Professional Documents
Culture Documents
10 of 2013
CORRIGENDUM NO. 1 to RFP Notice No. 10 of 2013 by GSDMA Following is the corrigendum to presently available RFP for Selection of Build, Own, Operate, and Transfer (BOOT) Operator to Set-up and manage Information & Communication Technology System (ICTS) Infrastructure for Gujarat State Disaster Response. Note GSDMA will respond to only those queries received before the end of day (IST) on August 23, 2013. (All emails should be sent to pmu@gsdma.org) Sr. # Page # Clause # Description of Terms / Headings Existing Clause Query Will GSDMA accept IMS software which uses non-ESRI platforms like Google Map or similar as the base layer for the GIS module? Google Map provides a lot of base data for India out of the box and IMS application can take advantage of the base data and can provide the capability to create/view/update/delete necessary layers and provide all functionalities referred to in the RFP (and later integrate to whatever GIS platform, ESRI ARCGIS etc., the government might already have if required at all). Essentially we are trying to clarify if ESRI product ArcGIS 9.3 Server based GIS is an absolute requirement for this project, or can vendors propose comparable/better mapping capability based on Non-ESRI platforms like Google Maps? GSDMA Response
121
Technical Annexure Specifications for III Section Incident 1.2 Management Application
The system should support: Integration with ESRI ARCGIS server 9.3 to store, manage and analyse spatial data, including interoperability with the ARCGIS Server Web Application Development Framework (ADF). Advanced spatial data types representing geometries such as points, lines, and polygons and many functions and features that interoperate with these data types. All Vendors should ensure that proposed GIS platform (s) comply to OGC standards such as WMS, WPS, WFS, WCS etc.
IMS software working on Non ESRI platform will be accepted. Google map or other suitable base layer is accepted provided IMS meets other specifications.
119
OPEN SOURCE products can be downloaded for free from public domain and customized but are restricted to contributors/volunteers for any enhancement to OPEN SOURCE product. Can a bidder just download an OPEN SOURCE Incident Management Solution from some public domain website and propose customization to meet GSDMA needs? Or does GSDMA want an IMS product provided by software companies who specialize on providing IMS solution to various government agencies worldwide? Alert messages will be received on computer or mobile or on both?
Open source IMS software will not be accepted. Prequalification requirement is that IMS software should have been successfully implemented at least at one location: GSDMA expects that OEM would be responsible for proper functioning and upgradation of the system for total operational period of 5 years Alert messages will be delivered on various media including Computer (e-mail) /Mobile (SMS or Voice mail) in addition to Alert and warning towers
83
83
GSDR-ICTS will (subsequently) cover all parts of the State using multiple communication technologies (as a redundancy measure), in suitable topology, which will be based on open standards having scalability, flexibility and upgradability
Please mention the different type of networks for communication in order of priority in case disaster happens
112
112
Need to describe the interfacing network available with ERV. To transfer video inputs from Disaster sites to Control Room using Mobile applications or if ISP network is not available. Please confirm
112
Universal communication interface (using soft clients and VoIP switching matrix) to bridge VHF networks of: Police, Fire brigade, National Disaster Rescue Force (NDRF) and Revenue department operating in 136 to 174 MHz frequency band. Provision is to be made for 2 (two) R F channels per network and 2 VoIP channels on MPLS-VPN and VSAT (total 12 ports) Only long distance broadband connectivity available at ERV is via VSAT link (Inmarsat BGAN service is not permitted at the moment in India, but will be made available once permission is granted by DoT). Hence video inputs are to be transferred on VSAT link. Prediction data received from various agencies will include probable rain fall rate and area over which rain is likely, cyclone speed and likely landfall time and location, height of waves in case of Tsunami, flood levels and water release rates from CWC and irrigation department
116
Do we need to integrate Alert and warning system real time with Incident Management Application? Please describe whether LDAP based directories are available now? The system should provide mechanisms for provisioning user identities and relationships among multiple LDAP-based directories Asset Management - Please confirm that it is linked to offline tracking of assets Historical context on GIS layer. Please describe the exact need
Yes, Read page 117 "The warning message controller is to be installed at GSEOC Gandhinagar with back-up controls at concerned DEOCs" LDAP based directories are not available at present. Required information on user identities and relationships will be provided to the operator. No. Asset tracking is to be done on dynamic basis (even if the asset is on the move). Required information is available on same page (page number 120). Historical data will be provided by GSDMA.
118
IMPS
10
119
11
120
Incident Management Application IMA - The system with ability to be receive, compile, store and analyse data on rainfall, flood, water level, wind speed and direction, earth shake, temperature, cyclone progression provided by various Government / Non-Government agencies will be preferred
12
122
Need to have integration real time or offline. Do we need prediction algorithms in built in the system
Integration on real time basis is essential. However prediction is not included in the system requirement.
13
116
1.8
The RFP calls for VHF network it is not clearly stated whether the system should be analogue or Digital and what standard is to be adopted, its suggested to choose the Digital Mobile Radio ( DMR ) standard as this is an European Telecommunication Standards Institute ( ETSI) open standard
14
116
1.9
15
134
18
It is not mentioned whether the siren should be mechanical or Electronic. It is suggested that the siren should be electronic sirens as these can be operated from standby DC power source, whereas the mechanical siren will require AC power The deployment and location of these are not clear. It is important to know the exact location for proper antenna design and type of antenna required to be specified
The VHF radio network is expected to consist of a 25 Watts base station operating from ERV and handheld radios used by first responders at disaster sites. Requirement is for reliable, rugged system; hence choice for analog or digital radio is left to the bidder. Please note that handheld radio is expected to have a range of 5.0 Kilometers to operate with base station equipped with 40 feet high mast and 25 watts RF power. It is a closed user network hence standard is immaterial. Siren can be either Electronic / electricity driven. Suitable power supply is to be provided by the operator. Demonstration of functioning of remote siren unit is to be made during NCNC Demo High frequency transceiver is part of ERV and will be installed at disaster site.
16
136
1.4
As the VHF system has to handle voice and data, its suggested that the RFP specifically as for DMR Radios. The DMR radios is an open standard radio that works on TDMA platform and allows for 2 signaling channel on a single frequency. Is there a requirement for GPS based Vehicle location system, where by the location of the vehicle can be monitored at the DEOC For portable VSATs the modem has to be inside the chassis of the antenna itself with weather proofing. Is our understanding correct? Weight per package to be less than 30 kgs. However, vendor may offer systems of higher weight with suitable modifications for ease of carrying (backpack or other methods) it in the field. For portable VSATs the modem has to be inside the chassis of the antenna itself with weather proofing. Is our understanding correct?
VHF radios are meant for switching sirens on / off and for transmission of voice broadcast messages. Switching of sirens will be through DTMF tones in voice band and pure data transmission is not envisaged. As such Analog radios will serve the purpose. Yes The modem can be in a separate weatherproof chassis if the design permits. However overall weight limit of each package and number of packages remains same. Yes. The weight includes all components in the respective package.
17
248
18
113
1.5
19
114
1.5
20
115
1.7
The remote installations are proposed to be connected through VSATs on GSDMA/GOG's own hub, with an alternate provision to switch over to share hub owned by another government agency.
Details regarding shared hub owned by another government agency are needed.
21
115
1.7
The network should have the capability to work with any satellite located in Geostationary Orbit arc from 55 E to 115 E and with any satellite visible from India.
Which satellite will be used for the network envisaged for GSDMA and what are the satellite parameters for the same? The RFP states any INSAT satellite from 55E to 115E. Different satellites have different parameters and RF and bandwidth sizing is dependent on these.
The alternative arrangement is still not in place. However responsibility to tie-up with government agency for this purpose as well logistics for interconnection will be GSDMA's responsibility. Details will be provided as and when finalized. The bidder need not make any financial provision for this arrangement. The satellite capacity will be provided by Antrix on available satellite after installation and commissioning of the hub. The location arc of the satellite is indicated to ensure antenna tracking capabilities. RFP has included specifications for antenna and RF components that can support transmission up to 45.0 Mbps carrier on any satellite even with minimum G/T. GSDMA network requirement is only around 5.0 Mbps outroute carrier as such no difficulty will be experienced for operation with any satellite.
22
82
85/82
Page 85 says that operator shall integrate GSDR-ICTS with GSWAN, whereas page 82 states that Gujarat State Wide Area Network (an e-Governance infrastructure) would be linked to/ Integrated with GSDRwould be done by GSDMA. Pls clarify. Is this integration under bidders scope pg 85 says that The operator shall also interconnect the SDC with GSDR-ICTS, whereas page 82 states that State Data Centre (SDC) will be integrated with SEOC would be provided by GSDMA.Pls clarify. Is this integration under bidders scope or GSDMA??
The operator is responsible for integration with GSWAN and has to ensure proper interface and routers, LAN cables etc. GSDMA is responsible for laying OFC link between SEOC and GSWAN NOC. OFC/GB Ethernet would be provided by GSDMA. The operator is responsible for integration with mail and data servers to be installed by the operator in SDC Telephone links at SEOC to operate with GSWAN, SICN are provided by GSDMA. Operator has to provide 2 X E1 ISDN links (60 lines) for call centre and other users at SEOC. Telephone links / wiring at ERC, DEOC and TEOC will be provided GSDMA. Operator will not be responsible for telephone lines at ESF offices. Page 263 - "Wideband Connectivity between SEOC and GSWAN SOC, SDC, GIDM through OFC / GB Ethernet / leased lines and telephone cables for EPABX connectivity with SICN at Vidhan Sabha, Gandhinagar".
23
24
92
Telephone Network
Who will provide telephone network at SEOC, DEOC, ERC, ESF, and TEOCs? Is it under bidder's scope?? Pls clarify
25
102
1.3.3
Hope SEOC would be connected to vidan sabha, SICN, GSWANSOC,SDC,GIDM,Statistical bhavan, Gandhinagar SHQ by GSDMA. Pls clarify. Hope this would be under GSDMA Scope.
26
103
Is it under bidder's scope? Pls clarify. If yes, what is the bandwidth required? As per page 20, Important Government offices (Including 14 ESF) at SHQ will be connected for voice and data communication with SEOC on SICN which would be provided by GSDMA. Pls clarify. Will this be under bidders scope? Or GSDMA? Pls clarify. Will this be under bidders scope? Or GSDMA? Pls clarify. Will this be under bidders scope? Or GSDMA? Is VSAT connectivity required at GIDM? Hope GIDM is same as DMI. Pls clarify
27
94
ESFs at State Head quarters, (14) and ESFs at District Head quarters
These offices are interconnected via GSWAN and this is not part of operator's scope of work This is not part of operator's scope of work. Yes VSAT is required at GIDM. Disaster Management institute (DMI) is same as GIDM.
28 29 30
94 95 General
The National EOC (NEOC) and national level ESF (14) agencies TEOC's and ESF for 20 locations on MPLS VPN connectivity VSAT connectivity required at GIDM
31
General
What is the MPLS bandwidth required at DEOC's,ERC's,TEOC's. is it 128 Kbps or 1 Mbps. Pls clarify. Some place it says 128 Kbps and some places it says 1 Mbps
Page 92 - Horizontal and vertical connectivity between SEOC, DEOC, ERC, GIDM, TEOC, ESF(s), State Data Center, SICN and other nodes on GSWAN and public telecom based GSDR-ICTS backbone (MPLSVPN). The connectivity on MPLS-VPN between SEOC and DEOCs will be at 1 Mbps rate and between District and TEOC will be at 128 Kbps rates. Horizontal connectivity means connectivity at a particular level (state capital or district headquarter) for example district EOC and ESF departments in the same district. Vertical connectivity means connectivity across levels for example SEOC and DEOC. Not required. (please refer to page 97 of RFP) 16.0 Mbps port size for MPLSVPN at SEOC will take care of intercommunication between SEOC and other nodes. The vendor needs to decide the best topology that will be reliable and meet bandwidth / communication requirements and will be cost effective.
32
General
Is VSAT connectivity required at TEOC's? Pls clarify What should be central MPLS port sizing at SEOC? Pls suggest
33
General
34
General
Should we provide MESH or Hub spoke topology for MPLS? Pls suggest
35
General
Hope on the connectivity front, MPLS has to be provided at SEOC,DEOCs,ERCs, TEOCs along with broadband too. Only this is the connectivity scope of the bidder. Pls suggest if any other connectivity would be under bidder scope? Minimum range for handheld should be 5KM. Its possible with VHF Repater 50 watt or VHF Portable repeater. Please need confirm requirment of repeater is not mentioned. With DMR Base station/mobile radio set will fufill this data & voice communication. Please confirm the what type data communications going do. DMR VHF Repeater/base station will have an IP port for data & voice over IP communication network. Please confirm will IP port will able to connect directly to VSAT or need any gate way. Hytera Digital Repeater with 50 watts power will cover maximum area base on the topography. VHF base station for local network with one base station and 10 Handheld sets: Please confirm base station is 50 Watts repeater / simple 25 watt static set/mobile set.
List of deliverables that are part of operator's responsibilities are at Schedule XIII (page 254 onwards)
36
133 134
17
37
133
18
Radio Frequency transceiver base station with 25Watt power output. Voice communication with multiple redundancy Alert/ Warning Announcement System Equipment and systems at each ERV
Only voice communication is necessary. Analog radio will suffice. However operator can offer DMR. Connectivity with VSAT is expected via Universal Communication interface at ERV. Hence DMR repeater with IP port is not essential. As already explained above repeater is not necessary for required coverage area. Base station with 25 Watts power output meets RFP requirement. Operator can offer higher power base station including sufficient back-up power system
38
134
23
39
136
1.5
40
259260
41
116
1.8
42
Call Center
Please confirm Its VHF base station or Repeater ( In vehicle Mount) & whats power output. Hytera having this solution with 50 watts repeater or 10 watts Portable repeater to carry any where remote location operation. For resilience and redundancies, shall we offer inbuilt in a cloud solution, than an on-premises solution? Building similar setup on a captive manner involves heavy capital outflows, which not only bring with them proprietary HW/SW elements, but also the complexity of interoperability and the need for specialized and skilled manpower to make them work on a perpetual basis. Pl suggest. Horizontal and vertical connectivity between SEOC, DEOC, ERC, GIDM, TEOC, ESF(s), State Data Center, SICN and other nodes on GSWAN and public telecom based GSDRICTS backbone (MPLS-VPN). The connectivity on MPLS-VPN between SEOC and DEOCs will be at 1 Mbps rate and between District and TEOC will be at 128 Kbps rates. Horizontal connectivity means connectivity at a particular level for example district EOC and ESF departments in the same district. Vertical connectivity means connectivity across levels for example SEOC and DEOC
Base station with 25 Watts power output meets RFP requirement. Operator can offer higher power base station including sufficient back-up power system It is felt that cloud based solution will not meet reliability and up-time requirement for Disaster Management applications. However bidder is free to offer any other solution for the call centre that can meet operational and reliability requirements of RFP.
43
92
2.2
Instead of using the MPLS network for the Telecom functionality, we propose to deploy hosted Telephony to reach out to all the required emergency response functionaries, in real time basis, in compliance with the defined call flow.
No change
44
142
1.3 b
The system should provide facility to interface communication technologies mentioned above for mainly voice intercommunication. The bidders system should include: Interface conversion cards / software systems to bring 4 different systems on a single VoIP platform VoIP gateway These together should demonstrate that internetwork calls can be setup as required by the disaster management authority Access to all 60 incoming lines from any agents position Automatic call distribution system with override facility for manager Recording of all incoming and outgoing calls Fall back connectivity from redundant sources Facility to issue warning messages Capability to issue SMS and Voice mails to government officials and other stake holders
Instead of using VoIP as a technology for all voice calls, hosted Telephony will be deployed and the needed integration to the universal communication interface shall be enabled using APIs.
No Change
45
250
To be enabled using a hosted Telephony platform to meet all these requirements with an asset-lite mechanism.
No Change
46
255
Call centre with infrastructure (workstations, phones, furniture etc.) for 30 agents and 60 ISDN telephone lines from Telecom service providers with suitable EPABX for call handling / distribution etc. b. Interactive Voice Response system
Call handling and distribution / IVR / Business controls to be deployed in the Hosted Telephony platform, than in the EPABX on premises.
47
Call Center
Ability to monitor the status of various call centre agents located anywhere in any Not essential but can be offered geography and manage the operational by the bidder efficiencies is required to be more productive. Pl consider. Feature to barge into any of the live calls, by the admin, to ensure needed checks and balances is necessary for better functioning. Pl confirm. We recommend the feature - Readymade reports and also the ability to generate reports based on user defined criteria on all Call stats / agent performance metrics any time and ability to schedule predefined reports at defined regular intervals to designated email IDs. Pl consider. We recommend the ability to integrate any of the web applications / data bases with the Cloud Agent application and agility/ flexibility to deploy, needed call flows / IVR changes on the fly. Not essential but can be offered by the bidder
48
Call Center
49
Call Center
50
Call Center
51
Call Center
We recommend the ability to listen to any conversation recording through a browser log-in with Internet connectivity from anywhere, any of the calls, as call recordings are hosted and can be accessed through proper log-in credentials by the authorised personnel. Call recordings can be listened within minutes of the call completion. These features are essential to be part of DR Management Process. Connectivity between SEOC, DEOC, ERC, DMI, and disaster location(s) using VSAT network at nominal 512 Kbps rates that is upgradable to 1.0 Mbps from affected districts EOCs and ERVs ERV are vehicle mounted systems that can be relocated to wherever required in response to an emergency incident. ......... What is the nominal Outbound and Inbound data rate? As Video conference too will be using the VSAT (Star network) as a medium, it would be better if the nominal rates can be defined or may be left to the bidder as per their design Is it mandatory to propose vehicle mounted DSNG antenna system or can we propose Flyaway VSAT antenna system?
52
92
2.2
Inbound data rate will be 512.0 Kbps (1.0 mbps if approved by DoT). Outbound rate will be in the range of 3.0 to 5.0 Mbps (already specified in RFP) Flyaway VSAT not allowed instead of ERV mounted VSAT. There is a separate provision for portable VSAT systems. Very clearly mentions 1 camera in the ERV Vehicle. Recording for up to one week is sufficient. The video output of the camera will be transmitted to SEOC / DEOC via VSAT link which will operate at 512 kbps, so bandwidth is to be adjusted to suit capacity of the link. Switching location will be SEOC.
53
114
1.6
54
260
#7 ERV
ERV
All weather CC TV camera for day and night operations with PTZ operation capability (1)
Need Clarity on location of Cameras. # No of Cameras # Days of Recording Required # Bandwidth and Switching Locations. No of Cameras required in each location,
55
263
Note
SEOC building at Gandhinagar is equipped with mains and back-up generator power supply , general air-conditioning, furniture and fixtures in some of the rooms as described in RFP, access control and CCTV system for security and PA system
Need Clarity to understand, if all the cameras need to be displayed in main command control room. Also request information on Make/Model of system present in SEOC Building.
56
121
The system should support: Integration with ESRI ARCGIS server 9.3 to store, manage and analyse spatial data, including interoperability with the ARCGIS Server Web Application Development Framework (ADF). Advanced spatial data types representing geometries such as points, lines, and polygons and many functions and features that interoperate with these data types. All Vendors should ensure that proposed GIS platform (s) comply to OGC standards such as WMS, WPS, WFS, WCS etc.
Will GSDMA accept IMS software which uses non-ESRI platforms like Google Map or similar as the base layer for the GIS module? Google Map provides a lot of base data for India out of the box and IMS application can take advantage of the base data and can provide the capability to create/view/update/delete necessary layers and provide all functionalities referred to in the RFP (and later integrate to whatever GIS platform, ESRI ARCGIS etc., the government might already have if required at all). Essentially we are trying to clarify if ESRI product ArcGIS 9.3 Server based GIS is an absolute requirement for this project, or can vendors propose comparable/better mapping capability based on Non-ESRI platforms like Google Maps?
Refer Query 1
57
42
Clause 3.2.1 (3 D)
The bidder must have experience of implementing at least one project related to: Emergency Operations Centre or Network Operations Centre experience Mission Critical, WAN, LAN, Security, managing E-mail services, Internet services etc., for 24x7 operations ) in Projects with over 50 WAN nodes for Defence or Finance organization
The bidder must have experience of implementing at least one project related to: Emergency Operations Centre or Network Operations Centre experience Mission Critical, WAN, LAN, Security, managing Email services, Internet services etc., for 24x7 operations ) in Projects with over 50 WAN nodes for Defence/Finance organization/Central or State Government
58
132
Clause 1.4
Chassis To provide minimum operational are 5 meters long and 2.4 meter wide, diesel vehicle chassis, or custom trailer.
For 2400mm wide internal optional area, the outer side body will become 2500mm (approximately). This width may not be permitted by RTO rules. Request to limit the internal operational area width = 2040mm for which the outer width will become 2150mm (Standard outer width of LCVs in the market) For internal operational area length=5000mm and length to be kept free for 10 KVA Diesel Generator (say 1000mm) the overall loading length on the chassis required will be 6000mm. For this requirement one will have to go for Medium/Heavy Commercial Vehicles. Maneuvering such type of Heavy Vehicles on village rough roads may face problems. Request to limit the Operational area length = 4000mm. With Generator space this will need chassis length = 5000mm (approximately). For this, standard chassis length of 5000 mm in many Light Commercial Vehicles will be sufficient. Maneuvering of Light Commercial vehicles on village rough roads will also be easy. How many persons are required to travel along with ERV in Driver Cabin? Normally there is a provision for Driver + 2 persons in LCV type of vehicle which are good for such applications Is the facility of Air conditioner (working on vehicle engine) required in Driver Cabin for the persons traveling?
Suggested changes not accepted. The generator set is expected to be mounted below the chassis and use of heavy vehicle is envisaged. These vehicles can only offer required ground clearance. ERV is not expected to enter narrow village roads but be at suitable location at disaster site.
59
132
Clause 1.4
Components and capability requirements for ERV Components and capability requirements for ERV
Assumption is correct.
60
132
Clause 1.4
61
132
Clause 1.4
Components and capability requirements for ERV Components and capability requirements for ERV Portable VSAT System
How many persons are required to seat inside the ERV during operation. Accordingly the seating arrangement and Air- conditioning capacity can be provided. Is there any specific type of Air conditioner required in operation area i.e. window AC, Split AC etc Please indicate what are the peripherals required to be configured with portable VSAT terminal?
Maximum of 7 (2 operators and 5 Government functionaries responsible for DM activities) are likely in the internal operational area of the vehicle. No
62
132
Clause 1.4
63
113
64
113
Do we need to supply Laptop/VC/VOIP/UPS per configured/pre wired fitted in a compact rack with transportable/flyaway terminal?
Ref page 113-114. Kindly detail the peripherals being asked here No Laptop or VC is necessary with portable VSAT. However at least 2 Ethernet ports (RJ 45) and at least one telephone port (RJ-11) should be provided. A back-up battery and 500 VA generator set for power backup is already specified in the RFP. Generator requirement is already indicated (refer page number 131)
65
113
There is no mention of generator requirement in case of Transportable terminal for operation at remote/disaster location.
66
17
Data on disaster parameters, information received from organizations responsible for disaster predictions such as Meteorological Department, Central Water Commission, State Irrigation departments, International weather and earthquake information portals as well as organizations responsible for Tsunami prediction etc. in addition to visual data from disaster sites, will be transferred to operations centre for processing, analysis and archiving.
a) Kindly specify the protocols, interface and format of the data b) Is the data going to be real time or historical. If historical then what shall be the frequency of collection. c) Is the data going to be push or pull from various sites d) What is the volume of data that shall be transferred to operations centre for processing e) What is type of processing to be done on these types of data at GSDR-ITCS Site f) What is the back-up policy of the data g) What is the archival policy h) All the above questions need to be answered to size the hardware
a) As of today data is received in text format. The format may change in future, however details will be shared with operator as and when available from organizations responsible for predictions b) It will be real time. Historical data will be made available by GSDMA (normally once in a quarter) c) Data will be normally push type. However any changes will be notified to the operator d) Volume will not be significant (in the range of few Mbytes) e) Incident management solution is expected to analyze data for DSS. Data is also to be archived for future reference f) On line back-up should be available for a period of up to 6 months and subsequently same should be stored on long term memory g) Archivival should be for a long period for use as historical data and to be done on CD or similar devices
67
19
Pt 1.2.7
Back-up power supply (UPS) and diesel-generator of adequate capacity (excluding mains power supply made available by GSDMA, however all operating costs have to be borne by the operator)
It is requested that operating costs related to diesel be borne by the client on actuals as the same is very difficult to predict. The operator does not have any control on the prices. Kindly confirm the same.
No Change
68
19
Pt "c"
Connectivity
It is assumed that bidder's responsibility is till keeping his equipment up for connectivity using GSWAN and Public Telecom Infrastructure. Availability of both these mediums is the responsibility of the client. Kindly confirm the same. Is SDRN information on demographics, livelihood activities, shelters etc data available in Lat/Long? What is the file format of the data? Can we know number of attributes with each layer? a) Building Management includes Centralised Airconditioning, Fire Alarm and Smoke detection. Is bidder expected to provide and maintain the same. If yes, then please provide the specifications alongwith BOQ. b) Please elaborate on Security System and give specifications of the same alongwith BOQ. It is requested that the clause be amended as "The Operator should ensure that all communication network elements(except GSWAN and Public Telecom Network which is client's responsibility) and systems meet the guidelines and regulations set by GoG and the relevant regulatory authority
Yes
69
19
1.2.8
Available Resources
Yes
70
20
Pt 1.2.9
The SEOC infrastructure facilities shall include, inter alia, the following system elements: Audio / Video conferencing; and SEOC Building Management and security system
Split type Air-conditioning has already been provided in all rooms of SEOC. The vendor is expected to operate, maintain and pay for electricity charges for the same Access control and CCTV system for security will be provided by GSDMA - ref page 263
71
21
Pt. 1.2.9
The Operator should ensure that all communication network elements and systems meet the guidelines and regulations set by GoG and the relevant regulatory authority
72
22
Pt. 1.3.4
These short listed Bidders will be asked to demonstrate performance of various applications / software offered for the Project at No Cost (to GSDMA) and No Commitment (NCNC) for placement of orders even in case of successful demonstration of capabilities of offered systems
a) Pls elaborate in detail the POC need to be done i.e what all shall be covered under POC b) What shall be duration of the POC c) What shall be the location of POC as arrangements need to be made for the same in terms of equipment and moving them to the required location.
a) Details of NCNC demo are given at clause 1.3, AnnexureIV, page number 141 b) The demo is expected to show functionality of various systems and can be completed within one working day c) POC has to demonstrated at Gandhinagar. GSDMA will provide infrastructure support. However any additional requirements of the bidder will be mutually discussed and agreed to
73
28
Pt a
where a Consortium consisting of two companies A and B are the Selected Bidder, then the Service Agreement will have to be executed by each of A and B as parties to the Service Agreement. One of A or B cannot be a sub contractor to the other
a) Can these A & B consortium partners have sub-contractors for technologies which are not their core business b) For such sub-contractors, who shall be responsible for SLA, A & B both or the Lead Consortium member between A & B c) Can this sub-contractor of A&B be a sub-contractor of another consortium C&D
a) Yes b) Lead consortium member shall be responsible for the subcontractors c) Yes
74
84
1.2
The Operator shall obtain all necessary approvals/ clearances from concerned authorities / departments, as applicable
It is requested that the client takes the responsibility of obtaining clearances from the departments as it shall be processed faster
75
85
The Operator shall be responsible for storage and security of material on receipt at the site
It is requested that requisite space for storage alongwith A.C. be provided by the client
a) GSDMA has already obtained VSAT service license and allottment of satellite spectrum from Antrix b) GSDMA has taken necessary clearnace from concerned departments for right of the way to lay OFC / telephone cables between SEOC, SDC, SICN and GIDM and has laid the cables c) GSDMA will extend necessary support to operator to get wireless radio license in the name of GoG , well approval from DoT for integration between GSWAN and VSAT network and any other regulatory clearance that may be necessary GSDMA will attempt to provide covered and secure place for storage of equipment before installation, however it may not be guaranteed at all locations where operator will have to make own arrangements. Operator will have to employ security staff at each location where equipment is stored and also will have to take care of insurance against fire, theft etc.
76
91
Pt c
Expenses for consumables (eg: paper, ink cartridges, fuel etc), generator fuel /lubricant, electricity consumed at the POP (incl. AC).
It is requested that expenses for consumables be treated on actuals. It is requested that manpower for the disaster site be owned by the client and all the expenses related to the same shall also be borne by the client. The bidder's manpower shall be working at locations which are not affected by the disaster. The bidder shall train the client identified manpower to handle equipment so that they can replace Field replaceable parts and take guidance from bidder's engineers remotely. As there shall be interaction with multiple vendors and integration with their products it is requested that the implementation time be amended after taking into consideration inputs from major vendors like ERV, VSAT etc.
No change
77
91
Pt ii - Manpower Charges
This includes salary, travel, stay, communication and other out of pocket expenses, for manpower deployed at various locations including ERVs
No Change
78
91
Pt. 1.11
The GSDR-ICTS project will have to be implemented within 6 months from the date of signing the Service Agreement The ERV should reach the assigned location from the time orders for movement are received, within travel time calculated @ an average speed of 50 KM / Hour (e.g. within 4 hours when ERV has to travel 200 Kilometers to reach disaster site). Above mentioned speed is applicable for normal and motorable road conditions and time will be adjusted upwards in case of inferior road conditions.
No Change
79
98
Pt 2.9
Will the time be adjusted upwards in case of Traffic Jams or lower speed due to heavy traffic conditions?
Suitable adjustment to time schedule will be made in case of genuine difficulties beyond the control of operator
80
99
Pt. 2.13
Initial network will cover limited Talukas on pilot basis SEOC building is provided with the main power supply through redundant feeders (two sources) from domestic electric distribution company. The building also has a Diesel generator of requisite capacity as a backup arrangement and it automatically takes over the load during interruption of the normal source. Technical Specifications for Incident Management Application. Operational Requirements for Incident Management System (IMS) Integration with ESRI ARCGIS server 9.3 to store, manage and analyse spatial data, including interoperability with the ARCGIS Server Web Application Development Framework (ADF). Additional Details GIS System
Please let us know how many Talukas on pilot basis. Will the project implementation time start after the pilot.
RFP includes list of talukas (29) at Appendix F (page-80). Pilot is part of the project and runs concurrently.
81
101
Pt. 1.2
As per the statement it is assumed that whatever load is asked for, shall be provided by the client.
Mains power of required capacity can be provided. However back-up generator capacity is limited to 125 KVA.
82
120
1.3
Is the historical data on Disasters and resources available in digital format? Is it textual or with Lat/Long location. Are these data sets complete? Currently the version for ARCGIS server is 10.2. Do we assume the latest s/w will be used for integration and apps development? Approximately how many GB is Oil & Gas pipeline data? Is it available in GIS format with Lat/Long? Can we assume that the administrative boundaries etc. are current? We would like to know the number of concurrent users accessing the servers in SEOC
Historical data is available in textual format and Lat / Long information is available..
83
121
1.17
84
139
Annex IV 1.1
The data is available in GIS format with Lat / long. Size of the data base will be intimated within next 3/4 days. Yes Information is provided in RFP
85 86
139
87 88
General General
How many users will be there at each locations? We recommend to get Complete Endpoint security suite instead of only Antivirus on workstations and Servers How the servers in DR server room connecting to core/ DMZ switch i.e. via 1G or 10G Please mention minimum technical specification for Core, Access , DMZ switch along with backplane capacity The system should support: Integration with ESRI ARCGIS server 9.3 to store, manage and analyse spatial data, including interoperability with the ARCGIS Server Web Application Development Framework (ADF). Advanced spatial data types representing geometries such as points, lines, and polygons and many functions and features that interoperate with these data types. All Vendors should ensure that proposed GIS platform (s) comply to OGC standards such as WMS, WPS, WFS, WCS etc.
It is difficult to exactly anticipate Bidder may provide security as suggested Bidder to decide as per design requirements Bidder to decide as per design . Performance requirements are already specified in RFP.
89
General
90
General
91
119122
1.17
Please explain why integration with ESRI ARCGIS is required which is very specific brand please allow other globally accepted GIS software used in emergency management. If OGC compliant software should be used for the equal opportunity is that acceptable? You must be asking for producing OGC Certificate.
Ref Query 1
92
119122
1.17
The system should support Webbased administration tools to enable remote system management at any time or place
Is it mandatory to have web admin or combination of web and desktop can also be used?
Webbased application is necessary for remote access and operations through Internet (using wired or wireless networks). Any alternate solution to address this issue will be accepted.
93
119122
1.18
The system should ensure comprehensive protection of web content and applications on backend application servers, by performing authentication, credential creation and authorization.
The System Is Mix of Client server architecture and web based Net viewer
Please elaborate
94
119122
1.2
The system providing following facilities will be preferred: Instant messaging (chat) to converse virtually through the exchange text-, audio- and/or video-based information in real time, Screen sharing, Shared electronic whiteboard, Online meeting management services to schedule, attend or view information about scheduled and finished meetings, Web conferencing with click-tocall on instant messaging contacts, instantly placing a telephone call or starting a conference call from the instant messaging client, Integration of teleconferences and meeting rooms enabling participants to mute participants, raise and lower volume, or have the conference call them directly The system with ability to automate publishing of drawings/plotted data to functional groups & agencies as well as for non-geospatial data such as documents, emergency plans, risk assessments etc. will be preferred
Are you looking like a web conference solution, this is standard web conference, do you think at time of disaster Web conference is a feasible alternate GSDMA would like to have ?
No change in specifications,
95
119122
1.23
Print Plot all the template and publishing is available for Geo Spatial Data. But in order to Automate the process the Workflow needs to be defined.
Workflow will not help if the offered system doesn't have in built capabilities.
96
Connectivity
Require the list of the locations with address, Bandwidth and Type of connectivity Please define the scope of Connectivity Partner in one page For portable VSATs the modem has to be inside the chassis of the antenna itself with weather proofing. Is our understanding correct?
97
Connectivity Partner Scope For portable VSATs the modem has to be inside the chassis of the antenna itself with weather proofing. Is our understanding correct? Weight per package to be less than 30 kgs. However, vendor may offer systems of higher weight with suitable modifications for ease of carrying (backpack or other methods) it in the field.
Please elaborate Yes. However a solution with separate water proof enclosure for modem will be accepted in case it meets functional and weight criteria.
98
113
1.5
99
114
1.5
100 115
1.7
the remote installations are proposed to be connected through VSATs on GSDMA/GOG's own hub , with an alternate provision to switch over to shared hub owned by another government agency.
Details regarding shared hub owned by another government agency are needed.
The proposal is under considerations and information will be provided to operator when finalised. Regulatory issues need to be addressed as such bidder need not worry about this issue while preparation of the bid.
101 115
1.7
The network should have the capability to work with any satellite located in Geostationary Orbit arc from 55 E to 115 E and with any satellite visible from India.
Which satellite will be used for the netwrok envisaged for GSDMA and what are the satellite parameters for the same? The RFP states any INSAT satellite from 55E to 115E. Different satellites have different parameters and RF and bandwidth sizing is dependent on these.
Satellite spectrum will be allotted by Antrix as per existing regulations. It is not possible to indicate spectrum will be allotted on which satellite when VSAT network is commissioned. The arc specified covers all possible locations for INSAT satellites. Equipment specifications for VSAT network elements has already taken care of variations in satellite parameters.
102
112, 141
Specifications for the Incident Management System in general in this RFP as stated refers to four core capabilities. They are Collaboration/ Communication, Planning, Response, and Recovery. But then it emphasizes more on creating/modifying custom web based dashboards. This is also repeated in page 141 as a requirement for NCNC demo. We believe that providing dashboard views of various incident related information should be emphasized rather than creation/modification of the same, since that might become a particular product/vendor specific requirement
No change in specifications. However bidder can explain reasons for offering different capabilities and advantages if any. The evaluation committee will give due considerations to products in case it meets major functionalities.
103 119
In the Technical Specifications Annexure III Section 1.2 the RFP clearly describes a detailed specification of all the components that the IMS system should have. In Page 141 Section 1.3 (NCNC Demonstration) the RFP contains a list of IMS capabilities for demonstration. The list for NCNC demo on Page 141 is somewhat different from Technical Specifications defined in page 119. We request that the list in page 141 for NCNC demonstration be modified/removed and the vendors be asked to demonstrate the IMS capabilities defined in the Technical Specifications Annexure III Section 1.2. We believe that this will eliminate all ambiguities and help the vendors and the government to assess and chose the correct product with required functionalities.
Reconciliation between technical specifications in Annexure III section 1.2 of RFP and details of NCNDEMO will be made and corrections will be issued in corrigendum Please note that technical specifications will prevail in case of any doubts / descrpancies. Final specifications for NCNC demo will be worked out on the basis of system offered by respective bidder and will be finalised in consultation with the bidder.
104 118
RFP states the need for 1,000 concurrent users. If this portal is going to be disseminating relevant information to general public during a real disaster, then people will be accessing this site from all over the world and the need for concurrent users might become 10 or 100 times higher. If vendors propose certain hardware based on the listed specification it might not sufficient to scale to such volume during a disaster. We will really like to know the KEY DIFFERENCES (Overlaps) between the IMPS and GSDMA Website. RFP states that system should support various JAVA Applications. Are there any particular applications that GSDMA wants to support? What about .NET applications? This clause might create a little confusion and we request that it be removed or wordings be changed to make it more generic and not platform specific RFP states that system should support LDAP. Is GSDMA using Active Directory or something else as their directory structure in their domain? We will like to get a clarification to this Directory Server so proper integration and proper platform can be determined for this portal.
Portal will have only limited sections accessible to public and overloading of system will be tolerated. Vendor has to meet required RFP specifications.
105 118
Requirement is for services on mobile platform. Operator may offer suitable platform so that officials responsible for disaster management can access various software applications, alert messages etc.
106 118
As at present GSDMA has no directory services. Bidder has to offer the service to meet requirements of service specified in the RFP
107
Optional but Preferred Specifications for both IMS and IMPS are almost identical (e.g. Web Conferencing, IM, Screen Sharing, Whiteboard etc.) Generally specific products (e.g. Microsoft Lync Server, CITRIX GOTOMEETING, CISCO Jabber etc.) are designed just for this purpose. Is it OK for bidders to pick any particular solution and perform integration with IMS and IMPS so the same is accessed by both systems? Or does GSDMA want the PORTAL solution to have a built-in provisioning for such capability?
Bidder may choose any solution that meets operational requirements for IMS and IMPS mentione in the RFP. IMPS is expected to be independent of IMS.
108
The GIS functionality has been specified in Section 1.2 Technical Specifications for Incident Management Application (Point 1.17 page 121). Will GSDMA accept IMS software which uses non-ESRI platforms like Google Map or similar as the base layer for the GIS module? Google Map provides a lot of base data for India out of the box and IMS application can take advantage of the base data and can provide the capability to create/view/update/delete necessary layers and provide all functionalities referred to in the RFP (and later integrate to whatever GIS platform, ESRI ARCGIS etc., the government might already have if required at all). Essentially we are trying to clarify if ESRI product ArcGIS 9.3 Server based GIS is an absolute requirement for this project, or can vendors propose comparable/better mapping capability based on Non-ESRI platforms like Google Maps?
Ref Query 1
109
OPEN SOURCE/Freeware products can be downloaded for free of charge from public domain and customized but they are restricted to contributors/volunteers for any enhancement. Can bidders download an OPEN SOURCE Incident Management Solution from some public domain Ref query 2 website and propose customization to meet GSDMA needs? Or does GSDMA want an IMS product provided by reputed software companies who specialize on providing IMS solution to various government agencies worldwide? Will make necessary changes in specifications as following: "Nominal weight of antenna may be les than 100.0 Kgs. Operator is responsible for proper installation of antenna system on ERV rooftop with necessary structural fortifications"
110
2.5 Antenna system for ERVs should : Not weight more than 80 Kilograms including Ku Feed Controller
This may be please change to: Antenna system for ERVs should not weight more than 80 5 Kilograms including Ku Feed Controller
111
There is no existing high stability LNB for the HUB which covers RX complete range: 10-95-12.75GHz. One of the Sub bands needs to be define: a) 10-95 - 11.7GHz b) 11.7 12.2 GHz c) 12.2 12.75 GHz
No change in specifications as system is expected to operate with any satellite during its operational life. Operator may ensure that LNB suitable to operate with satellite frequency band are available as and when required (for example can have multiple LNBs to cover whole band and install suitable LNB and change in future if required) Please note that Specifications given in RFP are standard for products such as NORSAT KUBAND PLL 1000HE There is a mistake in specification for IF frequency range. This will be corrected in the corrigendum. Required IF range will be 950 - 2150 MHz There is a mistake in specification for IF frequency range. This will be corrected in the corrigendum. Required IF range will be 950 - 2150 MHz
112
Specifications - 4 W BUC Output Freq Range: 13.75 14.50 GHz Input Freq 950 1450 MHz
The input freq range corresponds to 500 MHz of BW so Output freq. range may be please change to 13.75 14.25 GHz and 14.0 14.5 GHz The input freq range corresponds to 500 MHz of BW so Output freq. range may be please change to 13.75 14.25 GHz and 14.0 14.5 GHz
113
Specifications - 25 W BUC Output Freq Range: 13.75 14.50 GHz Input Freq 950 1450 MHz
114
Environmental Specifications Operational Temperature -45.5C to 52C (- 40F to 125F) Operational within tracking accuracy for Wind speeds 45 mph (72 km/h) Gusts to 65 mph (105 km/h)
The operational temperature range asked is too low The Antenna comes with a special low temperature kit to support up to -30 C. The operational wind speed within tracking accuracy may please change to up to 95 Km/h.
Suggested changes for operational temperature are accepted and will be included in corrigendum. However operational wind conditions will remain as minimal specifications. The Operator should offer the system suitable to meet required level of up time at Gandhinagar based on local wind conditions.
115
Specification of chassis: To provide minimum operational area 5 meters long and 2.4 Meter wide , diesel vehicle chassis, or custom trailer "Dimensions (within +/10% )" :Overall dimensions 7500mm X 2500 mm or more "Command Center operations area":5000 X 2400 X 1800 mm "Minimum Ground: clearance" :350 mm Vendors may offer 1 meter nominal diameter antenna
The mentioned specifications of ERV are complied with only Defense Category Vehicle, which are not available for civilian purposes. None of the Commercially Available vehicle meet the specs. This may be please modify the specifications to allow civilian vehicle to be complied. Eg. Swaraj Mazda
No change in specifications of ERV. Suitable vehicles are available for civilian purposes. GSDMA will issue an end user certificate and write to concerned authorities if a special permission is required to get suitable vehicle.
116
The antenna required in Portable VSAT is a auto pointing antenna or is it a Manual antenna?
117
Communication between first responders such as police, disaster rescue forces, fire brigades that use wireless communication systems mostly equipment operating in Very High Frequency (VHF) band and administrators on terrestrial or satellite based Very Small Aperture Terminals (VSAT), should be possible with Voice over Internet Protocol (VoIP) based unified communication system.
The solution is to use Universal Communications Interface system described in the RFP
118
A telescopic mast to mount wireless network antenna and electrical hoisting mechanism for the mast should be provided with the system.
What should be the height of telescopic mast with portable VSAT system to install the Wireless antenna?
The height of telescopic mast should be sufficient to provide local coverage up to 5.0 Kilometers. The design is to provided access to first responders working within coverage area at disaster site. Sole bidder or a member of the consortium can provide services to other bidders only in case such a bidder (service provider) is a licensed Telecom Network Operator and offers these services to other bidders as per license conditions.
119
The Bidder may be a Sole Bidder or a group of entities (Consortium), coming together to implement the Project. However, no Bidder applying individually or as a member of a Consortium (Member), as the case may be, can be member of another Bidder.
Can a sole bidder or a member of a consortium be a service provider to one or more other bidders or consortiums? For example, if company A is a bidder, can Connectivity Service Provider to Company B and Consortium C? Also can a service provider provide network services (MPLS, VSAT, etc.) to multiple bidders?
120
Penalty is suggested to be per site 1% for every 1% drop in uptime beyond 99.5% subject to a maximum cap of 5%. Suggested that Penalties Shall be applicable only for the affected links and value should also be for the unaffected links.
No change will be made in penalty conditions. Please note that the facility is expected to be operational with required level of reliability and up time during disaster situations. Penalties are proposed only for those systems that are exclusively supplied and operated by the Operator's manpower, hence expected performance standards should be maintained. Specified up time requirements are well within performance records of similar systems in actual operating conditions.
121
Penalty for delay in completion of Implementation Phase For every week or part thereof of delay until actual completion of Implementation Phase, the penalty imposed on the Operator, without prejudice to GSDMAs other remedies under the Agreement, shall be 10% of the QGR. If the delay continues beyond 10 weeks, GSDMA shall have the right to terminate the Agreement. Penalty for delay in completion and commissioning of sites other than SEOC For every three months or part thereof of delay until actual completion and commissioning of all the sites that have been handed over to the Operator, the penalty imposed on the Operator, without prejudice to GSDMAs other remedies under the Agreement, shall be 10% of QGR.
Penalty is suggested to be 0.5% of price of undelivered services per site per week subject to a maximum cap of 5%. It is also requested to delete the clause mentioning right to termination on 10 weeks of delay.
No changes in penalties during implementation phase will be made. The SEOC is critical component of the project and the operator should ensure availability of sufficient resources to complete the project as per schedule. RFP has lenient conditions for other sites.
122
The Operator is not entitled to be paid by GSDMA during this phase. Payment shall only be made after successful completion of AT i.e. once the Operation & Maintenance Phase is commenced.
Since the project may get completed in a staggered manner, we would request to have payment to be made site-wise and link-wise.
Whole project is expected to be completed at one go. Hence no changes in payment terms will be made.
123
A tripartite agreement between GSDMA, MPLS Network service provider and the Operator has to be drawn. Payment for the network will be made by GSDMA.
How will the payment distribution be done between Bidder and Service Provider? How will the penalties be calculated as per the scope of each? It is suggested to have billing site-wise and link-wise.
The tripartite agreement is only to establish legitimate user of MPLS network as Operator can't resale the bandwidth. The bill will be issued by the operator in the name of GSDMA, the operator will make initial payment and GSDMA will reimburse the payment to operator as part of QGR Transportable and portable VSATs are not allowed in shared Hub services; hence GSDMA has opted for captive hub. Necessary funds are allocated towards cost of captive hub.
124
Proposed VSAT system will be capable to operate on the captive Hub (GSDMA/GoG)
Since setting up of a captive VSAT hub is time consuming and highly expensive, we suggest GSDMA to consider VSAT services on a shared hub.
125
Since VSAT network has to be operational in heavy rain and other adverse weather, it is suggested to use Extended C band instead of Ku band.
This point was considered and final decisionwas to operate on Ku band was taken. Necessary margins in antenna gain and RF power are included in specifications to ensure reliable operations even during heavy rains Suggested bandwidth will be sufficient for peak traffic loads at respective nodes. The node at SEOC may be at 16.0 mbps rate. Up link data rate from all locations (other than SEOC) will be 512 kbps as per existing regulations and may be increased to 1.0 Mbps if regulations are revised in future. Up link from SEOC (down link at VSATs) will be up to 5.0 Mbps.
126
The connectivity on MPLS-VPN between SEOC and DEOCs will be at 1 Mbps rate and between District and TEOC will be at 128 Kbps rates.
What should be assumed as the concurrency for the backhauling of all DEOC B/W to SEOC and for backhauling all TEOC B/W to DEOC?
127
Connectivity between SEOC, DEOC, ERC, DMI, and disaster location(s) using VSAT network at nominal 512 Kbps rates that is upgradable to 1.0 Mbps from affected districts EOCs and ERVs
What is the uplink and downlink B/W requirement at each SEOC, DEOC, ERC, DMI and ERV?
128
Bit Error Rate (BER): Better than 10e-6 End to end delay: 700 milliseconds
It is suggested to have BER of 10e-4 or better for voice, VC and Data. Also suggested to have end to end delay (latency) to be 2000 milliseconds since VSAT network is involved.
BER of 10-4 is accepted for voice services , however quality (and link throughput) for data services including Videoconferencing will be unacceptable. End to end delay is time elapsed for travel form remote VSAT to another VSAT via Hub. The expected time delay will be within 700 Milli seconds. However latency up to 1000 Milli seconds will be accepted
129
In the event GSDMA makes payment on an invoice after the due date for payment thereof, it shall be liable to pay interest calculated at the rate of SBI PLR plus 2%,
It is suggested that the Payments Pertaining to the services should not be with-held and should not be charged with any 2% Interest Rate
No change
130
In case of consortium, the payments will be made to an escrow account jointly operated by all members of the consortium unless the project entity is an SPV in which case the payment shall be made in SPV account
It is requested to confirm that whether GSDMA will pay the telecom service directly irrespective of the consortium and as per tripartite agreement.
No change even in case of tripartite agreement. The tripartite agreement is only to meet regulatory requirements that telecom bandwidth is not resold. The telecom service operator will provide services (MPLS-VPN or broadband ) to GSDMA, however charges will be settled by the operator.
131 45
Clause 3.3
QGR
The bidders from different states, union territories, SEZs etc. will be required to pay VAT applicable for their states, interstate taxes and/or Central State Tax (CST) as applicable and are going to differ from case to case. It is therefore requested that Commercial (Price) comparison be done for arriving at inter-se ranking excluding the taxes and duties so as to provide a level playing field to all bidders. The taxes paid and added to vendors billing in any case flow back (pass through) to the Government and hence should be excluded (Net of Taxes) for comparison for ranking.
No Change. The QGR to be quoted in the commercial bid is inclusive of all taxes
Note Other queries received by GSDMA will be answered in the subsequent corrigendums