shall then be returned to the starting position and then rotated in an anti-clock wise direction for one turn and returned to the starting position. This complete movement constitutes one cycle. The cable shall withstand 10 such complete cycles. The attenuation shall be noted before and after the completion of the test. Requirement: The cable shall be examined physically for any cracks tearing on the outer sheath and for the damage to other component ports of the cable. The twist mark shall not be taken as damage. The change in attenuation of the fibre after the test shall be ≤ 0.05 dB both for 1310 nm and 1550 nm wavelength. 4.7 Kink Test: Objective: The purpose of this test is to verify whether kinking of an optical fibre cable results in breakage of any fibre, when a loop is formed of dimension small enough to induce a kink on the sheath. Method: IEC 60794-1-2-E10. Test Specs.: The sample length shall be 10 times the minimum bending radius of the cable The sample is held in both hands, a loop is made of a bigger diameter and by stretching both the ends of the cable in opposite direction, the loop is made to the minimum bend radius so that no kink shall form. After the cable comes in normal condition, the attenuation reading is taken. Requirement: The kink should disappear after the cable comes in normal condition. The change in attenuation of the fibre after test shall be ≤0.05 dB both for 1310 nm & 1550 nm wavelength. 4.8 Cable Bend Test: Objective: The purpose of this test is to determine the ability of an optical fibre cable to withstand repeated flexing. The procedure is designed to measure optical transmittance changes and requires an assessment of any damage occurring to other cable components. Method: IEC 60794-1-2-E11 (Procedure-I). Test Specs.: The fibre and the component parts of the cable shall not suffer permanent damage when the cable is repeatedly wrapped and unwrapped 4 complete turns of 10 complete cycles around a mandrel of 20 D, where D is the diameter of the cable. The attenuation shall be noted before and after the completion of the test. Requirement: The change in attenuation of the fibre after the test shall be <=0.05 dB both for 1310 nm and 1550 nm wavelength. Sheath shall not show any cracks visible to the naked eye when examined whilst still wrapped on the mandrel.

Page 240 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

4.9 Temperature Cycling (Type Test): Objective: To determine the stability behaviour of the attenuation of a cable subjected to temperature changes which may occur during storage, transportation and usage. Method: IEC 60794-1-2-F1 (To be tested on Standard cable length & drum i.e. 2Km. ± 10%) Test Specs.: The permissible temperature range for storage and operation will be from -20°C to +70°C. The rate of change of temperature during the test shall be 1oC per minute approx. The cable shall be subjected to temperature cycling for 12 Hrs. at each temperature as given below: TA2 temp. -20°C TAt temp. - 10°C. TB1 temp. + 60°C. TB2 temp. + 70°C. The test shall be conducted for 2 cycles at the above temperatures. Requirement: The change in attenuation of the fibre under test shall be ≤0.05 dB for 1310 nm and 1550 nm wave length respectively for the entire range of temperature. 4.10 Cable aging Test (Type Test): Objective: To check the cable material change dimensionally as the cable ages. Method: At the completion of temperature cycle test, the test cable shall be exposed to 85 ± 2 degree C for 168 hours. The attenuation measurement at 1310 & 1550 nm wave length to be made after stabilization of the test cable at ambient temperature for 24 hours. Requirement: The increase in attenuation allowed: ≤ 0.05 dB at 1310 and 1550 nm. Note: The attenuation changes are to be calculated with respect to the base line attenuation values measured at room temperature before temperature cycling. 4.11 Water Penetration Test (Type Test): Objective: The aim of this test is to determine the ability of a cable to block water migration along a specified length. Method: IEC 60794-1-2-F5 Test Specs. A circumferential portion of the inner HDPE cable end shall face the water head. The water tight sleeve shall be applied over the cable. The cable shall be supported horizontally and one meter head of water, containing a sufficient quantity of water soluble fluorescent dye for the detection of seepage, shall be applied on the inner HDPE sheath for a period of 7 days at ambient temperature. No other coloured dye is permitted. Note: For bulk testing, 24 hours as duration of test shall be considered. Requirement: No dye shall be detected when the end of the 3m length of the cable is examined with ultraviolet light detector. The cable sample under test shall be ripped open after the test and then it shall be examined for seepage of water into the cable and the distance to be noted. 4.12 Test of Figure of 8 (Eight) on the cable (Type Test): Objective: Check of easiness in formation of figure of 8 of the cable during installation in the field. Test Method: 1000 meter of the cable shall be uncoiled from the cable reel and shall be arranged in figure of 8 (eight) shape. The diameter of each loop of the figure of 8 shall be maximum 2 meters. Requirement: It shall be possible to make figure of 8 of minimum 1000 meters of the cable uncoiled from the cable reel without any difficulty. No visible damage shall occur.

Page 241 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

4.13 Flexural Rigidity Test on the optical fibre cable (Type Test): Objective: To check the Flexural Rigidity of the metal free optical fibre cable. Method: To be tested as per ASTM D –790 Test Specs: The fibre and the component parts of the cable shall not suffer permanent damage in the cable subjected to Flexural Rigidity Test as per the above method. The attenuation shall be noted after and before the completion of the test. Requirement: The change in attenuation of the fibre after the test shall be < 0.05 dB at 1310nm and 1550nm wavelengths. The sheath shall not show any cracks visible to the naked eye. 4.14 Static Bend test (Type Test): Objective: To check the Cable under Static Bend. Method: As per the clause no 4.8 of the GR alternatively as per ASTM D790. Test Specs: The cable shall be subjected to static bend test. The optical fibre cable shall be bend on a mandrel having a Diameter of 10 D (D is diameter of the cable).

Requirement: The change in attenuation of the fibre after the test shall be ≤0.05 dB for 1310 nm and 1550 nm wavelengths. Sheath shall not show any cracks visible to the naked eye when examined whilst still wrapped on the mandrel. 4.15 Cable Jacket Yield Strength and Ultimate Elongation: Objective: To determine the yield strength and elongation of the polyethylene (HDPE) cable sheath (jacket). Test Method: FOTP-89 or ASTM 1248 Type III class Test Condition: 1. Sample shall be taken from a completed cable. The aged sample shall be conditioned at 100 ± 2°C for 120 hours before testing.

2. The cross-head speed shall be 50 mm per minute. Requirement:

Minimum Yield Strength Jacket Minimum Elongation (%) Material (MPa) (psi)

HDPE un-aged 16.5 2400 400 HDPE aged 12.4 1800 375

Page 242 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

4.16 To Check of the quality of the loose tube (containing ribbon optical fibre) (Type Test):

Embrittlement Test This test method is based on bending by compression and reflects embrittlement much better than the other tensile tests. This test is independent of wall thickness of the loose tube. Sample: The minimum length of the test sample depends on the outside diameter of the loose tube and should be 85 mm for tubes up to 2.5 mm outside dia. The length of the bigger tubes should be calculated by using the following equation:

Lo > 100 x [(D2 + d2)]1/2 where 4

Lo = Length of tube under test. D = Outside dia of loose tube. d = Inside dia of loose tube. Procedure: Both the ends of a buffer tube test sample may be mounted in a tool, which is clamped in jaws of a tensile machine which exerts a constant rate of movement. The movable jaw may move at a rate of 50 mm per minute toward the fixed jaw. Under load, the tube will bend so that it is subjected to tensile and compressive stresses. The fixture for holding the tube should be designed in a manner that the tube might bend in all directions without further loading. Requirement: The tube should not get embrittled. No kink should appear on the tube up to the safe bend diameter of tube (15 D), where D is the outside diameter of the loose tube. There should also not be any physical damage or mark on the tube surface. b. Kink Resistance Test on the Loose Tube Objective: To safeguard the delicate optical fibres, the quality of the loose tube material should be such that no kink or damage to the tube occur while it is being handled during installation and in splicing operations. Procedure: To check the kink resistance of the loose tube, a longer length of the loose tube is taken (with fibre and gel), a loop is made and loop is reduced to the minimum bend radius of loose tube i.e. 15 D (where D is the outside diameter of the loose tube). This test is to be repeated 4 times on the same sample length of the loose tube.

Requirement: No damage or kink should appear on the surface of the tube. 4.17 Ribbon Dimension Measurements test (Type Test): Objective: To check the fibres in ribbon structure, fibres cross over and fibre identity to ensure the transmission performance and mechanical service life of the fibre in the ribbon structure. Test method: FOTP-123 (Video Gray Scale Analysis (VGSA) or Microscopic method).

Requirement: It shall meet the dimensional requirements given in clause no.3.8.2 of this GR. The fibres in the entire length of the ribbon shall not cross over at any point.

Page 243 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

4.18 Ribbon Resistance to Twist (Robustness) test (Type Test): Objective: To check the robustness of the fibre ribbons to withstand the twist during installation conditions and to check the structural integrity of the ribbon over the deployed length for mid-span entry, maintenance purposes, consideration in rearrangements and housekeeping. Test method: FOTP-141. Requirement: The un-aged and aged (at 85 ± 2°C with uncontrolled humidity for a period of 30 days) completed ribbon shall not show any separation of individual fibres from the ribbon structure after completion of the twist test when observed under 5X magnification. 4.19 Ribbon Residual Twist (Flatness) Test (Type Test): Objective: To check the dimensional integrity of the ribbon without twisting to allow rearrangements and to limit the potential attenuation increases due to a macro-bending caused by twisting of the fibre ribbon. Test Method: FOTP-131. Requirement: The aged (at 85 ± 2º C with uncontrolled humidity for a period of 30 days) ribbon residual twist (if any) shall have a pitch : > 400 mm. 4.20 Ribbon Separation Test (Type Test): Objective: a. To check the separation of individual fibres, separation of sub-unit of fibres and mid span separation from a fibre ribbon. b. To check the retention of sufficient colorant for identification for any 2.5 cm length of fibre after separation for individual and sub-unit of fibres. Test to be conducted for: a) Separation of any single fibre or a multi-fibre subgroup by a tool or by hand from a ribbon for a length of 1 meter. Midspan separation from a 2 meter sample, separated close to middle for at least 0.5 meter (both single fibre and the three fibre sub – units) for un-aged ribbon. Requirement: The un-aged ribbon of minimum length of a 0.3 meter (1.0foot) of an individual fibre and a sub group of three fibres shall be separated from the ribbon without breaking the fibres or damaging the fibre coating. The force required to perform separation shall not exceed 4.4 N. The area at the separation shall not show any damage to the fibre coating when examined under 5X magnification. b) Retention of the Colour and Fibre Identification after separation. Requirement: Individual fibre colour identification shall be maintained after the separation test. It shall retain sufficient colorant that any 2.5 cm length is readily identifiable. c) Removal of Ribbon matrix material to access individual fibres. Requirement: No damage shall occur either to fibre coating or the fibres. The coating shall not sustain any swelling self-stripping, cracking or splitting when examined under 5X magnification. Note: The manufacturer shall recommend the procedure for the removal of ribbon matrix. 4.21 Ribbon Stripability Test (Type Test): Objective: Check of removal of the matrix material and the fibres protective coating mechanically with commercial stripping tools from un-aged and aged ribbons. Test Method: GR-20-CORE issue 4, 2013 Pre Conditioning:

Page 244 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

a. Aged samples: The humidity of aged ribbons shall be soaked at 85 ± 2 °C and a non-condensing humidity of 85 ± 5% for a period of 30days. b. Water aged samples: The water aged ribbons shall be soaked in deionizador distilled water at a temperature of 23 ± 5 °C for a period of 14 days. The fibre ribbon strip-ability testing shall be conducted at standard atmospheric conditions. The un-aged, humidity – aged, and water aged ribbons shall be tested within eight hours after aging. Requirement: There shall be no fibre breakage and any coating residue shall be removable with a single isopropyl alcohol wipe when at least 25 mm of the matrix material and the fibre Protective coating is mechanically removed with commercial stripling tools from un-aged and aged ribbons. 4.22 Ribbon Macro-bend Performance Objective: To check the macro-bend performance of a ribbon. Method: One hundred turns of ribbon are wound around a 60 mm diameter ribbon and the loss increase at 1310 nm & 1550 nm shall be measured. Requirement: The change in attenuation of the fibre shall be ≤ 0.05 dB, for 1310 nm and 1550 nm wavelengths. 4.23 Torsion Resistance of the ribbon Test (Type Test): Objective: To check the torsion resistance of the ribbon. Method: One meter length of ribbon is twisted to through five revolutions of 360° and measurement is taken. Requirement: The change in attenuation of the fibre shall be ≤ 0.05 dB, for1310 nm and 1550 nm wavelengths. 4.24 Crush Resistance of Ribbon (Type Test): Objective: To check the crush resistance of the ribbon. Method: A 50 mm² sample is subjected to a load of 500 N and the attenuation measurement taken for both 1310 nm & 1550 nm wavelengths. Requirement: The change in attenuation of the fibre shall be ≤ 0.05 dB, for 1310 nm and 1550 nm wavelengths. 4.25 Drainage Test for Loose Tube and Drip test on the cable (Type Test): a. Drainage Test for loose Tube

Sample Size: 30 cm tube length.

Test procedure: a) Cut the tube length to 40 cm. b) Fill the tube with the tube filling gel ensuring that there are no air bubbles and the tube is completely full. c) Place the filled tube in a horizontal position on a clean worktop and cut 5 cm from either end so that the finished length of the sample is 30 cm. d) Leave the filled tube in a horizontal position at an ambient temperature for 24 hrs. (This is necessary because the gel has been sheared and the viscosity has been reduced during the filling process). e) The sample tube is then suspended vertically in an environment heat oven over a weighed beaker. It is left in the oven at a temperature of 70° C for a period of 24 Hrs.

Page 245 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

f) At the end of the 24 hrs period the beaker is checked and weighed to see if there is any gel in the beaker. Results: 1. If there is no gel or oil in the beaker the tube has PASSED the drainage test. 2. If there is gel or oil in the beaker the tube has FAILED the drainage test. b. Drip test on the cable Objective: The purpose of this test is to determine the ability of jelly in the O.F. cable to withstand a temperature of 70 degree C. Method: Take a sample of 30 cm. length of the cable with one end sealed by end cap. Remove outer black sheath, binder tapes for 5 cm from open end of the sample. Clean the jelly. Then the sample is kept vertically with open end downwards in the oven for 24 hours at 70o C with a paper under the sample. Test Specs: Examine the paper placed below the cable inside the oven for dripping of the jelly after 24 hours. There should be no jelly drip or oily impression on the paper. 4.26 Check of easy removal of sheath: Objective: Check of the easy removal of sheath of the fibre optic cable by using normal sheath removal tool. Procedure: To check easy removal, the sheath shall be cut in circular way and the about 300 mm length of the sheath should be removed in one operation. It should be observed during sheath removal process that no undue extra force is applied and no component part of the cable is damaged. One should be able to remove the sheath easily. 4.27 Check of the effect of aggressive media on the cable (Acidic and Alkaline Behaviour) (Type Test): Procedure: To check the effect of aggressive media, solution of PH4 and PH10 shall be made. The two test samples of the finished cable, each of 600 mm in length, are taken and the ends of the samples are sealed. These test samples are put in the PH4 and PH10 solutions separately. After 30 days these samples are taken out from the solutions and examined for any corrosion etc on the sheath and other markings of the cables. (Test method no. ISO175). Requirement: The sample should not show any effect of these solutions on the sheath and other marking of the cable. 4.28 Termite & Rodent Test (Type Test): The Anti-rodent (Optional) test shall be checking the uniformity of application of glass rowing yarns around the periphery of inner sheath. The test shall be carried out during type testing or can be carried out at any recognized lab on finished cable and in addition, manufacturer shall also give an undertaking in this respect. The reports shall be submitted by the manufacturers. Termite resistance shall be provided with an additive/without additive in outer sheath and rodent protection shall be provided with Glass roving yarns around the periphery of inner sheath and these yarns should be spread uniformly around the periphery of inner sheath. The following minimum parametric tests on Anti termite / Anti rodent dopants shall be carried out during the TSEC testing 1. Non-toxicity 2. Thermal Stability 3. Long life Span / half-life

Page 246 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

4. Compatibility 5. Efficacy The thermal stability of the dopant should not deteriorate during cable execution process. The life of the dopant should be equal or better than the life of the cable specified in the technical specification herein. Appropriate certificate in this regard from any neutral lab accredited with NABL / Government Laboratory / Institute should be produced. Similarly other parameters such as non-toxicity, efficacy and compatibility shall be certified in any neutral lab accredited with NABL / Government Laboratory / Institute and test report is to be submitted during TSEC testing. PART II – GENERAL REQUIREMENTS 5 Engineering Requirements: 5.1 Cable Marking: 5.1.1 A long lasting suitable marking shall be applied in order to identify this cable from other cables. The cable marking shall be imprinted (indented). The marking on the cable shall be indelible of durable quality and at regular intervals of one meter length. The accuracy of the sequential marking must be within -0.25% to +0.5% of the actual measured length. The sequential length markings must not rub off during normal installation and in life time of optical fibre cable. The total length of the cable supplied shall not be in negative tolerance. 5.1.2 The marking shall be in contrast colour over the black HDPE Sheath (jacket) and shall be one by hot foil indentation method. The colour used must withstand the environmental influences experienced in the field. 5.1.3 The type of legend marking on O.F. cable shall be as follows: a) Company Legend b) Legend containing telephone mark & international acceptable Laser symbol c) Type of Fibre– G.652.D d) Number of Fibres e) Type of cable f) Year of manufacture g) Sequential length marking h) User’s Identification i) Cable ID 5.2 Cable Ends: 5.2.1 Both cable ends (the beginning end and end of the cable reel) shall be sealed and readily accessible. Minimum 5 meter of the cable of the beginning end of the reel shall accessible for testing. Both ends of the cable shall be kept inside the drums and shall be located so as to be easily accessible for the test. The drum (confirming to GR No. G/CBD-O1/02 Nov. 94 and subsequent amendment) should be marked to identify the direction of rotation of the drum. Both ends of cable shall be provided with cable pulling (grip) stocking and the anti-twist device (free head hook). The wooden drums shall be properly treated against termites and other insects during transportation and storage. The manufacturer shall submit the methodology used for the same 5.2.2 An anti-twist device (Free head hook) shall be provided, attached to the both the ends of the cable pulling arrangement. The arrangement of the pulling eye and its coupling system along with the anti-twist system shall withstand the prescribed tensile load applicable to the cable. 5.3 The nominal drum length: 5.3.1 Length of OF Cable in each drum shall be 2 Km 10% / 4Km 10% / 8Km

Page 247 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

± 10% / 10Km ± 10% and shall be supplied as per the order. The variation in length of optical fibre cable, as specified above (in each drum), shall be acceptable. 5.3.2 The fibres in cable length shall not have any joint. 5.3.3 The drum shall be marked with arrows to indicate the direction of rotation. 5.3.4 Packing list supplied with each drum shall have at least the following information: a) Drum No. b) Type of cables c) Physical Cable length d) No. of fibres e) Length of each fibre as measured by OTDR f) The Cable factor - ratio of fibre/cable length g) Attenuation per Km. of each fibre at 1310 & 1550 nm h) Users / Consignee’s Name i) Manufacturers Name, Month, Year and Batch No. j) Group refractive index of fibre. j) Purchase Order No. k) Cable ID 5.4 Colour coding in O.F. Cables: 5.4.1 The colorant applied to individual fibres shall be readily identifiable throughout the lifetime of the cable and shall match and conform to the Munsell Colour Standards (EIA- 598-C). 5.4.2 Colour Coding Scheme: When the loose tubes are placed in circular format, the marking to indicate the loose tube no. "1" shall be in blue colour followed by loose tube no.2 of orange and so on for other tubes as per the colour scheme given below and complete the circular format by placing the dummy /fillers at the end. Depending upon the number of fibres in a Ribbon (which depends on the cable capacity), the colour of fibres are serially chosen from the column no. II of the following table-1. Table -1 :Colour Coding scheme of the Optical Fibre & Loose tube

No.of Fibres/Buffer Fibre identification in Loose tube identification Tube I Ribbon II III

1 Blue Blue 2 Orange Orange 3 Green Green 4 Brown Brown 5 Slate Slate 6 White White 5.4.3 Identification of Ribbon:

No. of fibre in a Cable No. of No. of Fibre Marking on Ribbon Tubes Ribbon Per per Tube Ribbon 48 Fibres 4 Tubes 2 6 Individual Ribbon shall be 1 Filler printed with respective number as 1, 2.

Page 248 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Note: The individual number marking shall be at regular interval of every 300 mm or lesser on natural color ribbon and shall be legible. The printing on the ribbon shall also be of durable quality and shall be compatible with coating of the ribbon and Thixotropic Jelly (filled in the loose tube of the cable). 6 Quality Requirements: 6.1 The cable shall be manufactured in accordance with the international quality standards ISO 9001- 2008 (latest issue) for which the manufacturer should be duly accredited. The Quality Manual shall be submitted by the manufacturer. 6.2 Raw Material: 6.2.1 The cable shall use the raw materials approved against the GR No. TEC/GR/TX/ORM-01/04 SEP.09 and the subsequent amendment issued, if any.

6.2.2 Any other material used shall be clearly indicated by the manufacturer. The detailed technical specifications of such raw materials used shall be furnished by the manufacturer at the time of evaluation/testing.

6.2.3 The raw materials used from multiple sources is permitted and the source / sources of raw materials (Type and grade) from where these have been procured shall be submitted by the manufacturer.

6.2.4 The manufacturer can change the raw material from one approved source to other approved source with the approval of QA wing of purchaser. In case of change of source/grade of SM Optical Fibre, the call for fresh evaluation/testing shall be decided by QA wing of purchaser. 6.2.5 The raw material used (HDPE black in colour) for outer sheath shall protect the cable from attack by termite & rodent. The manufacturer shall specify anti-termite and anti-rodent (optional) additives and submit the detail characteristics of the material and additives used to make it termite & rodent (optional) proof. The additives shall also be non-toxic. The cable shall be tested for the presence of Anti termites & Anti rodent (optional) additives by recognized laboratory or institute. The cable shall also be tested for its termite & rodent (optional) proven-ness by NABL accredited Lab / Govt laboratory or institute.

6.2.6 The HDPE black in colour used for sheath shall be UV stabilised. Note: A test certificate from a recognised laboratory or institute may be acceptable for the UV stability of the HDPE sheath material 6.2.7 The material used in optical fibre cable must not evolve hydrogen that will affect the characteristics of optical fibres. Note: A test certificate from a recognised laboratory or institute may be acceptable. 6.3 Cable Material Compatibility:

Optical fibre, buffers/core tubes, and other core components shall meet the requirements of the compatibility with buffer/core tube filling material(s) and/or water-blocking materials that are in direct contact with identified components within the cable structure (This shall be tested as per clause no. 6.3.3 of Telecordia document GR-20-CORE issue 4, 2013.

Note: The tests may be conducted in house (if facility exist) or may be conducted at CACT or any other recognized laboratory. The test certificate may be accepted and the tests may not be repeated subsequently, in next type approvals, if the raw material used is of same make and grade.

Page 249 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

7 Documentation:

7.1 Complete technical literature in English with detailed cable construction diagram of various sub- components with dimensions, weight & test data and other details of the cable shall be provided.

7.2 All aspects of installation, operation, maintenance and fibre splicing shall also be covered in the handbook. The pictorial diagrams of the accessories (with model no. and manufacturer name) supplied along with the cable as package shall be also be submitted. A hard as well as soft copy of the manuals shall be provided. 8 Safety: 8.1 The material used in the manufacturing of the Optical fibre cables shall be non-toxic and dermatologically safe in its life time and shall not be hazardous to health. The manufacturer shall submit MSDS (Material safety Data Sheet) for all the material used in manufacturing of OF Cable to substantiate the statement.

Page 250 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

SECTION-C The following parameters of the component parts of the cable are to be taken in to account while designing and manufacturing the optical fibre cables of the required fibre count. These parameters shall be checked during evaluation of the OF cables.

SN Parameter Unit 48F Ribbon Fibre cable

1 FRP Rod EAA Coated mm 2.5 +0.1/-0.0 2 FRP Up-coating thickness mm 0 3 Tube ID (min) mm 2.6 4 Tube OD mm 3.4 ± 0.2 5 No of fibre / ribbon No 6 6 No of Ribbon in a tube No 2 7 Color of fibre per Ribbon BL,OR,GR, BR,SL,WH 8 No of loose tubes No 4 with 2 Ribbons 9 Colour of loose tubes BL,OR,GR,BR 10 No of dummy cord No 1 11 Tube stranding lay over length mm > 200 12 Inner Sheath Thickness (min) mm 0.9 13 Qty. of Impregnated Glass roving (min.) Kg 27 14 Outer Sheath Thickness(min) mm 1.5 15 Cable diameter mm 16.0 +1.0 16 Cable weight Kg/km 185 ± 8% 17 Cable to be designed to Fibre strain value of % 0.1

Cable to be tested at defined load for fibre strain 18 value of % 0.25

Note: The manufacturer shall submit the design calculations which shall be cross checked.

Page 251 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

SECTION-D TECHNICAL SPECIFICATIONS: TECHNICAL SPECIFICATIONS: GENERIC REQUIREMENT FOR DUCT

1. Specifications of Materials to be used 1.1 PLB HDPE Duct Optical Fibre Cables should be pulled though Permanently Lubricated HDPE Duct of 40mm/33 mm size conforming to the specifications as per TEC GR No. TEC/GR/TX/CDS-008/03/MAR-11 with latest Amendments. The Ducts shall be blue in colour and have the identification markings as per TEC GR wherein CHiPS logo shall be marked as purchaser’s name. 1.2 PLB HDPE Duct Accessories a) Push fit Coupler

Push Fit couplers shall be used for coupling PLB HDPE ducts/coils. The specifications of the couplers shall be as per TECGR no TEC/GR/TX/CDS-008/03/Mar11 with latest amendments. b) End Cap

End Cap shall be used for sealing the ends of the empty ducts, prior to installation of the OF Cable and shall be fitted immediately after laying the duct to prevent the entry of any dirt, water, moisture, insects/rodents etc. It should confirm to TEC GR No. TEC/GR/TX/CDS-008/03/MAR-11with latest amendments. The ends of the PLB HDPE ducts/coilslaid in the manholes should be closed with End Caps. The End Caps used should be suitable for closing40mm/33mm PLB HDPE ducts/coils. A suitable arrangement should be provided in the End Cap to tie PP Rope. (See figure-1 for details)

c) Cable sealing Plug

This shall be used to seal the end of the ducts perfectly, after the OF cable is pulled in the duct. For pulling the cable through the ducts, it is necessary to provide manholes at that location and also at bends and corners wherever required. The ends of the PLB HDPE ducts/coilsare closed with cable sealing Plugs. The End Plugs used should be suitable for closing40mm/33mm PLB HDPE ducts/coils. The Cable seal-ing plug shall confirm to TEC GR No. TEC/GR/TX/CDS-008/03/ MAR-11 with latest amendments.(Wherever blowing technique is used for laying OF Cable, at the discretion of the CPSUs concerned, the hand holes/manholes required for accessing the cable during cable laying can be at longer distances depending upon requirement.)

Page 252 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

SECTION-E

(A) Fibre Distribution Management System (Exchange) Type – I 1. TEC GR Reference - GR/FDM-01/02 APR 2007. Design and additional specification of FDMS Type-I (at Exchange). Wherever Specifications under this section shall contradict with TEC GR, then specifications under this section shall prevail. 2. FDMS Manufacturers who have got TSEC/TAC for FDMS ((Section VI)) as per BSNL Tender no. CA/CNP/NFS OFC/T-441/2013 are not required to submit QF-103 against this Tender. However they have to obtain TSEC/TAC with Incremental Tests, as per Tender requirement, within the lead time period of 2 months from the date of issue of APO to bidder. If the bidder has obtained TSEC against CA/NOFN/OFC/T-609/2017 Dated: 15.12.2017 the same would be accepted for supplies to this tender as well. 3. Schematic Diagram and Tray Termination Capacity High

Page 253 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

1. Specifications

5.1 FDMS Height 2200mm, Width 900mm, Depth 600mm, +/- 5%

Outer Dimensions 5.2 48F S & P Module (6 Nos.) 19 inch Rack Mountable, 2U high, with 4 . of 2x6FRibbon Splicing & Patching Trays, each preloaded with 2Nos. 6F SC-PC type Ribbon Fan-out & 12 Nos. of SCPC Adaptors.

5.3 24F S & P Module (4 Nos.) 19 inch Rack Mountable, 1U high, with 2 nos. of 12F Splicing & Patching Trays, each preloaded with 12 Nos.single fibre pigtails of 0.9mm SCPC connectrised and 1.5 meters in length & 12 Nos. of SCPC Adaptors. The pigtails shall be color coded for easy identification. 5.4 FDMS Exchange Type Total 384F (6 Nos. Modules of 48F and 4 Nos. Modules of - I capacity 24F) 5.5 Splicing 19 inch Rack Mountable, 3U high(splice tray shall be 16 nos with each tray having a capacity of 2 x 6F Ribbon) Module = 192 F. (1 No.) 5.6 Constructed from Powder-Coated CRCA Steel Sheet (min.1.6mm thick). Shelves can be constructed from CRCA 1.2mm thick 5.7 Mounting Method Floor Mounting using Leveling Screws (4 Nos.)

5.8 Ventilation Method 'Perforated Rear and Side Walls for efficient heat management

5.9 Type of Ribbon 6F as per Bellcore document GR-20 Issue-4 2013

5.10 Type SC-PC as per TEC GR TX/OFJ-01/05 NOV 2009

of

Adaptor, (CACT Approved)

5.11 Ribbon ConnectorFan-out SC-PC as per TEC GR TX/OFJ-01/05 NOV 2009 (CACT Approved source) 5.12 Type Fan- of Ribbon 6F Ribbon, G-652D, Ribbon Length 1.5m, Fan out Length out -0.5m with 6 Nos. of SC-PC Connectors. 5.13 Patch Cords Supplied SC-PC Patch Cord (3 Meter length) 8 Nos.(for Testing) 5.14 OFC Entry Ports (Top) 4 Nos. for Ribbon OFC Diameter up to 24mm, 6 Nos. for 24F OFC Diameter up to 14mm

5.15 Patch Cord Ports 24 x 3mm Patch Cords (Top)

5.16 Provisions for (on Top) 8 Nos. for Entry of Power Cable/ Data Cable Diameter up to 14mm to MCBs

Page 254 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

5.17. MCB Mount Din rail for mounting MCB to be supplied along with the rack

5.18 Test Procedure As per TEC GR referred. 5.19 Splice Protection Sleeves 24F FDMS S&P Shelf: As per GR TEC/GR/TX/PTS-02/03. JAN-2011 - 4 nos. + 25% extra 48F FDMS S&P Shelf: As per GR TEC/GR/TX/PTS-02/03. JAN-2011 - 8 nos. + 25% extra 192F FDMS Splicing Shelf: As per GR TEC/GR/TX/PTS-02/03. JAN-2011 - 32 nos. + 25% extra

SECTION-F Fibre Distribution Management System Outdoor 1. TEC GR Reference - TEC/GR/TX/FDM-003/01 MAR 2012. Additional specification of FDMS Outdoor. Wherever Specifications under this section shall contradict with TEC GR, then specifications under this section shall prevail. 2. FDMS Manufacturers who have got TSEC/TAC for FDMS ((Section VI)) as per BSNL Tender no. CA/CNP/NFS OFC/T-441/2013 are not required to submit QF-103 against this Tender. However they have to obtain TSEC/TAC with Incremental Tests, as per Tender requirement, within the lead time period of 2 months from the date of issue of APO to bidder. 3. If the bidder has obtained TSEC against CA/NOFN/OFC/T-609/2017 Dated: 15.12.2017 the same would be accepted for supplies to this tender as well. 4. Fibre Distribution Management System (Outdoor) Schematic Diagram and specifications (GR No. TEC/GR/TX/FDM-003/01 MAR 2012)

Page 255 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

5. Specification details:

4 Nos. Round Port, suitable for Ribbon O F Cable of Diameter 14-22mm; 1 No. OFC Entry Ports Oval Port (100mm x 40mm) suitable for Ribbon O F Cable of Diameter 14- 24mm Splicing Tray Capacity 14 Nos. Splice Trays of 4 x 6F Ribbon each = 336 Fibres Type of Ribbon 6F as per Bellcore document GR-20 Issue 4, 2013 Cable Entry Port Sealing Supplied with 4 Sets suitable for Ribbon O F Cable of Diameter 14-22mm and 1 Set suitable for Ribbon O F Cable of Diameter 14-24mm Splice Protection As per GR TEC/GR/TX/PTS-02/03. JAN-2011 - 56 nos. + 25 extra Sleeves Test Procedure As per TEC GR referred.

SECTION-G Fibre Distribution Management System (Exchange) Type – I at GP

1. TEC GR Reference - GR/FDM-01/02 APR 2007. Design and additional specification of FDMS Type-I (at Exchange) at GP. Wherever Specifications under this section shall contradict with TEC GR, then specifications under this section shall prevail. 2. FDMS Manufacturers who have got TSEC/TAC for FDMS ((Section VI)) as per BSNL Tender no. CA/CNP/NFS OFC/T-441/2013 are not required to submit QF-103 against this Tender. However they have to obtain TSEC/TAC with Incremental Tests, as per Tender requirement, within the lead time period of 2 months from the date of issue of APO to bidder. 3. If the bidder has obtained TSEC against CA/NOFN/OFC/T-609/2017 Dated: 15.12.2017 the same would be accepted for supplies to this tender as well. 4. This will be mounted in the rack at GP sites

5.1 48F S & P Module (2 Nos.) 19 inch Rack Mountable, 2U high, with 4 nos. of 2x6FRibbon Splicing & Patching Trays, each preloaded with 2Nos. 6F SC-PC type Ribbon Fan-out & 12 Nos. of SCPC Adaptors. 5.2 Type of Ribbon 6F as per Bellcore document GR-20 Issue-4 2013

5.3 Type SC-PC as per TEC GR TX/OFJ-01/05 NOV 2009

of

Adaptor, (CACT Approved) 5.4 Ribbon Connector Fan-out SC-PC as per TEC GR TX/OFJ-01/05 NOV 2009 (CACT Approved source) 5.5 Type Fan- of Ribbon 6F Ribbon, G-652D, Ribbon Length 1.5m, Fan out Length out - 0.5m with 6 Nos. of SC-PC Connectors. 5.6 Splice Protection Sleeves As per GR TEC/GR/TX/PTS-02/03. JAN-2011 - 8 nos. + 25% extra

Page 256 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

. Annexure-: Acceptance Test Procedure CHiPS or its appointed agency, “hereinafter known as PMC”, would be responsible to oversee the work being done by MSI to ensure quality of work as well as quantity verification. MSI need to coordinate with PMC for getting the acceptance certification done and the schedules for the same need to be planned by the MSI in consultation with the CHiPS and PMC. All records and testing output conducted by MSI has to be verified by PMC. MSI shall be responsible to conduct all the acceptance tests but not limited to, on the basis of acceptance test procedures defined in this document. All the acceptance test reports must be duly verified by PMC before its submission to CHiPS.

PMC shall be broadly responsible for below responsibilities but not limited to:

• Site survey agency shall be responsible for identification of route length on the basis of priority i.e. High, Medium and low, however it is the responsibility of PMC to verify the same. • MSI shall make sure that design document, architecture and BoQ shall be made on the basis of verified survey reports and same shall be approved by PMC • Audit and inspection of material at warehouse and certifying the invoices as well • Quality Review of the work done by MSI on day to day basis for all 100% sites • Complete passive infrastructure shall be validated as per the engineering instructions provided in this RFP • Complete acceptance testing of the active and passive equipment shall be done as per the technical specifications mentioned in Annexure-17 • Acceptance Testing of the State Network Operation Center (S-NOC) • Acceptance Testing of GPs over RF • GIS co-ordinates of the entire OFC route shall be captured by MSI, will be updated in the GIS tool at an interval of minimum 250 meters (including Equipment Site, Manhole, chambers, Jointing / Splicing, etc.). The GIS tool along with its licenses need to be bought in the name of CHiPS and will belong to purchaser • Acceptance testing shall be performed on IP-MPLS ring fail over along with Network convergence for both cases i.e. in case of path and equipment failure • PMC shall do verification of MSI’s final deliverables including ABDs prepared by MSI PMC shall conduct all pre-defined tests for ensuring quality of work done by MSIs including: a. Field Acceptance Test – of OFC laid b. End-to-End testing which means Complete Installation, Integration, Commissioning and Testing of the created network which shall include OTDR link test, Power On & Self-Testing, IP-MPLS ring fail over testing for both cases i.e. in case of path/equipment failure, Radio equipment testing (If applicable), As Build Diagram (ABD reports with optical power loss budget), integration equipment at GP with State and BBNL NOC and Final acceptance certificate For all such testing’s, the requisite tools shall be provided by the MSI to the PMC.

The purchaser shall have the right to perform an audit and technical examination of the work and the final bills of the MSI including all supporting vouchers, abstract etc. If as a result of such audit and Technical examination, any sum is found to have been overpaid in respect of any work done by the MSI under the contract or any work claimed by him to have been done by him under the contract and found not to have been executed, the MSI shall be liable for refund of the amount of over payment and it shall be lawful for the purchaser to recover the same from MSI.

I. The purchaser shall be entitled to recover any sum overpaid. II. Any sum of money due and payable to the MSI (including security deposit returnable to him) under this contract may be appropriated by the purchaser for the payment of a sum of money arising out or under any other contract made by the MSI with the purchaser.

Page 257 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

All payments shall be released after certification of Delivery and Implementation Milestones by CHiPS or its appointed agency.

1. Measurement & Inspection a. Measurement: The measurement books are to be prepared by MSI block-wise and are to be certified by PMC. One hard bound copy (duly signed on each page by MSI and PMC) and soft copies (scanned) in three CDs will be handed over by PMC to the CHiPS every month b. The measurements of various items of work shall be taken and recorded in the measurements Books. The measurements shall be taken and recorded by MSI which will be countersigned by the PMC. PMC shall be directly responsible for supervision of work, shall be responsible for accuracy of 100% of measurements. All the support in terms of tools, availability of manpower at sites and all other assistance etc. shall be provided by the MSI. The purchaser, without any prejudice, reserves the right to carry out any kind of inspection of the works being carried out by PMC and MSI at any time to ascertain its quantity and quality c. Site Images (Photographs) for PoP locations and others shall be taken by MSI through Digital Cameras during Acceptance Testing and verification of measurement book. The images should be minimum resolution of 1024 x 768 pixels. The images must display the date and time of capture of the image on it bottom right corner. The digital camera should also have the capability to record the GPS co-ordinates of the location and embed the co-ordinates (Latitude, Longitude and Altitude) as EXIF data in the image. No alteration, fabrication or makeover of any kind should be made to the Site images being submitted. Site images shall be captured at every 500 meters and at PoP site. The site images are to be captured in such a manner so that the object being captured is clearly visible and the surrounding areas are also identifiable or distinguishable. The photographs shall be printed in sizes 5” x 7” (matte) and attached along with the Field Acceptance Test Report. The site images, in soft copies, are to be maintained in separate folders / directories and nomenclature as per the PoP. The site images should be so arranged such that they are easily locatable and identifiable in the folder where they are stored. The site images are to be monthly recorded on a non-erasable, good quality Compact Disk and sent to CHiPS along with the Monthly Status Reports. The site images are to be uploaded and GIS co-ordinates are to be entered by MSI in the project management tool and GIS tool. Printing of site images to be arranged by the MSI d. Method of measurement: The measurement of the work shall be done activity-wise as and when the item of work is ready for measurement. The method of measurement of various items are enumerated as under: a. Measurement of length of cable The length of cables laid underground shall be measured by use of PON OTDR. The length should be cross-verified with the marking of lengths on the cables. The lengths shall be recorded in sheet provided in the measurement book. b. Measurement of other items The measurement/ numerical details of other items shall be recorded in the sheets provided for respective items viz. · Termination of Cable in equipment room · The number of joints · Record splice loss details for each joint c. The PMC & MSI shall sign all the measurement recorded in the measurement sheet/book. This will be considered as an acceptance by the PMC of measurements recorded in the MB by MSI. d. Measurement of the work of cable for calculation of services portion will be taken equal to the route length on which the cable has been laid (as measured in the Roadometer) and not the total length of the cable laid. e. Measurement Book (MB) The MSI shall also maintain a Measurement Book for each Block. This will be maintained as compilation of copies of the measurement sheets verified by PMC. This book is one of the primary records to be maintained by the MSI carrying out the work during the course of execution of works.

Page 258 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

The MSI shall remove all the defects pointed out by PMC in the Measurement Sheet. The PMC / MSI or their authorized representatives shall also be at liberty to note their difficulties etc. in these Sheets. The PMC approved hard-bounded measurement sheets shall be submitted to CHiPS at the time of making milestone payments to the MSI.

2. Procedure for preparation, processing and payment of bill for works I. For claiming the payment on successful completion of the milestones defined in payments Section, the MSI shall prepare the bill along with Block wise testing and acceptance document of all the works and submit the same to PMC. The final bill shall be prepared as per measurements of all items involved in execution of complete route II. The PMC scrutinize the final bill against the works entrusted and accord necessary certificates stating that the work has been executed satisfactorily in accordance with Specification and terms and conditions of the contract. The PMC shall verify the quantities of items of work done by MSI with reference to measurement recorded in the measurement sheet and Acceptance Testing procedure as defined in this Clause shall be followed a. The PMC shall verify and submit the bills (for work carried out by MSI in Block which is accepted by PMC) provided by MSI along with all self-certifications, test reports and measurement records to the CHiPS. b. The CHiPS shall release the payment to MSI accordingly based on certificates received from PMC c. PMC shall submit its report to the CHiPS, however the payment shall be made as per payment schedule. The CHiPS shall exercise the prescribed checks on the bills provided by PMC and make payments

3. Procedure for Payment for Sub-Standard Works The MSI is required to execute all works satisfactorily and in accordance with the Specification. If certain items of work are executed with unsound, imperfect or unskilled workmanship or with materials of any inferior description or that any materials or articles provided by him for execution of work or unsound or of a quality inferior to that contracted for or otherwise not in accordance with the contract (referred to as substandard work hereinafter), the CHiPS shall make a demand in writing specifying the work, materials or articles about which there is a complaint

4. Timely Action by PMC I. Timely reporting and action, to a great extent, can prevent occurrence of sub-standard work, which will be difficult or impossible to rectify later on. It is incumbent on the part of PMC for supervision of work to point out the defects in work in time during progress of the work. The PMC responsible for supervision of work shall without any loss of time submit a report of occurrence of any sub-standard work to the CHiPS besides making an entry in the site order book. A notice in respect of defective work shall be given to the MSI in writing during the progress of work asking the MSI to rectify/replace/remove the sub-standard item of work and also definite time period within which such rectification/removal/replacement has to be done. After expiry of the notice period, if the MSI fails to rectify/ replace/ remove the sub-standard items, the defects shall be rectified/replaced/removed by the CHiPS, at its sole discretion, through some other agency at the risk and cost of the MSI II. Non-reporting of the sub-standard work in time on the part of PMC shall not in any way entitle the MSI to claim that the defects were not pointed out during execution and as such the MSI cannot be absolved of the responsibility for sub-standard work and associated liabilities

5. Quality Control of Works I. The importance of quality of Fibre optic cable splicing works cannot be over-emphasized. The quality and availability of long distance media and efficiency of the reliable media connectivity between terminal equipment depends upon quality of optic fibre cable plant. The quality of fibre optic cable plant depends upon the quality of individual items of work involved viz. laying, Protection, Jointing of cables and Terminations in equipment room and also on documentation of cable network. The work shall be carried out strictly in accordance with Specifications laid down to achieve the requisite quality aim

Page 259 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

II. The CHiPS shall be the final judge of the quality of the work and the satisfaction of the CHiPS in respect thereof set forth in the contract document. Laxity or failure to enforce compliance with the contract documents by the CHiPS and/ or its representative shall not manifest a change or intent of waiver, the intention being that, notwithstanding the same, the MSI shall be and remain responsible for complete and proper compliance with the contract documents and the specifications there in. The representative of the CHiPS has the right to prohibit the use of men and any tools, materials and equipment which, in his opinion, do not produce the required work or performance meet the requirement of the contract documents. III. It is imperative that the MSI is fully conversant with the construction practices and shall be fully equipped to carry out the work in accordance with the specifications. The MSI is expected and bound to ensure quality in construction works in accordance with specifications laid down. The MSI shall engage adequate and experienced supervisors to ensure that work is carried out as per specifications, with due diligence and in a professional manner. A two stage testing process will be incorporated as follows: a. The first level of testing shall be carried out by the MSI. Once the MSI is confirmed about the quality assurance of their work and material then they will hand it over to PMC for review and testing. b. The PMC team shall carry out the second level of testing. IV. In addition to Acceptance Testing being carried out by PMC, all works at all times shall be open to inspection of the purchaser. The MSI shall be bound, if called upon to do so, to offer the works for inspection without any extra payment. The presence of monitoring teams nominated by the CHiPS during construction shall not preclude separate acceptance testing teams to recheck adherence to all aspects as mentioned in the contract

6. Quality Control of material supplied by MSI PMC has to ascertain that all the material being supplied by MSI for works being carried out are in compliance with the required standard and quality and as per Quality Assurance Plan. Any instance of violation by MSI shall be immediately reported to the CHiPS by PMC.

7. Inspection and Testing I. All materials furnished and all work performed under this Contract shall be inspected and tested. The MSI shall furnish all manpower and materials for tests, including testing facilities, power and instrumentation, and replacement of damaged parts. The costs shall be borne by the MSI and shall be deemed to be included in the contract price. II. The entire cost of testing for factory & site acceptance, routine tests, production tests and other test during manufacture & site activities specified herein shall be treated as included in the quoted unit price of materials, except for the expenses of the CHiPS representative. III. Prior notice of at least 15 days should be given to PMC by MSI for making the representative of PMC available for observing the factory tests. Any cost of pertaining to making available the PMC representative at the necessary site shall be solely borne by PMC and non-chargeable to the CHiPS. IV. All tests conducted by MSI must be verified by PMC. V. Should any inspections or tests indicate that specific item does not meet Specification requirements; the appropriate items shall be replaced, upgraded, or added by the MSI as necessary and as applicable to correct the noted deficiencies at no cost to the CHiPS. After correction of a deficiency, all necessary retests shall be performed to verify the effectiveness of the corrective action. VI. Deliveries shall not be shipped until all required inspections and tests have been completed and all deficiencies have been corrected to comply with this specification and approved for shipment by the CHiPS. VII. Acceptance or waiver of tests will not relieve the MSI from the responsibilities to furnish material and works in accordance with the specifications and to the CHiPS’s satisfaction. VIII. Unless otherwise specified in this Contract, selection of test samples, number of specimens and acceptance of results shall be in accordance with the terms of the relevant Standards and Codes. Where no terms exist, CHiPS or its appointed agency shall instruct details in advance of the inspection and tests in response to the request of the MSI.

Page 260 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

IX. MSI shall comply with various instructions / guidelines issued by CHiPS relating to testing and acceptance of the deliverables of the MSI.

8. Optical Fibre Identification I. Individual optical fibres within the fibre units shall be identifiable in accordance with EIA/TIA 598 or IEC 60304 or Bellcore GR-20 colour coding scheme. The actual colouring scheme shall be mentioned by the MSI in Data Requirement Sheet and the same shall be finalized during the detailed engineering in consultation with the CHiPS. II. Colouring utilized for colour coding optical fibre shall be integrated into the fibre coating and shall be homogenous. The colour shall not bleed from one fibre to another and shall not fade during fibre preparation for termination of splicing. Each fibre cable shall have traceability of each fibre back to the original fibre manufacturer’s fibre number and parameters of the fibre.

9. Testing Methodology I. Acceptances Tests a. The works shall be deemed to have been completed only after the same has been accepted by PMC as per the process mentioned in this tender and after it has been informed by PMC to the CHiPS confirming the completion of work. The various testing will be undertaken by MSI in the presence of PMC. MSI may conduct its own test prior for self-assessment before asking for tests to be conducted in the presence of PMC. Certificate will be issued by PMC representative after successful completion of testing (for each milestone). b. The MSI, after having satisfied himself of completion of work, from equipment at Block PoP to equipment at GP PoP, shall offer the work to PMC for conducting Testing. The work shall be offered for Inspection as soon as link to Block is complete. c. If the measurements (of length of OFC laid) taken by PMC are found to be lesser than the measurements recorded by the MSI responsible for recording the measurements, the measurement taken by PMC shall prevail without prejudice to any punitive action against the MSI as per provisions of the contract and the testing officer of MSI recording the measurements. d. The MSI shall be obligated to remove defects/deficiencies pointed out by the PMC without any additional cost. The CHiPS does not take any responsibility of return of defective used items / items previously accepted by MSI. e. Factory Acceptance Test: Factory Acceptance Tests shall be conducted as per relevant Standards and Codes on randomly selected final assemblies of selected equipment to be supplied. These tests shall be carried out in the presence of the CHiPS’s authorized representatives unless waiver for witnessing by the CHiPS is intimated to the MSI. Factory acceptance testing shall be carried out on OFC and related accessories, all active and passive equipment, Test Equipment, installation accessories and all other items to be supplied unless factory testing and inspection has been waived off by the CHiPS.

Equipment shall not be shipped to the CHiPS until required factory tests are completed satisfactorily, all variances are resolved, and the CHiPS has issued Dispatch Clearance, which may be issued after completion of FAT by the CHiPS or its authorized representatives deputed for carrying out the FAT. Successful completion of the factory tests and the CHiPS approval to ship shall in no way constitute final acceptance of the system or any portion thereof.

The Factory Acceptance Test (FAT) shall demonstrate the Technical characteristics of the Fibre Optic cable & associated accessories in relation to this specifications and approved drawings and documents. The list of factory acceptance tests shall be supplemented by the MSI's standard FAT testing program. In general the FAT for other items shall include at least: Physical verification, demonstration of Technical characteristics, various operational modes, functional interfaces, alarms and diagnostics etc. For Test equipment, FAT shall include supply of proper calibration certificates, demonstration of satisfactory.

There shall be no factory splice allowed within a continuous length of cable. Only one continuous cable length shall be provided on each drum. The lengths of the cable to be supplied on each drum

Page 261 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

shall be standard or as determined by a “cable drum schedule” prepared by the MSI as the route survey done by survey agency appointed by CHiPS. f. Scope of Acceptance Testing: It is essential to verify the integrity and the capability of the Optical Fibre Cable and to assess its readiness for intended services. This scope defines the methodology for cable and accessories. The purpose of acceptance and testing is to verify integrity of measurement and quality of work done.

II. Fibre Optic cable link testing: a. Fibre continuity and link attenuation (Bi-directional) between FODP connectors at two ends for each fibre at 1310 and 1550 nm by OTDR b. Fibre continuity and link attenuation (Bi-directional) between FODP connectors at two ends for each fibre at 1310 and 1550 nm by Power meter & Laser source c. Average fibre attenuation and average splice loss in the link including FODP d. Proper termination and labelling of fibre and fibre optic cables at FODP e. Data loss test and ensuring that the same is within the acceptable limits

III. Termination arrangement at PoP location: The fibres of the cable shall be spliced to the pigtails for connection to the optical line systems. Pigtails shall be duly terminated at the FDMS (fibre distribution management system).

IV. Field Acceptance Test a. The field installation test shall be performed for all equipment at each location. If any equipment has been damaged or for any reason does not comply with this Specification, the MSI shall provide and install replacement parts at its own cost and expense b. As per Technical requirements, the Acceptance Test is required to be carried out for all 48 Fibres in each cable section, and the CHiPS Acceptance Test schedule is to be followed for proper testing of the OF cable network c. The OF cable sections shall be identified on ABDs attached with the Acceptance Test Report and in the GIS tool. d. Testing shall be done in each OF cable section in one direction only and for two wavelengths viz. 1310 nm and 1550 nm using power meter and source. OTDR traces would be obtained for each OF Cable sections to measure and record the splice loss wherever applicable. e. A minimum length of 2.0 km shall be maintained for all the OF cable between splices except as directed by the CHiPS for any intermediate T-offs

V. End to End Testing of Optical Fibre Cable Route from GP PoP to Block PoP This document defines the procedure to be adopted for end to end testing of the OF cable route from GP PoP to Block PoP. a. The End to End testing from GP PoP to Block PoP shall be carried out using Power meter/source and with OTDR after splicing OF cable b. The average attenuation (dB/Km) for cable shall be recorded c. End to end Testing shall be done in one direction only for the two wavelengths i.e. 1310 nm & 1550 nm from PoP to PoP side using Power meter and source. The Fibre connected to each port of the OTN shall also be tested using the OTDR and the traces obtained shall be recorded for future reference d. The MSI shall be responsible for co-ordination for conducting this test e. After carrying out this test, the respective PoP shall be detected in the NMS of NOC and shown as active at the NOC implemented by the MSI as part of this RFP. MSI shall share the list of PoPs in each district which have gone active. f. The format for End to End Testing of Cable Route is provided in this RFP.

Page 262 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

10. Fibre Link Length The estimated optical fibre lengths for various feeder lengths from one terminal point (FODP) to the other are given in the respective price schedules. However, the MSI shall supply and install the optical fibre cable as required based on actual work requirements finalized after detailed site survey carried out by the site survey agency. The payment will be based on actual quantities of work carried out by the MSI, as per the measurement criterion set forth in these specifications.

11. Commissioning Certificate I. MSI shall be eligible to apply for Commissioning Certificate of a Block after successful completion of End to End testing of a Block. II. The End to End Testing Report has to be submitted for obtaining the Commissioning Certificate. III. The CHiPS, without any prejudice, reserves the right to carry out any kind of inspection of the works being carried out by PMC and MSI at any time to ascertain its quantity and quality. IV. Testing will also be done for NOC, NMS and all other components supplied by the MSI as per the guidelines issued by the CHiPS in this regard from time to time.

12. Final Completion Certificate I. Only upon completion of all Works as required to be done by MSI for the State, MSI shall be given the Final Completion Certificate or Go-Live Certificate by the CHiPS.

Verification & Measurement of Work Done A. OFC Testing & Certification Formats

Test Format 1: Physical Inspection of Underground OFC & Accessories Quantities (or Length) S. Installed / Used Name of Items Observations Remarks No. (Verified as per Physical Inspection) 48 Core Optical Fibre Accessories: 1 Cable Length: Accessories: 2 PLB HDPE Duct Length: Accessories: 3 DWC Duct Length: Accessories: 4 GI Pipe Length: 5 FDMS at Block Level Routing & Tagging of fibres Routing & Tagging of 6 FDMS at GP Level Fibres 7 FDMS Outdoor 8 Any other items

Page 263 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Section Identity/No. :______Section Length: ______Kms Splice No. :______

Splice Loss (dB) Tube Colour Fibre Colour Fibre Number 1310 nm 1550 nm 1 2 3 4 To 45 46 47 48

Name, Signature & Seal of the MSI Official (Accepted / Rejected)

Date: Name, Signature & Seal of PMC Official Date: Remarks, if any: Note: Splice Loss Measurement using OTDR 1. The fibre under test is connected to the OTDR which directly displays the splice loss after suitably adjusting the markers. The observations shall be recorded for both the windows i.e. 1310 nm and 1550 nm. 2. For the splice(s) within the Fibre Cable section (in cases where the Fibre Cable section is more than 2 Kms in length) the splice loss shall be measured for all the 48 fibres. The splice no. shall be counted from POP side towards the nearest POPs. The test results shall be recorded in the format given in Form 3 of the Formats for the Test Report. 3. Specification: Max Splice Loss 0.05 dB for one fibre per splice for straight/branch joints.

Page 264 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Test Format 3: Attenuation Test for Fibre Cable Section in the POP using Power Meter (for each fibre)

Section Identity/No: ______Section Length: ______Kms Transmit Power (PTx):______dB

Testing at 1310 nm Testing at 1550 nm Attenuation Level at Level at Attenuation per Fibre Loss (in dB) per KM Rec. Loss (in dB) Rec. End KM (dB/Km) No. (dB/Km) End (A/section (PRx) (A=PTx-PRx) (PRx) (A=PTx-PRx) (A/section length) length) 1 2 TO 47 48

Name, Signature & Seal of the MSI Official (Accepted / Rejected)

Date: Name, Signature & Seal of PMC Official Date: Remarks, if any:

Note: 1. Carry out total section attenuation loss as mentioned in table above. 2. All the cables should meet the standard for both the wavelength i.e.1310 nm and 1550 nm as per specification given above i.e. less than 0.43 dB/Km for 1310 nm and 0.30 dB/km.for1550 nm. 3. Connect standard optical source with 1310 nm and 1550 nm at particular level (say P1 dBm.) at one end of the fibre. Measure with power meter the power at the other End of the fibre (say P2 dBm.) Thus, attenuation of the fibre = (P1 - P2) dB. 4. Specifications

I. At l310nm Total Link Loss ≤ 0.36 dB/km x Section Length + (0.05 dB/Splice) x (No. of Splices) + 0.5 dB x No. of Connectors + splitter loss II. At l550nm Total Link Loss ≤ 0.21dB/km x Section Length + (0.05 dB/Splice) x (No. of Splices) + 0.5 dB x No. of Connectors 5. All the 48 Fibres of the Fibre Cable shall be tested with the pigtail spliced to each fibre one by one for taking the test readings as per the table below. 6. Attenuation test shall also be taken with OTDR at 1550nm and 1310nm and printout for each fibre for each window shall be obtained.

Page 265 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

4.1.1 Preparation of OTDR Traces Report 1. This method uses an optical time-domain reflectometer (OTDR). Unlike a Power Meter, the OTDR can identify and locate the position of each component in the network. The OTDR will reveal splice loss, connector loss and reflectance, and the total end to end loss. 2. For End-to-End measurements including joint enclosures must be carried out to document the characterization of the joint loss and the total link loss. The OTDR measurement must be conducted upstream (i.e., from the GP to Block). 3. Carry out OTDR measurements and take traces taken on all wavelengths (1310 nm / 1550 nm). Soft copy of this report needs to made available for updating in Test reports

B. Depth Acceptance Test of OF Cable Route

Status report of OFC Depth Acceptance Test

The details of route is as under

Name of the block : ______Estimate No. : ______Total Length : ______Length of PLP Pipe laid : ______Length of 48 OF cable : ______Length of GI-Pipe : ______Length of DWC pipe : ______The above said Acceptance Test conducted the testing samples of HDD depth was carried out on different man holes or exit pits and for trench depth at different pits was taken. Details are as follows:

S. No. Name of the Block Length of Route(m)

HDD Trench 1.

Total

The details of testing/ Samples points are found satisfactory with in the limit/beyond acceptance limit.

The GP wise test results are as per the following format for OF cable.

Name, Signature & Seal of the MSI Official (Accepted / Rejected) Date: Name, Signature & Seal of PMC Official Date: Remarks, if any:

Page 266 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Format for Depth Acceptance Test of OFC All the measurement & observation have to be as per Engineering Instructions (as given in Annexure-19) (With latest amendment/addendum)

S. Name of Location of pit Type of Depth Observation Remarks No. the GP Laying on Top OK/ Not Ok (If any) As per MB As per Open HDD of pipe (Measurement Landmark Trench (m) Book)

Name, Signature & Seal of the MSI Official (Accepted / Rejected) Date: Name, Signature & Seal of PMC Official Date: Remarks, if any:

C. Electronics & Network Equipment testing & certification

The PMC will work in-line with the agreed execution schedule during the installation of Electronics & Network Equipment at the field level. The PMC needs to test and certify the each location where electronics and network equipment is installed for its operations and acceptance.

Note: Necessary testing equipment required to meet standards compliance will be provided by the MSI. After completion of the testing for each site, PMC need to submit the report in prescribed format to the CHiPS.. PMC will use the equipment to validate the reports submitted by the MSI.

Page 267 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Electronics & Network Equipment Testing & Certification Format: Test Format 4: Field Acceptance Test for PoP Name of District: Name of Block: PoP Name: Latitude & Longitude:

Test Requirements: 1310 nm 1550 nm Cable Attenuation per km (dB) Total Physical Cable Length (km) Splice Loss Mean Value (dB) Total Number of Splices Maximum Connectors Loss (dB) Total Number of Connectors Total Section Loss (dB)

Test Period: From ______to ______Total Route Length of Fibre Cable laid from POP to POP: ______Kms Total Fibre Cable length tested: ______Kms No. of Straight Joints: ______No. of Branch Joints: ______No. of FDBs: ______

Name, Signature & Seal of the MSI Official (Accepted / Rejected)

Date: Name, Signature & Seal of PMC Official Date: Remarks, if any:

D. NOC & Point of Presence (PoP) Testing & Certification

PMC will work in-line with the agreed execution schedule during the set-up, installation and commissioning of Network Operations Centre and Points of Presence. The PMC needs to test and certify commissioning the each PoP and the centralized NOC including other components as mentioned in this RFP.

NOC & PoP Testing & Certification Formats

Test Format 5: End to End Testing of Route From PoP to PoP

1. The End to End testing from POP to POP shall be carried out using Power meter/source and with OTDR after splicing Optical Fibre Cable.

Page 268 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

2. The average attenuation (dB/Km) for cable shall be recorded in the given format: a. Tested Length : ______Km b. Total loss on the length : ______dB c. Average Attenuation per Km. : ______dB/Km d. Fibre length used : ______Km e. Net loss for Fibre at FDMS : ______dB 3. End to end Testing shall be done in one direction only for the two wavelengths i.e. 1310 nm & 1550 nm from POP to POP side using Power meter and source. The Fibre connected to each port of the OTN shall also be tested using the OTDR and the traces obtained shall be recorded for future reference. 4. The Implementing Agency entrusted with the task of for laying the Optical Fibre Cable shall be responsible for co-ordination for conducting this test. 5. After carrying out this test, the respective PoP shall be detected in the NMS of NOC and shown as active at the NOC implemented by the MSI as part of this RFP. MSI shall share the list of PoPs in each district which have gone active. Test Format 6: End to End Testing of Route from Block to GP 1. The End to End testing of the Fibre Cable route from the Block to GP shall be done by measuring the receive power at each GP location using the power meter and source. Thus total attenuation would be recorded. 2. The attenuation shall be tested from Block to each FDMS at GP in one direction only for two wavelengths 1310 nm and 1550 nm. 3. The tests shall be carried on the fibre connected to each of utilized ports. 4. The test results shall be recorded in the format given in the following table. Separate sheet shall be prepared for each port. 5. Specifications: The total maximum attenuation from Block to GP at each location should be about 25 dB. 6. The fibre connected to each port shall also be tested using the OTDR and the traces obtained shall be recorded for future reference.

Test Format 7: NOC Active Components Test

S. No Description PMC Remarks Section 1 Acceptance Tests After completion of the installation work, the complete system shall be tested for H/Ware and S/Ware functions and features. MSI’s engineers, under the supervision and guidance of the A MSI’s experts will carry out this work. Thereafter, the MSI, along with the representative nominated by the CHiPS, shall carry out the Acceptance tests to prove performance of the different equipment, sub-system, and the overall installation to the entire satisfaction of the CHiPS. The MSI shall submit sufficiently in advance before the start of the acceptance tests, a list of all the acceptance test and procedures, it proposes to conduct to demonstrate that the B system satisfies all the requirements of the specifications. The CHiPS shall have the right to propose modifications or additions to tests or measuring techniques before commencements of tests. As a part of the acceptance tests, it shall be checked that: All documentation should be supplied & fully updated. C All hardware and software items are in perfect working order at the time of testing.

Page 269 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

S. No Description PMC Remarks Section 1 Acceptance Tests Acceptance tests, including stability test as defined will have to be completed to the full satisfaction of the CHiPS.

All the network elements & route shall be brought in the NMS with complete testing of FCAPS functionality. Testing of Technical Specification & Equipment Configuration Section-2

A Testing of Link Margin / Route –Span Design The link engineering calculations along with link margins If the system permits All the link margin calculations shall be done based on EOL of electronics. Testing of Mandatory design parameters: Return Loss shall be at least 40 dB 4dB end to end OSNR margin Per span margin shall be more than or equal to 4 dB B Auto shut down of laser & power amplifier System should support Automatic Level control, Automatic Gain control, and Automatic equalization of the links for per channel addition/deletion. NMS capability testing Regarding NMS functionality the performance management capability to be available on per channel basis in addition to line side. Alarms: D Derived Power supply failure alarm Loss of input at Optical Add/Drop multiplex equipment

Input channel failure Optical Add/Drop multiplex equipment.

Hardware mismatch alarm Loss of Supervisory Channel

Name, Signature & Seal of the MSI Official (Accepted / Rejected) Date: Name, Signature & Seal of PMC Official

Date: Remarks, if any: 5.1.1 End-to-End Network Testing & Certification The PMC will work in-line with the agreed execution schedule and needs to test and certify commissioning End- to-End Network Operations for the CHiPS. This will require testing of all installed infrastructure, hardware and software of the project, Standard Operating Procedures for NOC, Processes for Network Management, Service Provisioning & Monitoring. The End-to-End Network testing will be required to be done along with commissioning of the blocks.

Page 270 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Commissioning Certificate For OF Cable Network

No. : ______Dated : ______

The OF cable network laid under the BharatNet project for the block as listed below is hereby declared as commissioned as on . The names of the GPs and the details of the OF cable network being commissioned are given in the tables below

State : ______District : ______Block : ______No. of GPs completed : ______No. of GPs left out / incomplete ______Type & Make of OF Cable: 48F,

A. Names of the Gram Panchayats completed

Sl. Gram Panchayat Name Sl. Gram Panchayat Name No. No.

Page 271 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

B. OF Cable Network details

S .No Parameter Qty Unit Remarks

1 Gram Panchayats Total Nos

2 Gram Panchayats Completed Nos

3 Gram Panchayats Left out / Nos incomplete

4 Total OF cable length Meters

5 Total HDPE PLB length Meters

6 FDMS 48 F at Block Nos

7 FDMS 48 F at GP Nos

8 Patch Cords (nos. per GP, Nos 1m/3m/5m/10m)

Name, Signature & Seal of CHiPS Official Date: Remarks, if any:

Page 272 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Commissioning Certificate for Equipment

No. : ______Dated : ______

The Equipment installed under the BharatNet project for the block as listed below is hereby declared as commissioned as on . The names of the GP locations and the details of the equipment installed and being commissioned are given in the tables below

State : ______District : ______Block : ______Block Location : ______No. of GPs (GP locations) connected: ______No. of GPs left out / incomplete ______A. Equipment Details Type and Make : ______Port, ______Make B. Names of the Gram Panchayats connected

Sl. Gram Panchayat Name Sl. Gram Panchayat Name No. No.

Name, Signature & Seal of CHiPS Official Date: Remarks, if any:

Page 273 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

. Annexure-: Engineering Instructions for OFC Construction Practices Colour, content, logo are indicative and same shall be decided by the CHiPS 1. Scope 1.1. The Engineering Instructions spelt out in this document deals with the methods to be adopted for underground Optical Fibre Cable laying in PLB HDPE ducts and termination of Optical Fibre Cables at Gram Panchayats(GPs) for BharatNet Phase- II

2. Optical Fibre Cable Laying Approach

2.1. Generally, Optical Fibre Cable may preferably be laid straight as far as possible along the road near the boundaries, away from the burrow pits. When the Optical Fibre Cable is laid along the National Highways, Cable should run along the road land boundary or at a minimum distance of 15 meters from the centre line of the road where the road land is wider as the OFC carries high capacity traffic and is planned for about 25 to 30 years of life. It is essential that the cable is laid after obtaining due permission from all the concerned authorities to avoid any damage (which may result in disruption of services / revenue loss) and shifting in near future due to their planned road widening works. For obtaining ROW clearances will be provided by purchaser. 2.2. In special cases where it may be necessary to avoid burrow pits or low lying areas, the Cable may be laid underneath the shoulders at a distance of 0.6 meter from the outer edge of the road embankment provided the same is located at least 4.5 meters away from centre line of road.

3. General 3.1. Soil Classification Soil shall be classified under two broad categories Rocky and Non Rocky, The soil is categorized as rocky if the cable trench cannot be dug without blasting and / or chiselling. All other types of soils shall be categorized as Non Rocky including Murrum & soil mixed with stone or soft rock. 3.1.1. Rocky soil

The terrain which consists of hard rocks or boulders where blasting/ chiseling is required for trenching such as quartzite, granite, basalt in hilly areas and RCC (reinforcement to be cut through but not separated) and the like. 3.1.2. Non Rocky soils

This will include all types of soil- soft soil/hard soil/Murrum i.e. any strata, such as sand, gravel, loam, clay, mud, black cotton murrum, shingle, river or nullah bed boulders, soling of roads, paths etc. (All such soils shall be sub-classified as kachcha soil) and hard core, macadam surface of any description (water bound, grouted tarmac etc.), CC roads and pavements, bituminous roads, bridges, culverts (All such soils shall be classified as Pucca soils) 4. Laying of The Optical Fibre Cable The Optical Fibre Cable shall be laid through PLB HDPE Ducts buried at a nominal depth of 165cm. The steps involved in Optical Fibre Cable laying are as under: 4.1. Excavation of trench up to a nominal depth of 165 cm in non-Rocky soil, according to construction specifications along National/State Highways/other roads and in built up /rural areas. Under exceptional conditions/ genuine circumstances due to site constraints/ soil conditions, relaxation can be granted by the competent authority for excavation of trench to a depth lesser than 165cm. Such relaxation shall be given as per the laid down norms/ procedures being set by ChiPS and with the approval of the competent authority. The payment in such cases shall be made on pro-rata basis as per the laid down norms adopted by the purchaser. 4.2. Laying of PLB HDPE Ducts/coils coupled by sockets in excavated trenches, on bridges and culverts, as per construction specification and sealing of PLB HDPE Ducts pipe ends at every manhole by end-plugs

Page 274 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

of appropriate size. Optical Fibre Cables should be blown through Permanently Lubricated HDPE Duct of 40 mm-OD and 33 mm ID Pipe of 500/1000 meter coil which meets the specification as given in G/R No-G/CDS-08/02 Nov 2004 with latest amendments shall only be used for laying the OFC. Wherever DWC pipe or GI pipes or R.C.C. pipes are used for protection, the two ends of the pipes should be properly sealed to protect HDPE pipe from sharp edge of GI pipe and to bar the entry of rodents. For providing additional protection Split RCC/GI pipes should be used from top instead of full RCC/GI pipes. 4.3. Providing additional protection by R.C.C. Pipes/ GI pipes and/or concreting/chambering, wherever required according to construction specification. 4.4. Fixing of GI pipes/troughs with clamps on culverts/bridges and/or chambering or concreting of G.I. Pipes/troughs, wherever necessary. Normally, RCC/DWC pipes shall be used and use of GI pipes shall be avoided. However, in case it is felt that GI pipe is unavoidable in certain circumstances this should be done with the prior approval of competent authority within the concerned purchaser. This shall be recorded appropriately. 4.5. Laying Protection Pipes on Bridges and Culverts. In case trenching and pipe laying is not possible on the culverts, the pipes shall be laid on the surface of the culverts/bridges after due permission from the competent authority within the concerned purchaser as per construction specification. 4.6. Back filling and Dressing of the Trench according to construction specifications. 4.7. Making manhole of size (2.0 m length x 1.0 m width x 1.65 m Depth) at every Cable pulling location for housing the Optical Fibre Cable loop & Pulling Optical Fibre Cable using proper tools and accessories. Sealing of both ends of the PLB HDPE pipe in manhole by hard rubber bush of suitable size to avoid entry of rodents into the PLB HDPE Ducts, putting split PLB HDPE Ducts and split RCC pipes with proper fixtures over cable in the manhole to protect the bare cable. 4.8. Digging of pit of size 2 meter x 2 meter x 1.8 meter (depth) for fixing of Jointing chambered-cast RCC cover or stone of suitable size on jointing chamber to protect the Joint and backfilling of jointing chamber with excavated soil. 4.9. Digging of pits 500 cm to 1000 cm towards jungle side at every manhole and jointing chamber along the route to a depth of 75 cm fixing of route Indicator/joint indicator, concreting and backfilling of pits. Painting of route indicators with Blue colour and joint Indicator by Grey colour and sign writing denoting route/joint indicator number, kilometre, and marked as decided by CHiPS, as per construction specification. 4.10.Specifications of Materials to be used PLB HDPE Duct

Optical Fibre Cables should be pulled though Permanently Lubricated HDPE Duct of 40mm/33 mm size conforming to the specifications as per TEC GR No. TEC/GR/TX/CDS-008/03/MAR-11 with latest Amendments. The Ducts shall be in Grey colour and have the identification markings as per TEC GR wherein Chhattisgarh/CHiPS logo shall be marked as purchaser’s name. PLB HDPE Duct Accessories g) Push fit Coupler

Push Fit couplers shall be used for coupling PLB HDPE ducts/coils. The specifications of the couplers shall be as per TECGR no TEC/GR/TX/CDS-008/03/Mar11 with latest amendments. h) PP Rope

The PP Rope should conform to TEC GR No.TEC/GR/TX/CDS-008/03/MAR-11 with latest Amendments. However, this is optional and MSI may use the same on need basis. The PP rope can be ordered along with the PLB duct as required. In this case PP ropes drawn through the HDPE/PLB pipes/coils and safely tied to the end caps at either ends with hooks to facilitate pulling of the Optical Fibre Cables at a later stage. The rope used is 3 strands Polypropylene Para Pro rope having yellow colour and size of 6 mm diameter. It should have a minimum breaking strength of 550 kg. The length of each coil of rope should

Page 275 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

be 5 meter more than the standard length of duct(or as ordered) and it should conform to (i) BS 4928 Part-II of 1974 (ii) IS 5175 of 1982. It should be of special grade and should have ISI certificate mark. It should be manufactured out of industrial quality Polypropylene. i) End Cap

End Cap shall be used for sealing the ends of the empty ducts, prior to installation of the Optical Fibre Cable and shall be fitted immediately after laying the duct to prevent the entry of any dirt, water, moisture, insects/rodents etc. It should conform to TEC GR No. TEC/GR/TX/CDS-008/03/MAR-11with latest amendments. The ends of the PLB HDPE ducts/coils laid in the manholes should be closed with End Caps. The End Caps used should be suitable for closing40mm/33mm PLB HDPE ducts/coils. A suitable arrangement should be provided in the End Cap to tie PP Rope. (See figure-1 for details). j) Cable sealing Plug This shall be used to seal the end of the ducts perfectly, after the Optical Fibre cable is pulled in the duct. For pulling the cable through the ducts, it is necessary to provide manholes at that location and also at bends and corners wherever required. The ends of the PLB HDPE ducts/coils are closed with Cable sealing Plugs. The End Plugs used should be suitable for closing40mm/33mm PLB HDPE ducts/coils. The Cable sealing plug shall conform to TEC GR No. TEC/GR/TX/CDS-008/03/MAR-11 with latest amendments.(Wherever blowing technique is used for laying Optical Fibre Cable, at the discretion of the concerned MSI, the hand holes/manholes required for accessing the cable during cable laying can be at longer distances depending upon requirement).

5. Duct integration Test (DIT) for HDPE ducts 5.1. MSI shall ensure that the trench does not have any sharp bend and the couplers are tightened to the maximum. 5.2. MSI shall ensure the backfilling and the compaction of the trench are satisfactory prior to start of DIT. 5.3. MSI shall ensure to pass the compressed air at 8Kg/Sq.cm and clean the duct from deposits like mud and small stones. 5.4. MSI shall insert a medium density sponge into the duct and push it with compressed air of 8Kg/Sq.cm. The sponge should eject with full force. 5.5. The mandrill made of hard rubber or polished wood in the shape of cylinder of diameter 0.75 x D in diameter of HDPE duct and 75 mm long shall be used. 5.6. On completion of test seal the ends with end plugs. 5.7. MSI shall ensure that there is no pressure leakage during DIT

6. Method of Blowing of Fibre Optic Cable through HDPE duct 6.1. MSI shall ensure the duct Integrity test has been completed. 6.2. Drum should be kept approximately at the center of two adjacent chambers. (I.e. if drum length is 4 Km, at 2 Km.) So that on either side 2 Km blowing can be done. 6.3. Cable drum should be mounted on jack, which shall be kept on a plain surface. 6.4. Cable blowing to be done with the help of compressor, hydraulic power pack and blowing Machine. Anti-twist tool can be used to avoid twisting of cable while blowing.

7. Stripping/Cutting of the Cable 7.1. The cable is stripped of their outer and inner sheath with each sheath staggered approximately 10mm from the one above it. 7.2. Proper care must be taken when removing the inner sheath to ensure the fibres are not scratched or cut with the stripping knife or tool to prevent this, it is best to only score the inner sheath twice on

Page 276 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

opposite sides of the cable, rather than cut completely through it. The two scores marking on either side of the cable are then stripped of the inner sheath by hand quite easily. 7.3. The fibres are then removed from by one and each fibre/ribbon is cleaned individually.

8. Material for Providing Additional Protection 8.1. RCC Full Round Pipes: Reinforced cement concrete pipes (spun type) coupled with RCC collars sealed with cement mortar used to provide additional protection to PLB HDPE Ducts/coils at lessor depths should be of full round, NP-2 class and size 100 mm (internal diameter), conforming to IS standard 458-1988 with latest amendments. The pipes should have a nominal length of 2 meters. 8.2. The RCC collars should be properly sealed using cement mortar 1:3 (1:53 grade cement of reputed brand, 3: fine sand without Impurities). If case of long spans, every third joint will be embedded in a concrete block of size 60 cm (L) x 40cm (W) x 25 cm (H) of 1:2:4 cement concrete mix (1: cement, 2: coarse sand, 4: stone aggregate of 20 mm nominal size) so that the alignment of RCC pipes remain firm and intact. Also, both ends of RCC pipes spans will be sealed by providing concrete block of size 40 cm (L) x 40 cm (W) x 25 cm (H) of 1:2:4 cement concrete mix to avoid entry of rodents. 8.3. RCC Split Pipes: The split Reinforced cement concrete pipes (spun type) with in-built collars are used to provide additional protection to PLB HDPE Ducts/coils should be of 100mm internal dia.(Spotted), Class--NP-3, Thickness: 25mm, Length: 2 Meters with inbuilt collaret one end, Conforming to ISI Specification IS: 458, 1988 with latest amendment 8.4. G.I. Pipes: G.I. pipes should be of medium duty class having inner diameter of 50 mm and should conform to specifications as per IS 554/1985 (revised up to date) IS 1989 (Part-I), 1900 Sockets (revised up to date) & IS 1239 (Part-II) 1992 (revised up to date). 8.5. DWC Pipes: Use of normal duty DWC (Double walled corrugated) HDPE pipe – conforming to TEC GR no.GR/DWC-34/01 Sep.2007 with latest amendments shall be preferably utilized as first choice for protection of Optical Fibre Cable instead of GI pipes. The DWC pipes used shall be of size 75/61mm as per table 2 of the said TEC GR. 8.6. M.S. Weld Mesh: The PLB HDPE Ducts can also be protected by embedding it in concrete of size of 25 cm x25 cm reinforced with MS weld mesh. The MS weld mesh used should be of 50 mm x 100 mm size, 12 SWG, 120 cm in width in rolls of 50 m each. One meter of MS weld mesh caters to approx. 3 meters of concreting. (See figure ‘2’ for details). The strength of RCC/CC is dependent on proper curing, therefore, it is imperative that water content of CC/RCC mix does not drain out into the surrounding soil. In order to ensure this, the RCC/CC work should be carried out by covering all the sides by yellow PVC sheets of weight not less than 1 kg per 8 sq. metre to avoid seepage of water into the soil. 8.7. Joint Chamber: The Joint chamber shall be provided at every joint location to keep the Optical Fibre Cable joint well protected and also to house extra length of cable which may be required in the event of faults at a later date. The Joint chamber shall be of pre-cast RCC type as per construction specification. Brick chamber can also be made with prior permission of Purchaser. 8.8. Rubber Bush: To prevent entry of rodents into PLB HDPE DUCTS, the ends of PLB HDPE DUCTS are sealed at every manhole and joint using rodent resistant hard rubber bush (cap) after Optical Fibre cable is pulled. The rubber bush should be manufactured from hard rubber with grooves and holes to fit into 40 mm PLB HDPE DUCTS pipe, so that it should be able to prevent the entry of insects, rodents, mud, and rainwater into the PLB HDPE DUCTS pipe. It should conform to TEC GR with latest amendments. (See Figure-3). 8.9. Route/Joint Indicator: The Route/Joint indicators are co-located with each manhole/joint chamber. In addition Route indicators are also to be placed where route changes direction like road crossings etc. Either RCC/Pre-cast or Stone based route indicators can be used. The detailed specification and design of the same shall be as per construction specification. Generally, Stone Route indicators shall be used for the BharatNet Phase- II project.

Page 277 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

9. Excavation of Trenches 9.1. Trenching 9.1.1. Location and Alignment of the Trench: In built up areas, the trench will normally follow the foot- path of the road except where it may have to come to the edge of the carriage way cutting across road with specific permissions from the concerned authorities maintaining the road (such permissions shall be obtained by the department as per MOU signed with respective State Govt.). Outside the built up limits the trench will normally follow the boundary of the roadside land. However, where the road side land is full of burrow pits or afforestation or when the cable has to cross culverts/ bridges or streams, the trench may come closer to the road edge or in some cases, over the embankment or shoulder of the Road (permissions for such deviations for cutting the embankment as well as shoulder of the road shall be obtained). The alignment of the trench will be decided by a responsible official of the purchaser. Once the alignment is marked, no deviation from the alignment is permissible except with the approval of purchaser. While marking the alignment only the centre line will be marked and the MSI shall set out all other work to ensure that, the excavated trench is as straight as possible. The MSI shall provide all necessary assistance and labour, at his own cost for marking the alignment. MSI shall remove all bushes, undergrowth, stumps, rocks and other obstacles to facilitate marking the centre line without any extra charges. It is to be ensured that minimum amount of bushes and shrubs shall be removed to clear the way and the MSI shall give all, consideration to the preservation of the trees. 9.1.2. The line-up of the trench must be such that PLB pipe(s) shall be laid in a straight line, both laterally as well as vertically except at locations where it has to necessarily take a bend because of change in the alignment or gradient of the trench, subject to the restrictions mentioned elsewhere. 9.1.3. Line-Up: The line-up of the trench must be such that PLB HDPE Ducts shall be laid in a straight line except at locations where it has to necessarily take a bend because of change in the alignment or gradient of the trench, subject to the restrictions mentioned elsewhere.

9.2. Method of Excavation

9.2.1. In built up areas, the MSI shall resort to use of manual labour / HDD only to ensure no damage is caused to any underground or surface installations belonging to other public utility services and/or private parties. 9.2.2. However, along the Highways and cross country there shall be no objection to the MSI resorting to mechanical means of excavation, provided that no underground installations existing the path of excavation, if any, are damaged. 9.2.3. There shall be no objection to resort to horizontal boring to bore a hole of required size and to push through G.I. Pipe (50 mm ID) through horizontal bore at road crossing or rail crossing or small hillocks etc. 9.2.4. All excavation operations shall include excavation and ‘getting out’. ‘Getting out’ shall include throwing the excavated materials at a distance of at least one meter or half the depth of excavation, whichever is more, clear off the edge of excavation. In all other cases ‘getting out’ shall include depositing the excavated materials as specified. 9.2.5. In Rocky strata excavation shall be carried out by use of electro mechanical means like breakers/ jack hammers or by blasting wherever permissible with express permission from the competent authority. If blasting operations are prohibited or not practicable, excavation in hard rock shall be done by chiselling/ jack hammers. 9.2.6. Trenching shall as far as possible be kept ahead of the laying of pipes. MSI shall exercise due care that the soil from trenching intended to be loose for back filling is not mixed with loose debris. While trenching, the MSI should not cause damage to any underground installations belonging to other agencies and any damage caused should be made good at his own cost and expense. 9.2.7. Necessary barricades, night lamps, warning board and required watchman shall be provided by the MSI to prevent any accident to pedestrians or vehicles. While carrying out the blasting

Page 278 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

operations, the MSI shall ensure adequate safety by cautioning the vehicular and other traffic. The MSI shall employ sufficient man-power for this with caution boards, flags, sign writings etc. 9.2.8. The MSI should provide sufficient width at the trench at all such places, where it is likely to cave in due to soil conditions without any extra payment. A minimum free clearance of 15 cm should be maintained above or below any existing underground installation. No extra payment will be made towards this. In order to prevent damage to PLB HDPE DUCTS over a period of time, due to the growth of trees, roots, bushes, etc., the MSI shall cut them when encountered in the path of alignment of trench without any additional charges. 9.2.9. In large burrow pits, excavation may be required to be carried out for more than 165 cm in-depth to keep gradient of bed less than 15 degrees with horizontal. If it is not possible as stated above, alignment of trench shall be changed to avoid burrow pit completely. 9.3. Depth and Size of the Trench

The depth of the trench from top of the surface shall not be less than 165 cm unless otherwise relaxation is granted by purchaser under genuine circumstances. In rocky terrain, less depth shall be allowed only in exceptional circumstances with additional protection where it is not possible to achieve the normal depth due to harsh terrain/ adverse site conditions encountered. This shall be done only with the approval of the purchaser. This shall be properly documented. In all cases, the slope of the trench shall not be less than 15 degrees with the horizontal surface. The width of the trench shall normally be 45 cm at the top & 30 cm at the bottom. In case, additional pipes (HDPE/GI/RCC Pipes) are to be laid in some stretches, the same shall be accommodated in this normal size trench. When trenches are excavated in slopes, uneven ground and inclined portion, the lower edge shall be treated as top surface of land and depth of trench will be measured accordingly. In certain locations, such as uneven ground, hilly areas and all other Places, due to any reason whatsoever it can be ordered to excavate beyond standard depth of 165 cm to keep the bed of the trench as smooth as possible. Near the culverts, both ends of the culverts shall be excavated more than 165 cm to keep the gradient less than 15 degree with horizontal. For additional depth in excess of 165 cm, no additional payment shall be applicable. If excavation is not possible to the minimum depth of 165 cm, as detailed above, full facts shall be brought to the notice of the purchaser in writing giving details of location and reason for not being able to excavate that particular portion to the minimum depth. Approval shall be granted by the purchaser in writing under genuine circumstances. The decision of the purchaser shall be final and binding on the MSI. All the relaxations granted as specified above shall be dealt with as per the laid down norms and procedure of purchaser. 9.3.1. Dewatering: The MSI shall be responsible for all necessary arrangements to remove or pump out water from trench. The MSI should survey the soil conditions encountered in the section and make his own assessment about dewatering arrangement that may be necessary. No extra payment shall be admissible for this. 9.3.2. Wetting: Wherever the soil is hard due to dry weather conditions, if watering is to be done for wetting the soil to make it loose, the same shall be done by the MSI. No extra payment shall be admissible for this. 9.3.3. Blasting: For excavation in hard rock, where blasting operations are considered necessary, the MSI shall obtain approval of the purchaser in writing for resorting to blasting operation. The MSI shall obtain license from CHiPS for undertaking blasting work as well as for obtaining and storing the explosive as per the Explosive Act, 1884 as amended up to date and the explosive Rules, 1983. The MSI shall purchase the explosives fuses, detonators, etc. only from a licensed dealer. Transportation and storage of explosive at site shall conform to the aforesaid Explosive Act and Explosive Rules. The MSI shall be responsible for the safe custody and proper accounting of the explosive materials. Fuses and detonators shall be stored separately and away from the explosives. The purchaser or his authorized representative shall have the right to check the MSI’s

Page 279 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

store and account of explosives. The MSI shall provide necessary facilities for this. The MSI shall be responsible for any damage arising out of accident to workmen, public or property due to storage, transportation and use of explosive during blasting operation. Blasting operations shall be carried out under the supervision of a responsible authorized agent of the MSI (referred subsequently as agent only), during specified hours as approved in writing by the purchaser. The agent shall be conversant with the rules of blasting. All procedures and safety precautions for the use of explosives drilling and loading of explosives before and after shot firing and disposal of explosives shall be taken by the MSI as detailed in IS: 4081 safety code for blasting and related drilling operation. 9.3.4. Trenching Near Culverts/ Bridges: The PLB HDPE Ducts shall be laid in the bed of culvert at the depth not less than 165 cm protected by RCC pipes as decided by purchaser. Both ends of culverts shall be excavated more than 165 cm in depth to keep the gradient of not less than 15 degree with horizontal. The bed of trench should be as smooth as possible.

9.3.5. While carrying out the work on bridges and culverts, adequate arrangement for cautioning the traffic by way of caution boards during day time and danger lights at night shall be provided. In case of small bridges and culverts, where there is a likelihood of their subsequent expansion and remodelling, the cable should be laid with some curve on both sides of the culvert or the bridge to make some extra length available for readjustment of the cable at the time of reconstruction of culvert or the bridge.

10. Laying Of PLB HDPE Ducts

After the trench is excavated to the specified depth, the bottom of the trench has to be cleared of all stones or pieces of rock and levelled up properly. A layer of soft soil/or sand (in case the excavated material contains sharp pieces of rock/stones) of not less than 5 cm is required for levelling the trench to ensure that the cable when laid will follow a straight alignment. Adequate care shall be exercised while laying so that the Optical Fibre Cables are not put to undue tension/pressure after being laid as this may adversely affect the optical characteristics of cables with passage of time. The MSI shall ensure that trenching and pipe laying activities are continuous, without leaving patches or portions incomplete in between. In case intermediate patches are left, measurement of the completed portions will be taken only after work in such left over patches are also completed in all respects. Preparatory to aligning the pipe for jointing, each length of the PLB HDPE Ducts shall be thoroughly cleaned to remove all sand, dust or any other debris that may clog, disturb or damage the Optical Fibre Cable when it is pulled at a later stage. The ends of each pipe and inside of each Socket shall be thoroughly cleaned of any dirt or other foreign materials. After the trench is cleaned the PLB HDPE Ducts/Coil shall be laid in the cleaned trench, jointed with Sockets. Drawing up of PP rope is optional as per TEC GR. In case of use of PP Rope, at every manhole approximately at every 200 m or at bends or turns the PP rope will be tied to the HDPE end caps used for sealing the PLB HDPE Ducts, to avoid entry of rodents/mud etc. At the end of each day work, the open ends of the pipes sections shall be tightly closed with endcaps to prevent the entry of dirt/mud, water or any foreign matter into PLB HDPE Ducts until the work is resumed. In built up area falling within Municipal/Corporation limits, the PLB HDPE Ducts shall be laid with protection using RCC Pipes/ Concreting reinforced with weld mesh (only in exceptional cases). For lesser depths requiring additional protection in built up areas, towns and cities falling within t the municipal limits, suitable protection shall be provided to PLB HDPE pipes/coils using RCC/DWC full round/split pipes or GI pipes or cement concreting reinforced with MS weld mesh or a combination of any of these as per the site requirement. This shall be done only with the prior instructions/approval of the purchaser. The specifications for providing each of these protections are given later in this document. Moreover, in cross country routes, if depth is less than 1.2 meters, protection by using RCC/DWC Pipe shall be provided. Purchaser shall decide about such stretches and type of protection to be provided in view of the site requirements. Normally 100 mm RCC /DWC Pipes shall be used for protecting PLB HDPE Ducts but if

Page 280 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

more than one PLB pipe is to be laid and protected, RCC/DWC Pipe of suitable size to accommodate the required number of PLB Pipes shall be used. The PLB HDPE Ducts shall be laid in RCC Full Round spun Pipes/GI Pipes as required at Road crossings. The RCC pipes/GI pipes shall extend at least 3 meters on either side of the road at Road crossings. At Road crossings, extra GI/PLB HDPE Ducts may be laid as per the direction of the purchaser. On Rail bridges and crossings, the PLB HDPE Ducts shall be encased in suitable cast iron as prescribed by the Railway Authorities. Wherever RCC pipes are used for protection, the gaps between the RCC collars and the RCC pipes shall be sealed using cement mortar 1:3 (1:53 grade cement of reputed brand, 3: fine sand without impurities) to bar entry of rodents. Every third collar of RCC pipes (normally of 2 meters length) and also both ends of RCC Pipes will be embedded in a concrete block of size 40 cm (L)x 40 cm(W) x 25 cm (H) of 1:2:4 cement concrete mix (1:53 grade cement of reputed brand, 2: coarse sand, 3: stone aggregate of nominal size of 20 mm ) so that the alignment of RCC pipes remain firm and intact and to avoid entry of rodents. Wherever GI pipes are used, special care should be taken to ensure that G.I. Pipes are coupled properly with the sockets so as to avoid damage to PLB pipe and eventually the Optical Fibre Cable in the event of pressure coming on the joint and G.I. Pipe joint giving its way. Rubber bushes shall be used at either ends of the GI pipes to protect PLB pipe. Both the ends of G.I. Pipe will be embedded in a concrete block of size 40 cm (L) x 40 cm ((W) x 25 cm (H) of 1:2:4 cement concrete mix (1:53 grade cement of reputed brand, 2: coarse sand, 3: stone aggregate of nominal size of 20 mm) so that the alignment of G.I. Pipes remain firm and intact and to avoid entry of rodents. In case of protection by concreting at site, the nominal dimension of concreting shall be 250 mm x250 mm section. Cement Concrete Mixture used shall be of 1:2:4 composition i.e. 1:53 grade Cement of a reputed company, 2: Coarse Sand, 4: Graded Coarse Stone aggregate of 20 mm nominal size, reinforced with MS weld mesh. As the RCC is cast at site, it is imperative to ensure that special care is taken to see that proper curing arrangements are made with adequate supply of water. The MSI shall invariably use mechanical mixer at site for providing RCC protection, to ensure consistency of the mix. For carrying out concreting work in trenches, yellow PVC sheets of width not less than 1.0 M and of weight not less than 1 kg. Per 8 sq. meters shall be spread and nailed on sides of the trench to form trapezoidal section for concreting in the cleaned trench, to avoid seepage of water into the soil. A bed of cement concrete mixture of appropriate width and 75 mm thickness shall be laid on the PVC sheet, before laying PLB HDPE ducts. The PLB HDPE Ducts shall then be laid above this bed of concrete. After laying the PLB HDPE Ducts, MS weld mesh is wrapped around and tied and concrete mix is poured to form the cross sectional dimensions as instructed by the purchaser. The strength of RCC is dependent on proper curing therefore, it is imperative that water content of RCC mix does not drain out into the surrounding soil. Portions where cement concreting has been carried out shall be cured with sufficient amount of water for reasonable time to harden the surface. After curing, refilling of the balance depth of the trench has to be carried out with excavated soil. The PLB HDPE Ducts/RCC/GI Pipes shall be laid only in trenches accepted by purchaser or his representative. The MSI shall exercise due care to ensure that the PLB HDPE Ducts are not subjected to any damage or strain. Water present in the trench at the time of laying the PLB HDPE Ducts shall be pumped out by the MSI before laying the pipes in the trench to ensure that no mud or water gets into the pipes, thus choking it. In case of nallahs, which are dry for nine months in a year, the PLB HDPE Ducts shall be laid inside the RCC Pipes laid at a minimum depth of 165 cm, as instructed by the purchaser. The mechanical protection shall extend at least 5 meters beyond the bed of nallah on either side. Notwithstanding anything contained in clauses referred above, the purchaser may order, based on special site requirements, that the PLB HDPE Ducts may be encased in reinforced cement concrete, as detailed, in bid. While laying the pipes, a gap of 2 M is kept at convenient locations approx. 200 m apart and at the bends and turns, which will be used as manholes during Optical Fibre cable pulling. Ends of the PLB HDPE Ducts at the manholes shall be sealed using end caps after tying the PP rope to the end caps to avoid choking of the pipes. In a similar manner, manholes shall be kept while approaching bridges, road crossings etc., as instructed by the purchaser. The location of the manholes will be decided by the purchaser.

Page 281 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

10.1. Laying Protection Pipes on Bridges and Culverts:

In case trenching and pipe laying is not possible on the culverts, the pipes shall be laid on the surface of the culverts/bridges after due permission from the purchaser. Of late the bridge construction authorities are providing channel ducts on the footpaths on the bridges for various services. The RCC/DWC/ G.I. Pipes can be laid in these ducts for pulling cables. However, for laying cables on existing bridges, where duct arrangement does not exist, one of the following methods may be adopted. In case of the Bridges/Culverts, where there are no ducts and where the cushion on the top of the Arch is 50 cm to 100 cm or more, G.I. Pipe (Carrying PLB HDPE pipe and cable) may be buried on the top of the Arch adjoining the parapet wall, by digging close to the wheel guards. Every precaution shall be taken to see that no damage occurs to the arch of the culvert. After burying the GI pipe, the excavated surface on the arch shall be restored. Where the thickness of the Arch is less than 50 cm, the pipe must be buried under the wheel guard masonry and the wheel guard rebuilt. If neither of the two methods is possible, the G.I. Pipes/GI Troughs must be clamped on the parapet wall with the clamps. If necessary, the pipes may be taken through the parapet wall at the ends where the wall diverges away from the road. Methods cited in above clauses should be carried out under close supervision of Road authorities. The surface to be concreted should be thoroughly cleaned and levelled before concreting. At both ends of the Bridges/Culverts, where the GI Pipes /GI Troughs slope down and get buried, the concreting should be extended sufficiently to ensure that no portion of the GI Pipes/GI Troughs is exposed as approved by the purchaser to protect the pipe/trough from any possible externally caused damage. Where white wash/colour wash is existing on the Bridges/ Culverts, the same should also be carried out on the concreted portion to ensure uniformity.

11. Back Filling and Dressing of the Trench Provided that the PLB HDPE pipes have been properly laid in the trench at the specified depth, the back filling operation shall follow as early as practicable. The earth used for filling shall be free from all roots, Grass, shrubs, vegetation, trees, saplings and any other kind of garbage or pebbles. The back filling operation shall be performed in such a manner so as to provide firm support under and above the pipes and to avoid bend or deformation of the PLB HDPE pipes when the pipes get loaded with the back filled earth. At locations where the back filled materials contains stones/sharp objects which may cause injury to the PLB HDPE pipes and where the excavated or rock fragments are intended to refill the trench in whole or in part, the trench should be initially filled, with a layer of ordinary soil or loose earth (free from any stones/pebbles) not less than 10 cm thick over the pipes. Back filling on public, roads, railway crossings, footpaths in city areas shall be performed immediately after laying the HDPE pipes. Back filling at such locations shall be thoroughly rammed, so as to ensure original condition so that it is safe for the road traffic. All excess soil/ material left on road/ footpath/railway crossing shall be removed by MSI. However, along the highways and in country side, the excess dug up material left over after refilling should be kept in a heap above over the trench. In city limits, at any given time not more than 50 Meters length of trench should be kept open and in all places where excavation has been done, no part of the trench should be kept open over night to avoid occurrence of any mishap or accident in darkness.

12. Restoration of Road Surface Road restoration work to be made with bituminous macadam for semi grouting 50 mm thick and premix carpet surfacing 25 mm thick over the grouted surface (total up to 75 mm thick) including supply of asphalt etc. to evenly match the road, including consolidation and rolling as per standard specification of DSR 1997. Road restoration work with cement concrete 1:4:8 mix for thickness varying from 150 mm to 225 mm, including supply of concrete to be made to evenly match the road.

Page 282 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

13. Cable Pulling and Joining/Splicing 13.1.Cable Pulling

Manholes marked during PLB HDPE Ducts pipe laying of approx. size of 2.0 m length x 1.0 m width x 1.65 m depth shall be excavated for pulling the cables. There may be situations where addition manholes are required to be excavated, for some reasons, to facilitate smooth pulling of cable. Excavation of addition manholes will be carried out, without any extra cost. De-watering of the manhole, if required, will be carried out without any extra costs. Dewatering/ De-gasification of the Ducts, if required, will be carried out without any extra costs. The Optical Fibre Cables are available in drums in lengths of approx. 2 km. The cables shall be blown / manually pulled (in exceptional cases) through already laid PLB HDPE DUCTS. This work is to be carried out under the strict supervision of site in-charge. It shall be ensured that during the blowing / pulling of Cable the tension is minimum and there is no damage to the Cable/Optical Fibres. After pulling of the drum is completed, both ends of the PLB HDPE DUCTS pipe in each Manhole should be sealed by hard rodent resistant rubber bush, to avoid entry of rodents/mud into PLBHDPE Ducts. The Manholes are prepared by providing 40 mm split PLB HDPE DUCTS pipe of 2.5 to 3m length and closing the split PLB HDPE Ducts by providing necessary clamps/ adhesive tape as per the directions of purchaser. Afterwards, the split/cut PLB HDPE DUCTS pipe are covered with 100 mm split RCC pipe of 2m length and sealing the ends of RCC pipe with lean cement solution for protecting bare cable in the manhole . After fixing of RCC Split Pipes necessary back filling/reinstatement and dressing of manholes should be carried out as referred under trenching. The location of the pulling manhole should be recorded for preparation of documentation. 13.2.Jointing/ Splicing

Optical Fibre Cable Joints will be at varying distances depending upon the incremental fibre to be laid for connecting Panchayats. The 48 fibres are to be spliced at every Joint & at both ends (Terminations) in the equipment room as directed by CHiPS. The Infrastructure required for cable splicing i.e. Splicing machine, OTDR, Optical talk set, Tool kit, etc. will be arranged by the MSI and also any additional accessories. e. g. Engine etc. required at site for splicing will also be arranged by the MSI. The Optical Fibre Cable thus jointed end-to-end will be tested by the purchaser/ Acceptance Testing unit of the concerned purchaser for splice losses and transmission parameters as specified by CHiPS and prevalent at that time. The through Optical Fibre should meet all the technical parameters, specified and no relaxation will be granted. 13.3.Splicing of Fibres

13.3.1. Wash hands thoroughly prior to connecting this procedure. 13.3.2. Place the bare fibre inside ‘V’ groove of the splicing machine by opening clamp handle such that the end of fibre is app.1 mm. over the end of the ‘V’ groove towards the electrodes. 13.3.3. Repeat the same procedure for other fibre; however first insert heat shrink splice protector. 13.3.4. Press the start button on the splice controller. 13.3.5. The machine will pre fuse, set align both in ‘X’ and ‘Y’ direction and then finally fuse the fibre. 13.3.6. Inspect the splice on monitor if provided on the fusion splicing machine and assure no nicking, bulging is there and cores appear to be adequately aligned if the splice does not visually look good repeat the above procedure. 13.3.7. Slide the heat shrink protector over the splice and place in tube heater. Heat is complete when soft inner layer is seen to be ‘oozing’ out of the ends of the outer layer of the protector.

Page 283 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

13.3.8. Repeat the same procedure for all the other fibres. 13.4.Organizing Fibre and Finishing Joint

13.4.1. After each fibre is spliced, the heat shrink protection sleeve must be slipped over the bare fibre before any handling of fibre takes place, as uncoated fibres are very brittle and cannot withstand small radius bends without breaking. 13.4.2. The fibre is then organized into its tray by coiling the fibres on each side of the protection sleeve using the full tray side to ensure the maximum radius possible for fibre coils. 13.4.3. The tray is placed in the position. 13.4.4. OTDR reading taken for all splices in this organized state and recorded on the test sheet to confirm that all fibres attenuation are within 0.1 db per splice. This OTDR test will confirm fibres were not subjected to excessive stress during the organizing process. 13.4.5. After this the joint can be closed with necessary sealing etc. and ready for placement in the pit 13.5.Placing of Completed Joint in Pit

13.5.1. Joint is taken out from the vehicle and placed on the tarpaulin provided near the pit. 13.5.2. The cable is laid on the ground, loop the cable such that pen mark previously placed on the cable line up. Tape these loops together at the top of the coil. 13.5.3. The joint can now be permanently closed and sealed mechanically. However, before closing, silica gels to be kept inside for moisture protection. 13.5.4. Now the joint closure is fixed to the bracket on the pit wall and pit is closed.

14. Construction of Jointing Chamber

The joint chambers are provided at every joint to keep the Optical Fibre Cable joint well protected and also to keep extra length of cable, which may be, required to attend the faults at a later date. Jointing chambers are to be prepared normally at distance of every 2 km. Actual location of jointing chamber depends on length of cable drum and appropriateness of location for carrying out jointing work. The location is finalized by purchaser. The jointing chambers are constructed by way of fixing pre-cast RCC chambers/Brick Chambers and covers as per the instructions from purchaser. 14.1.Pre cast RCC chamber For fixing pre cast RCC chamber, first a pit of size 2 m x 2 m x 1.8 m depth shall be required to be dug. Pre cast RCC chamber shall consist of three parts (i) round base plate of 140 cm diameter and 5 cm thickness in two halves (ii) full round RCC joint chamber with diameter of 120 cm and height of 100 cm and thickness of 5 cm (iii) round top cover will be in two halves with diameter of 140 cm and thickness of 5 cm having one handle for each half in centre and word ‘CG OFC’ engraved on it. (See figure ‘4’). After, fixing the pre cast RCC joint chamber, the joint chamber is filled with clean sand before closing. Back filling of joint chamber pit with excavated soil shall be carried out in the end. 14.2. Brick Chamber For constructing brick chamber, first a pit of size 2m x2 mx1.8 m depth is shall be required to be dug, then, base of the chamber shall be made using concrete mix of 1:5:10 (1 cement, 5 coarse sand, 10 graded stone aggregate of 40mm nominal size) of size of 1.7m x 1.7 m and 0.15 m thickness. Wall of brick chamber should be constructed on this base having wall thickness of 9” using cement mortar mix of 1:5 (1: cement, 5: fine sand). The chamber should have internal dimensions of 1.2 m x 1.2 m and 1 m height. The bricks to be used for this purpose should be of size 9” x 4.5” x 3”, best quality available and should have smooth rectangular shape with sharp corners and shall be uniform in colour and emit clear ringing sound when struck.

Page 284 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

The joint chamber should be so constructed that PLB pipe ends remain protruding minimum 5 cm inside the chamber on completion of plastering. The PLB pipes should be embedded in wall in such a way that, the bottom brick should support the pipe and upper brick should be provided in a manner that PLB HDPE pipe remains free from the weight of the construction. The joint chamber should be plastered on all internal surfaces and top edges with cement mortar of 1:3 (1: cement, 3: coarse sand), 12 mm thick finished with a floating coat of complete cement as per standard. Pre-cast RCC slab with two handles to facilitate easy lifting, of size 0.7 m x 1.4 m and of thickness of 5 cm having one handle for each half in centre and word '’OFC' engraved on it are to be used to cover the joint chamber. Two numbers of such slabs are required for one joint chamber. This pre-cast slab should be made of cement concrete mix of 1:2:4 (1: cement, 2: coarse sand, 4: stone aggregate 6 mm nominal size) reinforced with steel wire fabric 75 x 25 mm mesh of weight not less than 7.75 Kg per sq. Meter. The joint chamber is filled with clean sand before closing. Back filling of joint chamber pit with excavated soil shall be carried out in the end

15. Fixing of Route Indicators / Joint Indicators Pits shall be dug around every 250 m towards jungle side at every Manhole and Jointing chamber for fixing of Route/Joint Indicator. In addition, Route Indicators are also required to be placed where Optical Fibre Cable changes directions like road crossing etc. The pits for fixing the indicator shall be dug for a size of 60 cm x 60 cm and 75 cm (depth). The indicator shall be secured in upright position by ramming with stone and murrum up to a depth of 60 cm and concreting in the ratio of 1:2:4 (1: cement, 2: coarse sand, 4 stone aggregate 20 mm nominal size) for the remaining portion of 15 cm. Necessary curing shall be carried out for the concreted structure with sufficient amount of water for reasonable time to harden the structure. 15.1. RCC/Pre cast Route Indicators

The route /joint indicator made of pre-cast RCC should have the following dimensions: Base - 250 mm x 150 mm Top - 200 mm x 75 mm Height - 1250 mm (See Figure ‘5’) 15.2. Stone based Route Indicators

The route /joint indicators made of Sand/lime Stone Should have the following dimension. The word ‘CG OFC’ should be engraved on the Route/Joint indicators.

i. Stone to be used (Sand/lime Stone) ii. Indicator Top surface to be rounded iii. Base 155 mm × 100 mm iv. Upper 500 mm length to be Tapered width wise as shown in the drawing and homogeneously finished. v. Height 650mm (Straight) + 400 mm (Tapered) vi. The route indicators should be engraved with word ‘OFC’ of size 80mm length & 50mm, width. vii. Length 3.5 Ft., top 4”x4” dressed 1Ft. from top & tapered.

(See figure ‘6’ for details of Stone Route Indicators) The Route indicators shall painted Blue and placed at 500 to 1000 cm away from the centre of the trench towards jungle side. The Joint indicators are placed at OFC joints and placed 500 to 1000 cm away from wall of the joint chamber facing jungle side and are painted Grey. The engraved word “CG OFC” should be painted in white, on route as well as joint indicators. Numbering of route indicators/joint indicators should also be done in white paint. The numbering scheme for route indicators will be Joint No. /Route Indicator No. for that joint. For example, 2/6 marking on a route indicator means 6th route indicator after 2ndjoint. Additional joints on account of faults at a later date should be given number of preceding joint with suffix A, B, C, and D. For example sign writing 2A on a joint indicator means, additional joint between joint No. 2 and 3. The numbering of existing route/joint indicator should not be disturbed on account of additional joints. Enamel paints of reputed brand should be used for painting and sign writing of route as well joint indicators.

Page 285 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

The route and joint indicator shall be painted with primer before painting with oil paint. The material used should bear ISI mark. The size of each written letter should be at least 3.5 cm. The colours of painting and sign writing is as under: i. For Joint Indicator: Grey color ii. For Route Indicator: Blue color iii. For CHiPS OFC & Nos: White color

16. Documentation The documentation, consisting of the following shall be prepared for each Block and Gram Panchayat connected to the Block. 4 sets of documentation shall be provided both in Electronic format on CD as well as hard bound copy. 16.1. As Build Diagrams. The ABD shall be an essential part of the documentation process and shall ensure easy maintenance of the OFC route. The ABD shall be separately prepared for each route. The ABD will contain the following details: - 16.1.1. Cable Details · Make and size of the cable. · Identification of cable drums deployed. · Test reports. 16.1.2. Joint Details · Location of Joint Chamber (lat/long details in decimal degree format up to eight decimal places). · Depth of Joint Chamber covers from ground level. · Details of cable slack left at each joint chamber. Splice loss details. 16.1.3. FDMS Details · Details of FDMS deployment. · OTDR measurements for each fibre terminated at FDMS. · Fibre Connectivity Details. · Route marker Details Ø Location of Cement / Electronic Route Marker (lat/long details in decimal degree format up to eight decimal places) Ø Route Marker Identification details. 16.1.4. Optical Test results · OTDR readings. · Light Source Power Meter readings. · Chromatic Dispersion measurement readings. · Optical test results for each fibre shall be furnished. · OTDR settings to include wavelength, pulse width and average time shall also be recorded. · Bi-directional OTDR readings shall be furnished for each Joint Closure. · OFC Alignment Details · Offset of cable from centre of the road at every 10 meters. · Details of crossings (road/rail/nala etc) should be provided. · Depth profile of Cable at every 10 Meter interval.

Page 286 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

· Details of protection with type of protection. · Location of culvert and bridges with their lengths and scheme of laying of HDPE/PLB pipe thereon. · Important landmarks to facilitate locating the cable in future to include culverts, houses, petrol pumps, schools etc. · Location of Joints and manholes. · Location of Cement and Electronic Route Markers. · The OFC alignment details shall be provided at multiple Levels of Detail (LOD) to facilitate section wise identification of route. While one sheet shall contain the entire link the LOD would gradually increase to upto 400m on a single sheet. · Diagram shall consist of Cable Route Details on Geographical Map drawn to scale with prominent land marks and alignment of cable with reference to road. · Indexing and referencing of the diagrams shall be made to provide easy identification of route details. 16.1.5. Landmarks along route · All the important landmarks for verification along the OFC route corridor would be recorded as part of the ABD. The corridor would include all verifiable landmarks upto 25m on each side along the center of the road. · All landmarks recorded as part of the ABD would be provided along with accurate lat long details in decimal degree upto eight decimal places. · The broad category of landmarks to be recorded would be as given below:- · Milestones. · Culverts. · Bridges. · Important building footprint. · Road Features. 16.1.6. ABD shall provide the basis for carrying out GIS mapping of the entire OFC route alignment. The GIS details required to be recorded as part of the ABD shall be measured using DGPS system (providing sub meter accuracy) and Total Stations. Readings recorded through these systems would use accurate control stations and shall be digitally corrected by using appropriate software. ABD shall be generated using CAD tool(s). 16.1.7. Accuracy of details provided as part of the ABD will be very critical for successful implementation of the GIS based Optical Fibre NMS being procured through a separate tender. A penalty of Rs 50,000.00 will be levied on the Bidder for each inaccurate recording of lat/long and distance details in the ABD and discovered during the ATP. 16.1.8. All the diagrams shall bear the signatures of the contractor and the project manager as a proof of accuracy of the details. The diagrams shall be bound in A-4 size book with cover. The cover sheets shall be laminated and should have the following details. · Name of the Project Organization. · Name of the OFC Link with ID. · Name of the Contractor. · Name of CHiPS Rep as part of Acceptance Test. · Name of PICG Rep as part of Acceptance Test. · Date of commencement of work.

Page 287 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

· Date of completion of work. · For each route/section 6 sets of above mentioned document shall be submitted. 16.2. Route Index Diagrams – General: This diagram shall consist of Cable Route Details on Geographical Map drawn to scale with prominent land marks and alignment of cable with reference to road. This shall be prepared on A-3 sheets of 80 GSM. 16.3.Route Index Diagrams –Profile These diagrams will contain i. Make and size of the cable. ii. Offset of cable from centre of the road at every 10 meters iii. Depth profile of Cable at every 10 meter; iv. Details of protection with type of protection depicted on it; v. Location of culvert and bridges with their lengths and scheme of laying of PLB HDPE Ducts pipe thereon. vi. Important landmarks to facilitated locating the cable in future; Location of Joints and pulling manholes. These diagrams shall be prepared on A-4 sheets of 80 GSM. On one sheet profile of maximum 400 meters shall be given to ensure clarity. 16.4. Joint Location Diagram

This diagram will show i. Geographical location of all the joints. ii. Depth of Joint Chamber covers from ground level iii. Type of chamber (Brick/Pre-cast) iv. Length of Optical Fibre Cable kept inside the joint chamber from either direction. This shall be prepared on A-4 sheets of 80 GSM. All the diagrams (1), (2) & (3) shall bear the signatures of the MSI, and the purchaser as a proof of accuracy of the details. The diagrams shall be bound in A-4 size book with cover. The cover sheets shall be of 110 GSM and laminated. The front cover shall have the following details. i. Name of the State/District/Block ii. Name of the Panchayats connected iii. Name of the CG/CHiPS with logo iv. Name of the MSI v. Date of commencement of work vi. Date of completion of work For each Block 1 sets of above mentioned document shall be submitted to purchaser.

17. SAFETY PRECAUTIONS 17.1. Safety Precautions when excavating or working in excavations close to electric cables

The purchaser of the work will assist MSI to get full information from Electricity undertaking regarding any electric cables, which are known or suspected to exist near the proposed excavation and unless this is done, excavation should not be carried out in the section concerned. The electricity undertaking should be asked to send a representative and work should be preceded with close consultation with them. Only wooden handled hand tools should be used until the electric cables have been completely exposed. Power Cables, not laid in conduits, are usually protected from above by a cover slab of concrete, brick or stone. They may or may not be protected on the sides. It is safer, therefore, always to drive the point of the pick axe downwards then uncovering a cable, so that there is less chance of missing such warning slabs. No workman should be permitted to work alone where there are electric cables involved. At least one more man should be working nearby so that help can be given quickly in case of an accident. If disconnection of power could be arranged in that section it will be better. No

Page 288 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

electric cables shall be moved or altered without the consent of the Electric Authority and they should be contacted to do the needful. If an electric cable is damaged even slightly, it should be reported to the Electric Authority and any warning bricks disturbed during excavation should be replaced while back filling the trench. Before driving a spike into the ground, the presence of other underground properties should be checked. Information on plans regarding the location of power cables need not to be assumed as wholly accurate. Full precautions should be taken in the vicinity until the power cable is uncovered. All electric cables should be regarded as being live and consequently dangerous. Any power is generally dangerous, even low voltage proving fatal in several cases. 17.2.Electric shock-Action and treatment

Free the victim from the contact as quickly as possible. He should be jerked away from the live conductors by dry timber, dry rope or dry clothing. Care should be taken not to touch with bare hands as his body may be energized while in contact. Artificial respiration should begin immediately to restore breathing even if life appears to be extinct. Every moment of delay is serious, so, in the meanwhile, a doctor should be called for. 17.3.Safety Precautions while working in public street and along railway lines

Where a road or footpath is to be opened up in the course of work, special care should be taken to see that proper protection is provided to prevent any accidents from occurring. Excavation work should be done in such a manner that it will not unduly cause inconvenience to pedestrians or occupants of buildings or obstruct road traffic. Suitable bridges over open trenches should be so planned that these are required for the minimum possible time. Where bridges are constructed to accommodate vehicular traffic and is done near or on railway property, it should be with the full consent and knowledge of the competent railway authorities. 17.4.Danger from falling material

Care should be taken to see that apparatus, tools or other excavating implements or excavated materials are not left in a dangerous or insecure position so as to fall or be knocked into the trench thereby injuring any workman who may be working inside the trench. 17.5. Care when working in Excavations

Jumping into a trench is dangerous. If it is deep, workmen should be encouraged to lower themselves. Workers should work at safe distance so as to avoid striking each other accidentally with tools. If the walls of the trench contain glass bits, corroded wire or sharp objects they should be removed carefully. If an obstruction is encountered, it should be carefully uncovered and protected if necessary. If an obstruction is encountered, it should be carefully uncovered and protected if necessary. Care must be taken to see that excavated material is not left in such a position that it is likely to cause any accident or obstruction to a roadway or waterway. If possible the excavated material should be put between the workmen and the traffic without encroaching too much on the road. 17.6. Danger of cave in

When working in deep trenches in loose soil, timbering up/shoring the sides will prevent soil subsidence. The excavated material should be kept at sufficient distance from the edge of the trencher pit. Vehicles or heavy equipment must not be permitted to approach too close to the excavation. When making tunnelled opening, it should be ensured that the soil is compact enough to prevent cave in even under adverse conditions of traffic. Extra care should be taken while excavating near the foundations of buildings or retaining walls. In such cases, excavation should be done gradually and as far as possible in the presence of the owners of the property. 17.7. Protection of Excavations

Excavations in populated areas, which are not likely to be filled up on the same day should be protected by barriers or other effective means of preventing accidents and the location of all such openings must in any event be indicated by red flags or other suitable warning signs. During the hours from dusk to

Page 289 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

dawn, adequate number of red warning lamps should be displayed. Supervisory officers should ensure that all excavations are adequately protected in this manner as serious risk and responsibility is involved. Notwithstanding adoption of the above mentioned precautions, works involving excavations should be so arranged as to keep the extent of opened ground and the time to open it to a minimum. 17.8. Precautions while working on roads

The period between half an hour after sun-set and half an hour before sunrise, and any period of fog or abnormal darkness may also be considered as night for the purpose of these instructions, for the purpose of providing the warning signs. Excavation liable to cause danger to vehicles or the public must at all times be protected with fencing of rope tied to strong uprights or bamboo poles at suitable height or by some other effective means. Any such temporary erection which is likely to cause obstructions and which is not readily visible should be marked by posts carrying red flags or boards with a red background by day and by continuously lighted lamps at night. The flags and the lamps should be placed in conspicuous positions so as to indicate the pedestrians and drivers of vehicles the full expanse i.e. both width and length of the obstruction. The distance between lamps or between floors should not generally exceed 1.25 m along the width and 6m along length of the obstruction in non-congested areas, but 4 meters along the length in congested areas. If the excavation is extensive, sufficient notice to give adequate warning of the danger, should be displayed consciously not less than 1.25 m above the ground and close to the excavation. Where any excavation is not clearly visible for a distance of 25m to traffic approaching from any direction or any part of the carriage way of the road in which the excavation exists, a warning notice should be placed on the kerb or edge of all such roads from which the excavation or as near the distance as is practicable but not less than 10 m from the junction of an entering or intersecting road in which the excavation exists. All warnings, in these should have a red background and should be clearly visible and legible. All warning lamps should exhibit a red light, but white lights may be used in addition to facilitate working at night. Wherever required a passage for pedestrians with footbridge should be provided. At excavations, cable drums, tools and all materials likely to offer obstructions should be properly folded round and protected. This applies to jointer’s tents as well. Leads, hoses etc. stretched and across the carriageway should be guarded adequately for their own protection and also that of the public. 17.9. Traffic Control

The police authorities are normally responsible for the control of traffic and may require the setting up of traffic controls to reduce the inconvenience occasioned by establishment of a single line of traffic due to restriction in road width or any other form of obstruction caused by the work. As far as possible, such arrangements should be settled in advance. If there are any specific regulations imposed by the local authorities, these should be followed. 17.10. Work along Railway Lines

Normally all works at Railway crossing is to be done under supervision of the railway authorities concerned, but it is to be borne in mind that use of white, red or green flags by the Departmental staff is positively forbidden to be used when working along a railway line as this practice may cause an accident through engine drivers mistaking them for railway signals. When working along double line of railway, the men should be warned to keep a sharp look on both the “UP” and’ DOWN” lines to avoid the possibility of any accident when trains pass or happen to cross one another near the work spot. 17.11. Procedure and Safety Precautions for use of explosives during blasting for trenching

In areas where the cable trench cannot be done manually on account of boulders and rocks, it is necessary to blast the rocks by using suitable explosives. The quality of explosive to be used depends on the nature of the rocks and the kind of boulders. A few types of explosive fuses and detonators normally used for making trenches for cable works are detailed below:

Page 290 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

i. Gun powder ii. Nitrate Mixture iii. Gelatine iv. Safety fuse v. Electric Detonator vi. Ordinary Detonator 17.11.1. Procedure A detailed survey of the route is to be done to assess the length of the section where trenching is to be done with the help of blasting. A route diagram of the rocky section may be prepared indicating the length of the route where the explosives are to be used. For the purpose of obtaining license, a longer length of route should be given in the application as in many cases, after digging, rocks appear which was not initially anticipated. Next a license will have to be obtained for use and storing of explosive in that section. If the area falls under a police commissioner, the authority for granting such license is the police commissioner of the concerned area. When the route does not fall in the jurisdiction of a police commissioner, the authority for issuing license is the District Magistrate. The concerned authority from purchaser should be applied in prescribed form with a route map. The concerned authority will make an enquiry and issue license for using/storing explosives for cables trenching work. Such license will be valid for 15 days only. The license should be got renewed if the blasting operation needs to be extended. Once the license is granted, it is the responsibility of the holders of the license for the proper use of explosives, its transportation and storing. 17.11.2. Method of using The safest explosive is the Gelatin and electric detonator. Gelatin is in the form of a stick. Electric detonator is a type of fuse used for firing the explosive electrically. Holes are made at suitable intervals on rocky terrain or boulders either by air compressor or by manual chipping. The depth of the holes should be 2 to 3 ft. Fill up the holes with small quantity of sand for about 6”. First the electric detonator is to be inserted into the Gelatin and the Gelatin is to be inserted into the holes keeping the + ve and - ve wirings of electric detonators outside the holes. Again refill the holes with sand. These +ve and-ve insulated wires of detonator are than extended and finally connected to an EXPLODER kept at a distance of not less than 100 m.

Now the explosive is ready for blasting. But, before connecting wires to exploder for blasting, all necessary precautions for stopping the traffic, use of red flags, exchange of caution signals, etc. should be completed and only then Exploder should be connected and operated. 17.11.3. Operation of exploder (IDL schaffler type 350 type exploder) The type 350 blasting machine consists of a bearing block with blasting machine system and the explosion proof light- alloy injection moulded housing. The exploder is held with the left hand. The twist handle is applied to the drive pin, clapped with the right hand turned in the clock wise direction in continuous measurements at the highest speed from the initial position until it reached to a stop. At this stage an indication lamp will glow. When the indication lamp glows, “press button switch” should be pressed. This will extend the electric current to detonator and Gelatin will be detonated. The rock will be blasted out of the trench. Number of holes can be blasted in a single stroke by connecting all such detonators in series connection and finally to the exploder. After blasting, again mazdoors are engaged on the work to clear the debris. It the result of the first blasting is not satisfactory, it should be repeated again on the same place. 17.11.4. Warning There may be two reasons for unsatisfactory results of the blasting

Page 291 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

I. Misfire of Gelatin due to leakage of current from detonator. II. Over loading because of overburdens. Never pull the broken wire pieces form the holes in such cases. Attempt should not be made to reblast the misfired Gelatin. The safest way is to make a fresh hole by its side and put fresh Gelatin in that hole and blast it. 17.12. Precautions

The abstract of Explosives Rules 1983 which are relevant to our work is given below: 17.12.1. Restriction of delivery and dispatch of explosives

No person shall deliver or dispatch any explosives to anyone other than a person who is the holder of a license to possess the explosives or the agent of a holder of such a license duly authorized by him in writing on his behalf? OR Is entitled under these rules to possess the explosives without a license. The explosives so delivered or dispatched shall in no case exceed the quantity, which the person to whom they are delivered or dispatched is authorized to possess with or without a license under these rules. No person shall receive explosives form any person other than the holder of a license granted under these rules. No person shall receive from or transfer explosives to any person for a temporary storage or safe custody in a licensed premise unless prior approval is obtained from the Chief Controller. A person holding license for possession of explosives granted under these rules shall store the explosives only in premised specified in the license. 17.12.2. Protection from Lightening During Storing

Every magazine shall have attached there to one or more efficient lightening conductors designed and erected in accordance with the specification laid down in Indian Standard Specifications No.2309 as amended from time to time. The connections to various parts of earth resistance of the lightening conductor terminal on the building to the earth shall be tested at least once in every year by a qualified electrical engineer or any other competent person holding a certificate of competency in this behalf from the State Electricity Department. A certificate showing the results of such tests and the date of the last test shall be hung up in conspicuous place in the building. 17.12.3. Precautions during thunder-storm When a thunder- storm appears to be imminent in the vicinity of a magazine or store house every person engaged in or around such magazine and store house shall be withdrawn to a safe distance from such magazine or store house and the magazine and store house shall be kept closed and locked until the thunder storm has ceased or the threat of it has passed. 17.12.4. Maintenance of records

Every person holding a license granted under these rules for possession, sale or use of explosives shall maintain records in the prescribed form and shall produce such record on demand to an Inspection Officer. 17.12.5. Explosives not to be kept in damaged boxes

The licensee of every magazine or store house shall ensure that, the explosives are always kept in their original outer package. In case, the outer package gets damaged so that the explosive contained therein cannot be stored or transported, such explosives shall be repacked only after the same are examined by controller of explosives.

Page 292 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

17.12.6. Storage of explosives in excess of the licensed quantity

The quantity of any kind of explosives kept in any licensed magazine or store house shall not exceed the quantity entered in the license against such kind of explosives. No explosives in excess of the licensed quantity shall be stored in the magazine or store house unless a permit in this behalf is obtained from the licensing authority by a letter or telegram. 17.12.7. Precautions to be observed at Site

The electric power at the blasting site shall be discontinued as far as practicable before charging the explosives. No work other than that associated with the charging operations shall be carried out within 10 meters of the holes unless otherwise specified to the contrary by the licensing authority. When charging is completed, any surplus explosive detonators and fuses shall be removed from the vicinity of the hole and stored at a distance which should prevent accidental detonation in the event of a charge detonating prematurely in any hole. The holes which have been charged with explosive shall not be left unattended till the blasting is completed. Care shall be taken to ensure that fuse or wires connected to the detonation are not damaged during the placing of stemming materials and tamping. 17.12.8. Suitable warning procedure to be maintained

The licensee or a person appointed by the licensee to be in charge of the use of explosives at the site shall lay down a clear warning procedure consisting of warning signs and suitable signals and all persons employed in the area shall be made fully conversant with such signs and signals. 17.12.9. Precautions to be observed while firing

The end of the safety fuse (if used in place of a detonator should be freshly cut before being lighted. The exploders shall be regularly tested and maintained in a fit condition for use in firing. An exploder shall not be used for firing a circuit above its rated capacity. The electric circuits shall be tested for continuity before firing. All persons other than the shot-firer and his assistant, if any, shall be withdrawn from the site before testing the continuity.

For the purpose of jointing, the ends of all wires and cables should have the insulation removed fora maximum length of 5 cm. and should, then be made clear and bright for a minimum length of 2.5 cm. and the ends to be joined should be twisted together so as to have a positive metal contact. Then these should be taped with insulation to avoid leakage when in contact with earth. In case of blasting with dynamite or any other high explosive, the position of all the bore holes to be drilled shall be marked in circles with white paint. These shall be inspected by the MSI’s agent. Bore holes shall be of a size that the cartridge can easily pass down. After the drilling operation, the agent shall inspect the holes to ensure that drilling has been done only at the marked locations and no extra hole has been drilled. The agent shall then prepare the necessary charge separately for each bore hole. The bore holes shall be thoroughly cleaned before a cartridge is inserted. Only cylindrical wooden tamping rods shall be used for tamping. Metal rods or rods having pointed end shall never be used for tamping. One cartridge shall be placed in the bore hole and gently pressed but not rammed down. Other cartridges shall then be added as may be required to make up the necessary charge for the bore hole. The top most cartridge shall be connected to the detonator which shall in turn be connected to the safety fuses of required length. All fuses shall be cut to the length required before being inserted into the holes. Joints in fuses shall be avoided.

Page 293 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Where joints are unavoidable, a semi-circular niche shall be cut in one piece inserted into the niche. The two pieces shall then be wrapped together with string. All joints exposed to dampness shall be wrapped with rubber tape. The maximum of eight bore holes shall be loaded and fired at one occasion. The charges shall be fired successively and not simultaneously. Immediately before firing, warning shall be given and the agent shall see that all persons have retired to a place of safety. The fuses of the charged holes shall be ignited in the presence of the agent, who shall see that all the fuses are properly ignited. Careful count shall be kept by the agent and other of each blast as it explodes. In case all the charged bore holes have exploded, the agent shall inspect the site soon after the blast but in case of misfire the agent shall inspect the site after half an hour and mark red crosses (X) over the holes which have not exploded. During this interval of half an hour, nobody shall approach the misfired holes. No driller shall work near such bore until either of the following operations has been done by the agent for the misfired boreholes. The MSI’s agent shall very carefully (when the tamping is a damp clay) extract the tamping with a wooden scraper and withdraw the primer and detonator. The holes shall be cleaned for 30 cm of tamping and its direction ascertained by placing a stick in the hole. Another hole shall then be drilled 15 cm away and parallel to it. This hole shall be charged and fired. The misfired holes shall also explode along with the new one. Before leaving the site of work, the agent of one shift shall inform the agent relieving him for the next shift, of any case of misfire and each such location shall be jointly inspected and the action to be taken in the matter shall be explained to the relieving agent. CHiPS shall also be informed by the agent of all cases of misfire, their cause and steps taken in that connection. 17.12.10. General Precautions For the safety of persons red flags shall be prominently displayed around the area where blasting operations are to be carried out. All the workers at site, except those who actually ignite the fuse, shall withdraw to a safe distance of at least 200 metre from the blasting site. Audio warning by blowing whistle shall be given before igniting the fuse. Blasting work shall be done under careful supervision and trained personnel shall be employed. Blasting shall not be done within 200 meters of an existing structure, unless specifically permitted by the purchaser in writing.

17.12.11. Precautions against misfire

The safety fuse shall be cut in an oblique direction with a knife. All saw dust shall be cleared form inside of the detonator. This can be done by blowing down the detonator and tapping the open end. No tools shall be inserted into the detonator for this purpose. If there is water present or if the borehole is damp, the junction of the fuse and detonator shall be made water tight by means of tough grease or any other suitable material. The detonator shall be inserted into the cartridge so that about one-third of the copper tube is left exposed outside the explosive. The safety fuse just above the detonator shall be securely tied in position in the cartridge. Waster proof fuse only shall be used in the damp borehole or when water is present in the borehole. If a misfire has been found to be due to defective fuse, detonator or dynamite, the entire consignment from which the fuse, detonator or dynamite was taken shall be inspected by the purchaser or his authorized representative before resuming the blasting or returning the consignment. 17.12.12. Precaution against stray currents

Where electrically operated equipment is used in locations having conductive ground or continuous metal objects, tests shall be made for stray current to ensure that electrical firing can proceed safely.

Page 294 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

18. ALLIED ACTIVITIES 18.1. Storing/Warehousing of Materials: MSI will be responsible for storing and warehousing of all the material and accessories, but not limited to, supplied by him at his own cost. No storing/warehouse shall be provided by purchaser. 18.2. Transportation of Materials: The MSI shall be responsible for transporting the materials, to be supplied to execute the work under the contract, to site at his/ their own cost. The costs of transportation are subsumed in the standard quoted Rates and therefore no separate charges are payable on this account. 18.3. Disposal of Empty Cable Drums: The MSI shall be responsible to dispose of the empty cable drums after laying of the cables. The cost of various sizes of empty cable drums recoverable from the MSI will be fixed taking into account the prevailing market rates. 18.3.1. It shall be obligatory on part of the MSI to dispose of the empty cable drums at his/their level and the amount fixed for various empty cable drums shall be recovered from the bill for the work for which the drum (s) was/were issued or from any other amount due to the MSI or the Security Deposit. 18.3.2. The MSI shall not be allowed to dump the empty cable drums in Govt. /Public place which may cause inconvenience to public. If the MSI does not dispose of the empty cable drums within 3 days of becoming it empty, the purchaser shall be at liberty to dispose-off the drums in any manner deemed fit and also recover the amount fixed in this contract from the bill/security deposit/ any other amount due to the MSI. 18.4. Supply of Materials: There are some materials (Accessories) other than as mention in BOQ required to be supplied by the MSI for execution of work under this contract like Bricks, Cement, Wire Mesh and Steel for protection, etc., besides using other consumables which do/don’t become the part of the asset. The MSI shall ensure that the materials supplied are of best quality and workmanship and shall be strictly in an accordance with the specifications. 18.5. Social auditing: While carrying out the execution work of cable/Eqpt. ,videography may be carried out on sample basis for duration of 15 to 30 minutes per Gram Panchayat which may also involve the local people of the Gram Panchayats and villages including the Gram Panchayat Pradhan (If possible) and same may be submitted in a form of CD along with the documentation sets for information.

Note: All the materials as above have to be TSEC/Type approved by BSNL QA/TEC against mentioned TEC GR or as per the approval procedure of purchaser for which TEC GR not there. Penalty for Deviation from Standard Engineering Instructions Underground Laying Normally depth of the trench should 1.65 m in normal & mix soil and 1.2m in hard soil. Deviations due to field conditions will be required to have necessary protections in case of less depth. The cases and solutions are as following;

• Minimum depth of burial in general shall be 1.65m • In rocky area (including Murrum & soil mixed with stone or soft rock) depth of burial shall be 1.2m at the minimum. • In case of utility where depth is 90 to 120 cm then DWC protection is to be used in normal/mix soil case. • In some areas where the depth is 60cm, in those cases reinforced concrete casing of 4"(Four inch) round should be provided. • For hard strata/rock soil layer for 60 to 90 cm cases DWC with wire mess and PCC is to be used. However, for depth relaxation photograph (with GPS) proof and justification is required.

Page 295 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Above ground installation of ducts shall be limited to culvert and bridge crossings only. At such locations, ducts shall be installed inside GI pipe or HDPE DWC pipes with metal sheet protection (GI sheet wrapping) of appropriate size (4” to 6”) suitable for number of ducts to be installed The relaxation by the competent authority prescribed below shall be obtained giving reasons for not achieving standard depth;

Minimum Powers delegated for Relaxation, For depth upto Size/Type of Standard acceptable Designated Designated CHiPS appointed Cable Depth cms. Depth without CHiPS appointed Officer -2 Relaxation Officer -1 30% As per latest EI and OFC 165 90% 80% latest instructions with protection

In case, MSI does not adhere to the mentioned Engineering Instructions (Annexure 19) and does not provide requisite protection, then the MSI is liable to penalty as per below;

Depth between Reduction in rates Rate Payable <165cm. to > 95% of the approved rates for the 5% of approved rates 150cm. achieved depth <150cm. to > 87.5% of the approved rates for the 12.5% of approved rates 130cm. achieved depth <130cm. to > 75% of the approved rates for the 25% of approved rates 100cm. achieved depth 60% of the approved rates for the <(Bellow)100 cm. 40% of approved rates achieved depth Note: In case of depth below 1.2m, instructions as per latest EI and instructions for protection etc. will be followed. Assuming that the standard depth required is 165 cm and the rate approved is Rs.100/- for the standard depth, then as per the above formula, for a depth of 100 cm the rate worked out is Rate Applicable = 100X0.75 = Rs.75/- per running meter Actual amount to be paid = (100/165) X75 = Rs.45.455/-

= Rs.45.5/- per running meter

Page 296 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Figure 1

HDPE END CAPS

Page 297 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Figure2 M.S. WELDMESH DETAILS OF 100 MM X 50 MM, 12 SWG MILD STEEL WELD MESH HAVING WIDTH OF 120 CM.

Note: All measurements are in centimetres.

Note: 1. All Dimensions are in mm 2. Dimensions are only for guidance. 3. Tapper should be such that it should be tightly fixed into Type A & Type B HOPE 50 mm OO pipes

Page 298 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Figure-3

Rubber Cork

Page 299 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Figure -4.1

TECHNICAL SPECIFICATION AND REINFORCEMENT DETAILS OF PRECAST RCC CHAMBER – RINGS / COLLAR

Page 300 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Specifications

1) Inner Diameter : 100 cm 2) Outer Diameter : 110 cm 3) Height : 50 cm 4) Thickness : 5 cm 5) Two number of 80 mm diameter semi-circular holes for cable entry diametrically opposite to each other at bottom end of the collar. 6) RCC Rings shall be NP-2 Class. The ring may be supplied either as two rings of 25 cm each or as one ring of 50 cm. One single ring shall be preferred. Reinforcement Details

1) 6 mm Horizontal Iron round rings – 4 Nos. 2) 6 mm Vertical bars – 12 mm Nos. 3) 12 gauge GI wire mesh to be wrapped before reinforcing the concrete. 4) Concrete Mix: 1:2:3 (1 cement : 2 sand : 3 graded stone aggregate 20 mm nominal size) 5) Finishing: Smooth

Page 301 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Page 302 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Page 303 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Figure-5 RCC Route Indicator

Page 304 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

Figure 6

CHiPS

Page 305 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

. Annexure-: Radio Specifications Specific Requirements for Radio Link of BharatNet Project Radio Modem: Reference: TEC/GR/R/ISM-MOD-001/04.MAR2016

CHiPS intends to purchase Radio Equipment for point to point installation, as per Generic Requirements as mentioned in TEC/GR/R/ISM-MOD-001/04.MAR2016 for point to point deployment along with following additional requirement. Requirement of radio infrastructure of CHiPS is for establishing point-to-point link between Block and Gram Panchayat. The system should work in Point to Point mode of operation.

The system will employ modulation techniques like FHSS (Frequency Hopping Spread Spectrum, DSSS (Direct Sequence Spread Spectrum), OFDM (Orthogonal Frequency Division Multiplexing) etc. and will work in TDD (Time Division Duplex) or FDD (Frequency Division Duplex) with channel bandwidths of 20MHZ and 40MHz in addition to 50MHZ (optional, if available). Bidders offering 50 MHz/40 MHz should have fall back option to operate in lower channel bandwidths in case of RF interference, low signal or installation inaccuracies etc. At the same time, it should not interfere with adjacent bands.

1. Systems based on IEEE Standard 802.11 ac are also allowed. 2. The system should support Point-to-Point architecture. 3. The frequency range of the system shall lie within 5825 - 5875 MHz. However, it should be configurable in complete ISM Band (5 GHz) as per NFAP present provisions or any future changes. 4. The modem shall support pure IP traffic (Type B). However installer will have to deploy appropriate converter where ever support for backend connectivity from E1 port is required to be extended. (To be added in Price schedule) 5. The system should support the minimum data rates as per the table below (with maximum two spatial streams):

Modulation Physical data Data Rate Physical data Data Rate Data Rate and FEC Rate in Mbps (throughput) in Rate in Mbps (throughput) in (throughput) in (20 MHz) Mbps* (40 MHz) Mbps* Mbps* (20 MHz) (40 MHz) (50 MHz) BPSK-1/2 13 6.5 27 13.5 18 QPSK-1/2 26 13.0 54 27.0 37 QPSK-3/4 39 19.5 81 40.5 55 16QAM-1/2 52 26.0 108 54.0 73 16QAM-3/4 78 39.0 162 81.0 110 64QAM-2/3 104 52.0 216 108.0 146 64QAM-3/4 117 58.0 243 121.0 165 64QAM-5/6 130 65.0 270 135.0 183 *Minimum unidirectional throughput (in Mbps) for different channel widths. Note: 1. for 802.11ac testing will be done at GI=800ns.

6. It is mandatory for the system to operate with at least 64 QAM modulation scheme and should have adaptive coding & modulation which enables dynamically altering of modulation scheme to maintain

Page 306 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

link quality and optimize the throughput in case of RF interference, low signal or installation inaccuracies etc. 7. Bidders may also offer 256 QAM in which case it should have adaptive coding and modulation which enables dynamically altering of modulation scheme to maintain link quality and optimize the throughput in case of RF interference, low signal or installation inaccuracies etc. 8. Channelling Plan / Configurable Channel Bandwidth: The system should be configurable to 20/40/50(optional) MHz channel bandwidths. This flexibility shall allow purchaser to use different channel bandwidths in different installations depending on throughput requirements. 9. The status of Alarms and Diagnostics should be displayed on the front panel of the equipment (LED/LCD display) and should be extendable to EMS/CHiPS/BBNL NMS. 10. There should be a provision of extending at least Four External Alarms such as SPV health indicating Alarms (4Nos.) to be extended to the EMS/NMS. 11. There shall be indication on front panel on LED/LCD display/GUI and EMS/CHiPS NMS for the following alarms. a. Power failure b. Receive power below threshold c. Radio sync loss d. Dying Gasp (message to EMS/NMS) e. The equipment shall have (1+1) hot standby configuration for point to point deployment scenarios. f. Nominal power supply available at telephone exchange or tower site is -48 volts DC, with a variation over the range -44V to -57V. The equipment should operate over this range without any degradation in performance by using suitable convertor.

DC to DC Convertor

S. No. Specification parameter Parameter value 1 Operating temperature range -10°C to 60°C 2 Protections Short circuit, Overload, Over-voltage Provision for 1000 Mbps PoE (Power over Ethernet) may also be supported wherever required. For the equipment to be installed in snowbound areas, it should be IP-67 compliant. For other regions it should be IP-65. Synchronization: As per TEC GR. Frequency, Phase and Time/ it will ensure successful transmission of packet of sync without fail. Tower/Pole Specification 9 m pole and 15 m tower

S. No. Specification parameter Parameter value 1 50 kg (This includes antenna, solar panel Minimum Load Capacity and 3 access points etc. 2 Maximum survival wind speed upto 196 km/h 3 Lightning arrestor Yes All steel parts - IS: 4759 4 Galvanisation Bolts and nuts - IS- 1367 part VIII Antenna Characteristics shall be as follows:

1. Electrical Parameters

Frequency 4900-5900 MHz Gain (dBi) (Minimum) H=23.5 +/- 0.5 V=23.5 +/- 0.5

Page 307 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

VSWR (Max) 1.5:1 E Plane BW (deg) 7 +/- 0.5 H plane BW (deg) 7 +/- 0.5 Polarization Dual (Linear H & V) Port to port isolation ( dB) 25 Max power input (watts) 50 Impedence 50 Ohm

Front to back ratio (dB) > 26 Cross polarization (dB) > 28

2. Mechanical Parameters

Radome UV Stabilized ABS/UV Protected Polycarbonate Mounting hardware MS galvanized powder coated Mounting style Tower, Pole and Wall Mounting adjustment H Plane +/- 180degree V Plane +/- 180degree

3. Environmental Parameters

Temperature Range (deg C) -10 to +65 (Snow bound areas - -40 to 65) Max Wind Speed survivability (Km/hr) 196

Humidity 95% No condensation Shock QM333, Category D Vibration QM333, Category D Water Protection IP65* Environmental protection QM333, category D RoHS/WEEE comply Complied

*For snow bound areas, equipment should be IP67 compliant. Carrier Ethernet Switch Carrier Ethernet Switch conforming to Metro Ethernet Forum (MEF) standards will enable setting up various Quality of Service (QoS) parameters if the bandwidth is to be distributed among different operators. The switch should be minimum 8 ports out of which, four should be optical ports with 3 single mode operation of reaching up to 10 Km at 1310 nm lasers and one multi-mode. Out of 8 ports, at least 50% of the ports should be pluggable. Other specifications are standard Ethernet Switch specification. The device should be temperature hardened and also the power consumption should be low.

Page 308 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

S. No. Parameter Parameter value 1 Carrier Ethernet Standards MEF CE 2.0 and above IEEE 802.1Q VLAN tagging 2 Ethernet Services IEEE 802.1ad Q-in-Q VLAN tagging IEEE 802.3x Flow Control

3 Number of VLANs 256 active VLANs (VLAN ID range is 4096)

Port-based and 802.1Q Tag-based VLANs 4 VLAN Management VLAN Spanning Tree Protocols (STP) 802.1D STP 802.1s MSTP 5 L2 features 802.1w RSTP Loopback Detection

Link Aggregation (IEEE 802.3ad compliant)

AC Input – 100 to 240 V AC, 50/60 Hz 6 Power Specifications Power Consumption < 20 W Storage temperature: -40 to 65° C Operating temperature: -40° to 65° C Storage Humidity – 5% to 90% 7 Environmental Specifications non-condensing Operating Humidity – 10% to 90% non-condensing Temperature Hardened 8 HOL Blocking Head of line blocking prevention Web User Interface RMON: Remote Monitoring (RMON) 9 Management Port Mirroring Zero Touch Provisioning (ZTP) Traceroute Secure Socket Layer (SSL) Secure Shell (SSH) TFTP upgrade SSL security for Web UI 10 Other Management DHCP client SNMP v1,v2,v3 Cable diagnostics PING Telnet client (SSH secure support) System Logs IEEE 802.1X : 802.1X - RADIUS Authentication. MD5 Encryption 11 Security/Authentication AAA with RADIUS/TACACS+

Access Control: ACLs - Drop or rate limit based on:

Page 309 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

S. No. Parameter Parameter value Source and destination MAC-based Source and destination IP address Protocol MAC security on EVCs TOS/DSCP Port Security

Broadcast/Multicast/Unicast storm control

ITU-T Synchronous Ethernet (SyncE) 12 Clocking G.8264 (ESMC) Class of Service: Port-based 802.1p VLAN priority based IPv4/v6 IP precedence/TOS/DSCP based TCP/UDP port-based 13 QoS Diffserv Classification and remarking ACLs Bandwidth control Port/Flow based Egress queue bandwidth control Device Safety/Emission compliance UL 14 certificates VCCI Class A, FCC 47CFR15 Class A

Integrated SMPS Hybrid Solar Photo Voltaic (SPV) Power Supply 1. The Integrated SMPS Hybrid Solar Photo Voltaic (SPV) Power Supply shall be as per TEC GR No. TEC/GR/TX/HPS-001/01/March-17 with following features. 2. The power Supply shall consist of Solar Panels, SMPS (FR/FC), and Charge Control Unit, Battery bank, Lightening & Surge Protection, alarms and interconnecting cables. 3. The type of power plant shall be of 48 volt (D.C) /200 watts Hybrid SPV as per 2.2.2 B (b) and Block schematic Annexure 2b of above mentioned GR. In case of requirement of any other supply voltages DC or AC due to system design, the suitable convertor or Invertor of a standard quality shall be used by the installer but shall make doubly sure that it does not impact the quality of Power supply and the system performance in any manner. 4. The battery capacity should be 120 AH with 48 volts. Which shall be sufficient to take load of eqpt for 4- 5days of AC Mains & SPV supply failure. 5. The bidder shall indicate the total power budget for the whole of the system (each equipment wise) in terms of, voltage, DC/AC, wattage to be installed at a GP site. 6. Solar panels shall be mounted on either roof top, over the ground or on the self-supporting Tower/Mast as per the site requirement. 7. The Power plant shall operate at 220 volts AC mains, single phase with variation from 170 to 260 volts and frequency 50 Hz +/- 2Hz. 8. The batteries to be supplied with SPV power systems should be VLRA type as per clause 3.4.4 of above mentioned GR. The batteries to be fully charged before installation/commissioning. The vendor shall make sure that battery cutoff voltage to be set at 1.9 volt per cell during installation.

Page 310 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

9. Cooling: Natural air 10. Charging topology: Two stage charging ( bulk PWM) 11. Guarantee: Two years from the date of dispatch. 12. Documentation: installation, operational & maintenance, Repair Manual hard Copy/soft copy one each per site. 13. Proper Earthing arrangement as per GR.

14. Battery should be installed inside the charge controller box with a proper Lock & Key arrangement with proper terminations for SPV, AC & Load in order to prevent theft of battery. SPV health indicating Alarms (4Nos.) to be extended to the EMS/NMS of the Radio system.

Page 311 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

. Annexure-: Format for Manufacturer Authorization Letter To, Chief Executive Officer Chhattisgarh infotech Promotion Society (CHiPS) SDC Building, 02nd floor, Near Police Control Room, Civil Lines, Raipur, Chhattisgarh–492001

Subject: Manufacturer Authorization Letter for Tender Reference No. …………………………………. Sir, We, having our registered office at , hereinafter referred to as OEM are an established manufacturer of the following items quoted by having their registered office at , hereinafter referred to as Bidder. We authorize to quote our product for above mentioned tender as our Authorized Indian Agent.

We confirm that we have understood the delivery & installation time lines defined in the tender. We confirm that we have worked out all necessary logistics and pricing agreement with , and there won’t be any delay in delivery, installation and support due to any delay from our side. Our full support as per pre- purchased support contract is extended in all respects for supply and maintenance of our products. We also ensure to provide the required spares and service support as pre-purchased for the supplied equipment for entire contract period. In case of any difficulties in logging complaint at bidder end, user shall have option to log complaint at our call support centre. We also undertake that in case of default in execution of this Contract by MSI, we shall provide necessary extended support to the new partner in accordance with the Contract Terms in identifying another authorized partner with similar certifications/capabilities and extend support to the new partner in accordance with OEM’s agreement with the new partner. In case MSI is unable to fulfil the obligations given under this Contract, OEM shall be responsible to replace the MSI with an alternate Indian Authorized agent to facilitate to get the requisite work done. OEM shall also ensure that the alternate Indian Authorized Agent in this case shall abide by all the terms & conditions laid down under the Contract and during the Award of Work to the MSI for the quoted OEM products. If any product is declared end of sale, we shall proactively ensure that a suitable equivalent or higher roll over product is offered through the existing MSI to CHiPS for due approval, contract and order executions thereafter. We understand that any false information/commitment provided here may result in getting blacklisted/debarred from doing business with CHiPS. Yours sincerely, Authorized Signature [In full and initials]: ______Name and Title of Signatory: ______Name of Firm: ______Address: ______

Location: ______Date: ______

NOTE:

Page 312 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

i. The letter should be submitted on the letter head of the manufacturer / OEM and should be signed by the authorized signatory. ii. Any deviation would lead to summarily rejection of bid

Page 313 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

. Annexure-: Non-Disclosure Agreement (NDA)

Non- Disclosure AGREEMENT FOR EXCHANGE OF CONFIDENTIAL INFORMATION

This Non-Disclosure Agreement for Exchange of Confidential Information (the “Agreement”) is entered into as of ______DD, 2018 (the “Effective Date”) by and between Chhattisgarh infotech Promotion Society (CHiPS), hereinafter referred to as ‘Nodal Agency’ referred as the Nodal Agency company having its registered office at SDC Building, 02nd floor, Near Police Control Room, Civil Lines, Raipur, Chhattisgarh–492001 And <***>, a Company incorporated under the Companies Act, 1956, having its registered office at <***> (hereinafter referred to as ‘the Master System Integrator’ (MSI) which expression shall, unless the context otherwise requires, include its permitted successors and assigns). Each of the parties mentioned above are collectively referred to as the ‘Parties’ and individually as a ‘Party’. Whereas: 1. Nodal Agency is desirous to implement the project of “BharatNet Phase-II in the State of Chhattisgarh” 2. The Nodal Agency and Implementation Agency have entered into a Master Services 3. Agreement dated <***> (the “MSA”) as well as a Service Level Agreement dated <***> (the “SLA”) in furtherance of the Project. 4. Whereas in pursuing the Project (the “Business Purpose”), a Party (“Disclosing Party) recognizes that they will disclose certain Confidential Information (as defined hereinafter) to the other Party (“Receiving Party”). 5. Whereas such Confidential Information (as defined hereinafter) belongs to Receiving Party as the case may be and is being transferred to the Disclosing Party to be used only for the 6. Business Purpose and hence there is a need to protect such information from unauthorized use and disclosure. 1. Term: This Agreement shall have a term of five (8) years from the Effective Date. Either Party may request for an extension of the Term by giving a renewal notice to the other Party. The Parties may agree to extend the Term of Agreement by an instrument in writing.

2. SCOPE OF THE AGREEMENT a. This Agreement shall apply to all confidential and proprietary information disclosed by Disclosing Party to the Receiving Party and other information which the disclosing party identifies in writing or otherwise as confidential before or within (30) thirty days after disclosure to the Receiving Party (“Confidential Information”). Such Confidential Information consists of certain specifications, documents, software, prototypes and/or technical information, and all copies and derivatives containing such Information that may be disclosed to the Disclosing Party for and during the Business Purpose, which a party considers proprietary or confidential. b. Such Confidential Information may be in any form or medium, tangible or intangible, and may be communicated/disclosed in writing, orally, or through visual observation or by any other means to the Receiving Party. 3. Purpose: The Parties intend to share Confidential Information for a potential business relationship with respect to implementation of “BharatNet Phase-II project in the State of Chhattisgarh”. (“Purpose”).

Page 314 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

4. Discloser & Recipient: Either Party, including its Affiliates, may disclose Confidential Information under this Agreement for the Purpose and shall be referred to as “Discloser” hereunder. The other Party, including its Affiliates, receiving Confidential Information hereunder shall be referred to as “Recipient”. For the purpose of this Agreement, “Affiliates” shall mean any legal entity which, is directly or indirectly controlling, controlled by or under the common control of the Party. 5. Confidential Information: The information disclosed by Discloser to Recipient hereunder relating to Discloser’s business, including, without limitation, computer programs, technical drawings, algorithms, know-how, processes, designs, reports, specifications, ideas, trade secrets, inventions, schematics, pricing information, and other technical, business, financial, customer and product development plans, strategies or any other information which is reasonably understood to be confidential or proprietary based on the circumstances of disclosure or the nature of the information itself, such information is hereinafter referred to as “Confidential Information” of the Discloser. 6. Information which is orally or visually disclosed, or is disclosed in writing without being marked as confidential, shall constitute Confidential Information, if Discloser within seven (7) days after such disclosure, delivers to Recipient, a written document(s) describing such Information and referencing the place and date of such oral or visual disclosure and the names of the employees or officers of the Recipient to whom such disclosure was made. 7. Confidential Information shall not include any information that is a) lawfully known by the Recipient at the time of disclosure without any obligation to keep the same confidential; b) or becomes, through no fault of the Recipient, known or available to the public; c) independently developed by the Recipient without use or reference to such Confidential Information; or d) rightfully disclosed to Recipient by a third party without any restrictions on disclosure. 8. Confidentiality Obligation: Discloser shall observe the duty of reasonable care while disclosing any Confidential Information to the Recipient. Recipient agrees that it shall a) not use any such Confidential Information except for the Purpose of this Agreement; b) hold the Confidential Information in confidence and shall take all reasonable precautions to protect such Confidential Information from unauthorized disclosure including all precautions that Recipient employs to protect its own confidential material; c) not divulge any such Confidential Information to any third party without prior approval of Discloser; and d) not copy or reverse engineer any such Confidential Information. Recipient may permit access to Confidential Information to its employees, consultants, vendors and agents, on a need to know basis and to the extent required to meet the Purpose, and shall ensure that they are bound to maintain confidentiality of such Confidential Information to the same extent as provided under this Agreement. 9. Survival, Exception & Return: Confidentiality obligations under this Agreement shall survive for a period of five (5) years following the expiry of this Agreement, provided that the obligations shall be perpetual with regard to any source code or trade secret that may be disclosed hereunder. 10. Recipient may make disclosures to the extent required by law or by order of any court or regulatory body, provided the Recipient promptly notifies the Discloser in writing about such requirement to disclose. 11. Recipient will return to Discloser, upon request, any Confidential Information under its possession or control and/or destroy all documents or media containing any such Confidential Information provided that Recipient may retain a copy of Confidential Information to the extent necessary to meet any statutory requirements. 12. Disclaimer: Parties acknowledges that providing or receiving Confidential Information under this Agreement shall not constitute an offer, acceptance, or promise to enter into or amend any other contract. 13. To the extent permitted by law, Confidential Information is disclosed on “as is” basis, without any express or implied warranties and in particular, without any limitation, as to fitness for the intended Purpose. 14. The ownership of all intellectual property rights (IPRs) in Confidential Information disclosed hereunder shall remain with its original owner and no grant of license or conveyance of any IPRs in such Confidential Information is to be implied from exchange or sharing of any such information under this Agreement.

Page 315 of 316 Selection of Project Implementing Agency for BharatNet Phase-II CHiPS

15. Injunctive Relief: Recipient acknowledges that due to the unique nature of the Discloser’s Confidential Information, any breach of its obligations hereunder will result in irreparable harm to the Discloser, and therefore, upon any such breach or threat thereof, the Discloser shall be entitled to appropriate equitable relief including the relief of injunction and/or specific performance, in addition to any other remedies available at law. 16. General: The Parties agree to be bound by any applicable export control regulations while sharing Confidential Information hereunder. 17. This Agreement shall be governed by the laws of India and shall be subject to the exclusive jurisdiction of courts in Delhi.

Neither party may assign or transfer any rights or obligations arising out of this Agreement without the prior written consent of the other party. No failure or delay in enforcing any right will be deemed a waiver unless made in writing and signed by a duly authorized representative of such Party. Any notice under this Agreement shall be in writing and shall be sent at the registered addresses of the Parties specified in this Agreement.

This Agreement may be modified only by an amendment executed in writing by a duly authorized representative of both Parties. This Agreement constitutes the entire agreement between the Parties and supersedes all prior discussions or agreements relating to subject matter hereof.

For Chhattisgarh infotech Promotion Society (CHiPS),

Signature: ______Name: ______Designation: ______Date: ______

For Master System Integrator’ (MSI)

Signature: ______Name: ______Designation: ______Date: ______

**** End of Document ****

Page 316 of 316