Request for Proposal - PDF Archive

371
Request for Proposal Selection of Service Provider for Jharkhand State Wide Area Network 2.0 (JharNet 2.0) Tender Notice No: JAPIT/JharNet 2.0/RFP/04/2017-18 Dated 07-07-2017 Jharkhand Agency for Promotion of Information Technology (JAP-IT) (An Autonomous body under Department of Information Technology, Government of Jharkhand) Ground Floor, Near Golchakkar, Engineer’s Hostel - 1, Dhurwa

Transcript of Request for Proposal - PDF Archive

Request for Proposal

Selection of Service Provider for

Jharkhand State Wide Area Network 2.0

(JharNet 2.0)

Tender Notice No:

JAPIT/JharNet 2.0/RFP/04/2017-18

Dated 07-07-2017

Jharkhand Agency for Promotion of Information Technology (JAP-IT)

(An Autonomous body under Department of Information Technology, Government of Jharkhand)

Ground Floor, Near Golchakkar, Engineer’s Hostel - 1, Dhurwa

Page 2 of 371

Abbreviation

Sr Abbreviation Description

1. GoI Government of India

2. GoJ Government of Jharkhand

3. IT Information Technology

4. JAPIT Jharkhand Agency for Promotion of Information Technology

5. SHQ State Head Quarters

6. RHQ Regional Head Quarters

7. SDHQ Sub Divisional Head Quarters

8. BHQ Block Head Quarters

9. PoP Point of Presence

10. LL Leased Line

11. ROW Right of Way

12. BSNL Bharat Sanchar Nigam Limited

13. JharNet Jharkhand Network

14. JharNet 2.0 Jharkhand Network; version two (2)

15. NeGP National e Governance Plan

16. NOFN National Optical Fibre Network

17. NII National Information Infrastructure

18. NIC National Informatics Centre

19. NICNET NIC Network

20. NKN National Knowledge Network

21. OFC Optical Fibre Cable

22. RF Radio Frequency

23. VSAT Very Small Aperture Terminal

24. Mbps Megabits per second

25. MPLS Multi-Protocol Label Switching

26. VPN Virtual Private Network

27. VoIP Voice over Internet Protocol

28. VC Video Conferencing

29. SNMP Simple Network Monitoring Protocol

30. EMS Enterprise Monitoring Solution/System

Page 3 of 371

Sr Abbreviation Description

31. NMS Network Monitoring Solution/System

32. ISP Internet Service Provider

33. QCBS Quality and Cost Based Selection

34. IP Internet Protocol

35. ROW Right of Way

36. TSP Telecom Service Provider

37. OEM Original Equipment Manufacturer

38. OB Outside Broadcasting

39. VA Vulnerability Assessment

40. PT Penetration Testing

41. IPT IP Telephone

42. CAPEX Capital Expenditure

43. OPEX Operational Expenditure

44. YoY Year on Year

45. BCP Business Continuity Plan

46. G2G Government to Government

47. G2C Government to Citizen

48. SLA Service Level Agreement

49. NWO Network Operator

50. PBH Prime Business Hours

51. ESH Extended Service Hours

Page 4 of 371

Definitions:

S. No Terms Description

1. JharNet 2.0 ‘JharNet 2.0’ means the Jharkhand State Wide Area Network (JharNet) as

provisioned by the State of Jharkhand and the selected Service provider

2. Uptime ‘Uptime’ refers to the JharNet 2.0 network availability across various segments

3. Downtime

Downtime shall mean the time period for which the specified services /

components with specified technical and service standards are not available to the

State and user departments and excludes the scheduled outages planned in

advance for the JharNet 2.0 network

4.

Prime

Business

Hours (PBH)

PBH refers to the prime network utilization period for JharNet 2.0, which shall be

typically starting from 0900 hrs till 2000 hrs for SHQ, DHQ, SDHQ, Horizontal offices

of SHQ and the Horizontal offices connected to MPLS network cloud on all working

days or any other period to be defined by the State. The PBH for BHQ and other

Horizontal Offices would be from 1000 hrs to 1800 hrs on all working days or any

other period to be defined by the State. The normal working days in the State are

Monday to Saturday.

5.

Extended

Services Hours

(ESH)

ESH refers to the lean network utilization period for JharNet 2.0, which shall be

typically starting from 2001 hrs till 0859 hrs for SHQ, DHQ, SDHQ, Horizontal offices

of SHQ and the Horizontal offices connected to MPLS network cloud on all working

days, full day on any holiday and Sunday or any other period defined by the State.

The ESH for Block Offices would be from 0700 hrs to 1000 hrs for all Block Offices.

There would be no ESH for the remaining Horizontal Offices.

6.

Planned

Network

Outage

‘Planned Network Outage’ refers to unavailability of network services due to

infrastructure maintenance activities such as configuration changes, up-gradation

or changes to any supporting infrastructure. Details related to such planned outage

shall be agreed with the State government and shall be notified to all the related

departments and relevant offices in advance (at least five working days)

7.

Unplanned

Network

Outage

‘Unplanned Network Outage’ refers to an instance in which link is not available for

the Department connecting to the JharNet 2.0 Network for more than 5

consecutive minutes.

8. Denial of

Service

A sudden burst of network traffic leading to more than 90-95% utilization of the

JharNet 2.0 bandwidth in any segment or complete network.

9.

Quarterly

Guaranteed

Revenue

(QGR)

Fees which the Service Provider/successful bidder may get from the JAPIT, on

behalf of Govt. of Jharkhand, on a quarterly basis for services rendered. This would

be determined from the ‘Financials Template’ submitted by the bidder as part of

the proposal.

10. Critical Events

Critical Events are important Data Services / Video Conferencing requirement by

Senior Government officials in which services are being rendered on JharNet 2.0

Network. There may be maximum 2 such events in a month for a duration of 6

Page 5 of 371

hours The information about the event will be provided to successful bidder 24

hours in advance using JharNet 2.0 . This could be Video conferencing or web

casting event of Chief Minister, important State functions, etc.

11. Incident

Refers to any event/abnormalities in the functioning of the IT or Non-IT

Equipment/specified services that may lead to disruption in normal operations of

JharNet

12. Helpdesk

Support

Shall mean the 12 x 7 central operations (08.00 AM to 08.00 PM) which shall handle

fault reporting, trouble ticketing and related enquiries during the contract

13. Resolution

Time

Shall mean the time taken in resolving (diagnosing, troubleshooting and fixing) an

incident after it has been reported at the helpdesk. The resolution time shall vary

based on the severity of the incident reported at the help desk. The severity would

be as follows:

a. Critical: Incidents whose resolution shall require additional investment in

components or time or shall involve coordination with OEMs. These

incidents shall impact the overall functioning of the JharNet 2.0.

b. Medium: Incidents, whose resolution shall require replacement of

hardware or software parts, requiring significant interruption in working

of that individual component. For example, installation of monitoring

software, replacement of switch etc.

c. Low: Incidents whose resolution shall require changes in configuration of

hardware or software, which will not significantly interrupt working of that

component. For example, installation of VoIP device

14.

MPLS

(Multiprotocol

Label

Switching)

MPLS is a scalable, protocol-independent transport. In an MPLS network, data

packets are assigned labels. Packet-forwarding decisions are made solely on the

contents of this label, without the need to examine the packet itself

15.

Service

Provider/Syste

m Integrator

Successful Bidder/Consortium Partners of JharNet 2.0 is called Service Provider and

will be responsible for managing the entire JharNet 2.0 Network and

Infrastructure.

Page 6 of 371

Disclaimer

The information contained in this Tender or subsequently provided to bidders, whether verbally or in documentary or

any other form by or on behalf of the JAPIT or any of its employees or advisers or Department of Information

Technology and e-Governance, is provided to bidders on the terms and conditions set out in this Tender and such

other terms and conditions subject to which such information is provided. This Tender is issued by the JAPIT. This

Tender is not an agreement and is neither an offer nor invitation by the JAPIT to the prospective bidders or any other

person. The purpose of this Tender is to provide interested parties with information that may be useful to them in the

formulation of their Bid pursuant to this Tender. This Tender includes statements, which reflect various assumptions

and assessments arrived at by the JAPIT in relation to the JharNet 2.0 project. Such assumptions, assessments and

statements do not purport to contain all the information that each Applicant may require. This Tender may not be

appropriate for all persons, and it is not possible for the JAPIT, its employees or advisers to consider the objectives,

technical expertise and particular needs of each party who reads or uses this Tender. The assumptions, assessments,

statements and information contained in this Tender, may not be complete, accurate, adequate or correct. Each

Applicant should, therefore, conduct its own investigations and analysis and should check the accuracy, adequacy,

correctness, reliability and completeness of the assumptions, assessments and information contained in this Tender

and obtains independent advice from appropriate sources. Information provided in this Tender to the bidders is on a

wide range of matters, some of which depends upon interpretation of law. The information given is not an exhaustive

account of statutory requirements and should not be regarded as a complete or authoritative statement of law. JAPIT

accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on the law expressed herein.

JAPIT, its employees and advisers make no representation or warranty and shall have no liability to any person

including any Applicant under any law, statute, and rules or regulations or tort, principles of restitution or unjust

enrichment or otherwise for any loss, damages, cost or expense which may arise from or be incurred or suffered on

account of anything contained in this Tender or otherwise, including the accuracy, adequacy, correctness, reliability

or completeness of the Tender and any assessment, assumption, statement or information contained therein or

deemed to form part of this Tender or arising in any way in this Selection Process. JAPIT also accepts no liability of

any nature whether resulting from negligence or otherwise however caused arising from reliance of any Bidder upon

the statements contained in this Tender. JAPIT may in its absolute discretion, but without being under any obligation

to do so, update, amend or supplement the information, assessment or assumption contained in this Tender. The

issue of this Tender does not imply that JAPIT is bound to select an Bidder or bidders, as the case may be, for the

selection of JharNet 2.0 solutions and JAPIT reserves the right to reject all or any of the Proposals without assigning

any reasons whatsoever. The Bidder shall bear all its costs associated with or relating to the preparation and

submission of its Proposal including but not limited to preparation, copying, postage, delivery fees, expenses

associated with any demonstrations or presentations which may be required by JAPIT or any other costs incurred in

connection with or relating to its Proposal. All such costs and expenses will remain with the Bidder and JAPIT shall

not be liable in any manner whatsoever for the same or for any other costs or other expenses incurred by a Bidder in

preparation or submission of the Bid, regardless of the conduct or outcome of the Selection Process.

Page 7 of 371

CONTENTS 1 Invitation for bids ..................................................................................................................... 12

1.1 Purchaser/Issuer ...................................................................................................................... 12

1.2 Purchaser and Address for Bid Submission & Correspondence .............................................. 12

1.3 Key events & date .................................................................................................................... 13

1.4 Procurement of RFP document ................................................................................................ 14

1.5 Pre Bid Conference .................................................................................................................. 14

1.6 Amendment of RFP document ................................................................................................. 15

1.7 Venue and deadline for submission of Proposal ..................................................................... 15

2 Project Profile ........................................................................................................................... 16

2.1 About JAPIT .............................................................................................................................. 16

2.2 About JharNet .......................................................................................................................... 17

2.3 Overview of the Existing JharNet ............................................................................................. 17

2.4 Existing setup of JharNet .......................................................................................................... 18

2.5 Existing ICT Infrastructure of JharNet ...................................................................................... 22

2.6 Existing non-ICT Infrastructure of JharNet ............................................................................... 24

2.7 Monitoring of JharNet .............................................................................................................. 25

3 JharNet 2.0 ............................................................................................................................... 26

3.1 General ..................................................................................................................................... 27

4 JharNet 2.0 - Proposed Solution Design ................................................................................... 30

4.1 Jharkhand e-Governance Framework ...................................................................................... 30

4.2 Solution Layout - Schematic ..................................................................................................... 31

4.3 JharNet 2.0 Services ................................................................................................................. 33

4.4 Bandwidth requirement ........................................................................................................... 36

5 Roles and Responsibilities JharNet 2.0 .................................................................................... 38

5.1 Roles and Responsibilities of Service Provider/System Integrator .......................................... 38

5.2 Roles and Responsibilities of the JAP-IT/Dept. of IT & e-Governance ..................................... 39

6 Scope of Work .......................................................................................................................... 40

6.1 Schedule I – Plan, Design, Implementation and Commissioning Phase .................................. 40

6.1.1 Planning Phase ......................................................................................................................... 41

6.1.2 Commissioning of JharNet 2.0 ................................................................................................. 43

6.1.3 Acceptance testing for JharNet 2.0 ......................................................................................... 45

6.1.4 Documentation for JharNet 2.0 .............................................................................................. 46

Page 8 of 371

6.2 Schedule II – Operate and Maintenance Phase ....................................................................... 46

6.2.1 Network Operations & Management ..................................................................................... 46

6.2.2 Bandwidth Management ........................................................................................................ 47

6.2.3 Audit and Security Services ..................................................................................................... 47

6.2.4 Facility Management Services ................................................................................................ 48

6.2.5 Helpdesk Management Services ............................................................................................. 49

6.2.6 Overall comprehensive maintenance ..................................................................................... 49

6.2.7 MIS Reports ............................................................................................................................. 50 6.3 Civil Work ................................................................................................................................. 51

6.4 Exit Management ..................................................................................................................... 51

7 Manpower Requirements ........................................................................................................ 54

8 Service Level Agreement .......................................................................................................... 61

8.1 Definitions ................................................................................................................................ 61

8.2 Calculation of downtime .......................................................................................................... 62

8.3 Calculation of uptime ............................................................................................................... 63

8.4 SLA for JharNet 2.0 Operations ................................................................................................ 65

8.4.1 Uptime SLA for JharNet 2.0 Locations .................................................................................... 65

8.4.2 Services SLA for JharNet 2.0 .................................................................................................... 68

8.4.3 Network Operations & Helpdesk Management ..................................................................... 70

8.4.4 Helpdesk Resources Service Level .......................................................................................... 72

8.4.5 JharNet 2.0 Latency ................................................................................................................. 73

8.4.6 JharNet 2.0 Packet Loss ........................................................................................................... 74

8.4.7 JharNet 2.0 Maximum Jitter.................................................................................................... 74

8.4.8 Throughput for JharNet 2.0 ..................................................................................................... 75

8.4.9 Audit and Security SLA ............................................................................................................ 75

8.4.10 Penalty for transition and/or implementation timeline ........................................................ 76

8.4.11 Penalty for misuse ................................................................................................................... 76 8.5 SLA Review Process .................................................................................................................. 77

8.6 Penalties ................................................................................................................................... 77

9 Final Testing and Certification ................................................................................................. 78

9.1 Management of the project ..................................................................................................... 79

9.2 Audit, Access and Reporting .................................................................................................... 80

9.3 Change request schedule ......................................................................................................... 82

Page 9 of 371

10 Scope of Bid Proposal............................................................................................................... 84

10.1 Number of Proposals ............................................................................................................... 85

11 Eligibility Criteria ...................................................................................................................... 86

11.1 Amendment of tender document ............................................................................................ 89

12 Instruction to Bidders............................................................................................................... 91

12.1 Procedure for submission of bids ............................................................................................ 91

12.2 Authentication of Bid ............................................................................................................... 94

12.3 Validation of interlineations in Bid .......................................................................................... 94

12.4 Cost of Bidding ......................................................................................................................... 94

12.5 Site Visit .................................................................................................................................... 94

12.6 Clarification on Tender Document ........................................................................................... 94

12.7 Documents Comprising the Bids .............................................................................................. 95

12.8 Bid Prices .................................................................................................................................. 96

12.9 Firm Prices ................................................................................................................................ 97

12.10 Bid Currencies .......................................................................................................................... 97

12.11 Bidder Qualification ................................................................................................................. 97

12.12 Bid Security (Earnest Money Deposit) ..................................................................................... 97

12.13 Bid Validity Period .................................................................................................................... 98

12.14 Local / Site Conditions .............................................................................................................. 99

12.15 Modification and Withdrawal of Bids ...................................................................................... 99

12.16 Opening of Bids ...................................................................................................................... 100

12.17 Criteria for Evaluation of Bids ................................................................................................ 101

12.18 Rectification of Errors ............................................................................................................ 106

12.19 Contacting the Purchaser ....................................................................................................... 106

12.20 Purchaser’s Right to Vary Scope of Contract at the time of Award ....................................... 107

12.21 Purchaser’s Right to Accept Any Bid and to reject any or All Bids ......................................... 107

12.22 Notification of Award ............................................................................................................. 107

12.23 Failure to abide by the Agreement ........................................................................................ 108

12.24 Bank Guarantee for Contract Performance ........................................................................... 108

12.25 Confidentiality of the Document ........................................................................................... 109

12.26 Rejection Criteria ................................................................................................................... 109

12.27 Concessions permissible under statutes ................................................................................ 110

12.28 Limitation of Liability .............................................................................................................. 110

Page 10 of 371

12.29 Income Tax Liability ................................................................................................................ 110

13 Award of Contract .................................................................................................................. 112

14 Miscellaneous ........................................................................................................................ 114

14.1 Dispute Resolution Clause ..................................................................................................... 114

14.2 Notices ................................................................................................................................... 115

14.3 Force Majeure ........................................................................................................................ 116

14.4 Use of documents and Information ....................................................................................... 116

14.5 Insurance ................................................................................................................................ 117

14.6 Assignment Clause ................................................................................................................. 117

14.7 Indemnity ............................................................................................................................... 117

15 Payment Schedule .................................................................................................................. 119

15.1 Payment of Taxes ................................................................................................................... 120

15.2 Additional Equipment ............................................................................................................ 121

16 Forms Templates .................................................................................................................... 122

17 Annexure A: Minimum Specifications of New Active and Passive Equipments .................... 139

17.1 SHQ Router ............................................................................................................................. 139

17.2 Internet Router ...................................................................................................................... 145

17.3 SHQ Core Switch .................................................................................................................... 147

17.4 DMZ/Internet Switch ............................................................................................................. 152

17.5 SHQ Core Firewall with IPS ..................................................................................................... 154

17.6 Blade Servers (EMS, AV, Management, etc.) ......................................................................... 157

17.7 SHQ Genset - 50 KVA .............................................................................................................. 158

17.8 Genset for DHQ SDHQ ............................................................................................................ 159

17.9 SHQ UPS ................................................................................................................................. 160

17.10 UPS for DHQ SDHQ ................................................................................................................. 166

17.11 UPS for BHQ HO ..................................................................................................................... 167

17.12 Server & Network Racks (42U) ............................................................................................... 167

17.13 DHQ Router ............................................................................................................................ 169

17.14 L3 DHQ Switch ........................................................................................................................ 174

17.15 SDHQ, BHQ, Horizontal Office Router .................................................................................... 181

17.16 L3 Switch for SDHQ, Horizontal Office ................................................................................... 184

17.17 L2 Switches – DHQ, SDHQ, BHQ, Horizontal Offices .............................................................. 188

17.18 IP Telephony System .............................................................................................................. 191

Page 11 of 371

17.19 Voice Gateway ....................................................................................................................... 197

17.20 Enterprise Monitoring System (EMS) ..................................................................................... 198

17.21 AAA Appliance ........................................................................................................................ 202

17.22 Web Security Appliance ......................................................................................................... 204

17.23 VC – Endpoints ....................................................................................................................... 212

17.24 VC – MCU ............................................................................................................................... 214

17.25 VC Gatekeeper ....................................................................................................................... 217

17.26 Video Conferencing solution .................................................................................................. 218

17.27 VC Recording .......................................................................................................................... 221

17.28 Anti-Virus Solution ................................................................................................................. 223

17.29 Network Passive Components ............................................................................................... 225

17.30 Link Load Balancer ................................................................................................................. 228

17.31 Technical Specification for Air Conditioner ............................................................................ 231

17.32 Point to Multi Point radios specification ................................................................................ 232

17.33 New outside Van specification ............................................................................................... 236

18 Annexure I: List of districts ..................................................................................................... 238

19 Annexure II: List of sub-divisions............................................................................................ 239

20 Annexure III: List of blocks ..................................................................................................... 241

21 Annexure IV: List of Connected Horizontal Offices ................................................................ 246

22 Annexure V: Indicative list of new Horizontal Offices to be connected ................................ 260

23 Annexure VI: Offices and users under JharNet ...................................................................... 274

24 Annexure VII: Offices connected through JharNet VoIP ........................................................ 312

25 Annexure VII: Latitude Longitude details for Block headquarters ......................................... 356

26 Annexure IX: Existing SLA Levels ............................................................................................ 370

Page 12 of 371

1 Invitation for bids

The invitation to bid is for “Establishing the Jharkhand State Wide Area Network 2.0 (JharNet 2.0), and

operating & maintaining the JharNet 2.0 network for a period of five years from the date of Go-Live”. The

Bidders are advised to study the tender document carefully. Submission of bids shall be deemed to have

been done after careful study and examination of the tender document with full understanding of its

implications. Submission of bid shall be through e-procurement portal www.jharkhandtenders.gov.in

along with the hard copies of the bid document to be submitted at the address of correspondence

mentioned below. For details and subsequent communication the bidders may also visit the official

website of the State of Jharkhand www.jharkhand.gov.in. This section provides general information about

the Issuer (i.e. Jharkhand Agency for Promotion of Information Technology, JAP-IT), important dates and

addresses and the overall eligibility criteria for the Bidders.

The engagement period maybe further extendable by a period of two (2), depending on the performance

of the selected system integrator and mutual discussions

1.1 Purchaser/Issuer

The purchaser for this RFP on behalf of Department of Information Technology and e-Governance,

Government of Jharkhand is Jharkhand Agency for Promotion of Information Technology (JAP-IT). This

section provides general information about the Purchaser/Issuer (i.e. Jharkhand Agency for Promotion of

Information Technology, JAP-IT), important dates and addresses and the overall eligibility criteria for the

Bidders.

1.2 Purchaser and Address for Bid Submission & Correspondence

Chief Executive Officer,

JAPIT, Ground Floor, Near Golchakkar,

Engineer’s Hostel - 1, Dhurwa,

Ranchi, Jharkhand

Email: [email protected]

Phone No.: +91-651-2401067

Fax: +91-651-2401040

Page 13 of 371

1.3 Key events & date

Event Target Date

Non-refundable Tender document fee

INR 25,000 /- (INR Twenty Five Thousand only)

through demand draft from a Nationalized /

Scheduled bank, drawn in favour of “Jharkhand

Agency for Promotion of Information Technology”,

payable at Ranchi

Notice Inviting Tender JAPIT/JharNet 2.0/RFP/04/2017-18

EMD

INR 10,00,00,00/- (INR One Crore only) in the form of

Bank Guarantee valid for 6 months from the date of

bid submission from a Nationalized/ Scheduled bank

Last date to send in requests for clarifications on the

tender document 15-07-2017 till 06.00 PM

Date and Time for Pre- Bid Meeting 18-07-2017 at 03.00 PM

Last date for submission of bids 18-08-2017 at 03.00 PM

Opening of Technical bids 21-08-2017 at 03.00 PM

Presentation on technical bid by short-listed Bidders 25-08-2017 from 11.00 AM onwards, tentatively

Opening of commercial bids To be notified later to the technically qualified

bidders

Issue of Letter of Intent To be intimated to the successful bidder

Note: This Tender Document is not transferable.

Page 14 of 371

1.4 Procurement of RFP document

Interested Bidders may obtain complete set of bid document in soft copy format from portal

www.jharkhandtenders.gov.in. The bidder needs to submit the non-refundable fee of INR 25,000/- (INR

Twenty Five Thousand Only) in form of a demand draft of any nationalized/scheduled/ commercial bank

located in India, payable at Ranchi, drawn in favour of “Jharkhand Agency for Promotion of Information

Technology” along with the hard copies of the bid documents on the last day of submission of bid i.e. 18-

08-2017. The tender fee in the form of DD shall be valid for 3 months.

The detailed Tender Document, once purchased, cannot be returned, resold, transferred, or reassigned;

and there shall not lay any claim on the Purchaser (JAP-IT) for refund of tender fee, payment of expenses

incurred etc. and JAP-IT shall not be responsible in any way for any damage, loss etc., consequential or

otherwise, to any purchaser of the said Document.

1.5 Pre Bid Conference

JAP-IT shall organize a Pre Bid Conference on the scheduled date and time in the conference room of JAP-

IT. JAP-IT may incorporate any changes in the RFP based on acceptable suggestions received during the

Pre Bid Conference. The decision of the JAP-IT regarding acceptability of any suggestion shall be final in

this regard and shall not be called upon to question under any circumstances. The prospective Bidders are

requested to submit their queries by e-mail to [email protected] as per the format mention in

this document. Any query sent by the bidder after the timeline for submitting pre-bid queries shall not be

accepted. In the meeting the decision will be taken. The responses will be conveyed to all the prospective

Bidders by way of hosting amendments/clarifications on the website i.e. at

www.jharkhandtenders.gov.in and www.jharkhand.gov.in in accordance with the respective clauses of

the RFP and no participant would be intimated individually about the response of the JAP-IT. Procurement

of the BID document to attend the pre-bid meeting is not mandatory. The participating Service Provider’s

need to submit the tender document fee at the time of bid submission. The prospective participants have

to inform JAP-IT on the mail id mentioned above for attending the pre-bid conference.

Pre-bid queries from OEMs will not be entertained directly. OEMs may pass their queries through any

of the prospective bidders.

Page 15 of 371

1.6 Amendment of RFP document

At any time till 7 days before the deadline for submission of bids, the Purchaser may, for any reason,

whether at own initiative or in response to a clarification requested by a prospective Bidder, modify the

bidding document by amendment. All the amendments made in the document would be published in the

website of portal www.jharkhandtenders.gov.in and www.jharkhand.gov.in. All such amendments shall

be binding on all the Bidders. The Bidders are also advised to visit the aforementioned website on regular

basis for checking necessary updates. JAP-IT also reserves the rights to amend the dates mentioned for

bid process.

1.7 Venue and deadline for submission of Proposal

Proposals for JharNet 2.0 Project must be received at the address specified below not later than dates

specified.

Chief Executive Officer,

JAPIT, Ground Floor, Near Golchakkar,

Engineer’s Hostel - 1, Dhurwa,

Ranchi, Jharkhand

Any proposal received by the Purchaser after the deadline for submission of proposals mentioned above

will be summarily rejected and returned unopened to the Bidder. JAP-IT shall not be responsible for any

postal delay or non-receipt/non-delivery of the documents. No further correspondence on the subject will

be entertained.

Page 16 of 371

2 Project Profile

The Government of India had approved the Scheme for establishing State Wide Area Network (SWAN)

across the country, in March 2005, for all the States for a period of five years. SWAN was identified as a

core infrastructure project for supporting e-Governance initiatives.

Under this Scheme, technical and financial assistance was provided to the States/UTs for establishing

SWANs to connect all State/UT Headquarters up to the Block level in a vertical hierarchical structure with

a minimum bandwidth capacity of 2 Mbps per link.

The Government of Jharkhand had conceptualized & setup the Jharkhand State Wide Area Network

(JharNet) during the period 2005–2006. This network primarily acts as the communication setup for the

Government of Jharkhand for improvement of Administrative effectiveness and efficiency by enabling

improvement in the Quality of Service being provided to the citizens of the State through improvement

of communication interfaces between Government-to-Government (G2G) and Government-to-Citizens

(G2C).

The current existing JharNet network has been functional for almost 10 years. The Govt. of Jharkhand has

decided to revamp the existing network and setup the JharNet 2.0 network offering reliable and robust

services at all levels across the State. The current infrastructure is envisaged to be setup on MPLS VPN

technology, thus providing more availability and uptime of the network and would be operated as

Managed Network Services model. The JharNet 2.0 project aims at establishing standards such as ITIL, ISO

20000, etc. so as to bring is process & strategic control and more efficiency in day to day project

operations.

2.1 About JAPIT

Jharkhand Agency for Promotion of Information Technology (JAP-IT) was conceptualized to accelerate the

growth of Information Technology in Jharkhand and implement the policies of the State Government in

the area of Information Technology (IT). The broad objectives were to provide IT inputs to Governments

Departments, Agencies and to assist them in computerization and networking, to co-ordinate with

investors and industry, trade organizations and financial institutions in public and private sector. With

above objectives, JAP-IT geared up for implementing the projects assigned to them and succeeded in

disseminating the strides made by Department of Information Technology and e-Governance, Jharkhand

through participation in various exhibitions, seminars etc. among the leading IT players of the country and

thereby attracting them in the state of Jharkhand.

Page 17 of 371

Various IT schemes, projects and initiatives that have been undertaken by JAP-IT on behalf of Government

of Jharkhand are as follows:

1. Jharkhand State Wide Area Network (JharNet)

2. Common Services Centre (Pragya Kendra)

3. Jharkhand State Data Centre (SDC)

4. State Portal-State Service Delivery Gateway (SP-SSDG)

5. E-District (JharSewa),

6. e-Office,

7. CM Dashboard, etc.

2.2 About JharNet

The Government of Jharkhand had conceptualized & setup the Jharkhand State Wide Area Network

(JharNet) during the period 2005–2006. This network primarily acts as the communication setup for the

Government of Jharkhand for improvement of Administrative effectiveness and efficiency by enabling

improvement in the Quality of Service being provided to the citizens of the State through improvement

of communication interfaces between Government-to-Government (G2G) and Government-to-Citizens

(G2C).

The current JharNet network operates at multiple levels, with the State Capital Ranchi functioning as the

State Head Quarters (SHQ) with the connectivity currently extending vertically to 24 District Head

Quarters (DHQs), further to 37 Sub-Divisional Head Quarters (SDHQs) and also 214 Block Head Quarters

(BHQs). Various Government Offices (411 in number) at SHQ, DHQs, and SDHQs are currently also

connected horizontally to the respective SHQ, DHQs and SDHQs

2.3 Overview of the Existing JharNet

The role of JharNet is to connect Government Offices at the District headquarters (DHQs), Sub-divisional

headquarters (SDHQs), Block headquarters (BHQs), the various horizontal offices at SHQs, DHQs and

SDHQs in the State. The JharNet network is currently providing Data and Voice services to offices at all

levels i.e. SHQ, SDHQ, DHQ and BHQ, whereas Video services are being currently provided at SHQ and the

DHQ level. The network has made use of wireless infrastructure (RF) as well as Optical Fiber along with

the leased lines to connect these locations. Very few of the locations are also connected through VSAT.

Apart to these connections there is a Mobile VSAT Van which also operates and is used for covering

important events and also act as a temporary fallback mechanism in the event of any failure. The existing

Page 18 of 371

JharNet network was started in 2005 and has now been functional almost for 10 years now and is being

operated by a Network Operator (M/s United Telecoms Limited) for the past 10 years.

2.4 Existing setup of JharNet

Figure I: Existing setup of JharNet

Figure I depicts the existing communication network setup of JharNet. The JharNet network connects the

Government Offices from State headquarters (SHQ) at Ranchi down to the District Head Quarters (DHQs)

and further to the Sub-divisional head-quarters (SDHQs) and the Block head-quarters (BHQs) level. There

are multiple horizontal offices which are connected from the SHQ, DHQ and SDHQ which function as the

Point of Presence (PoP) sites for the Jharkhand network with the SHQ, DHQs and SDHQs being designated

as PoP Zero. A total of 411 PoPs are connected under JharNet with 25 PoPs connected at SHQ, 354 PoPs

connected at DHQs and 32 PoPs connected at SDHQs. The block offices (BHQs) are directly connected to

the DHQs with no PoP sites being available at BHQ level.

Page 19 of 371

Figure II: SHQ to DHQ Connectivity

Figure II depicts the connectivity between State Head Quarter (SHQ) and District Head Quarters (DHQs).

All DHQs locations are connected with the SHQ with 8 Mbps bandwidth speed over the BSNL network

through Leased Lines. The DHQs are also connected over the network provisioned by telecom service

providers, which have been provisioned in lieu of the Right of Way (RoW) issued to them for setting up of

telecom towers. These DHQs are further connected to the various Horizontal Offices (PoPs) through OFC

or RF Links.

BSNL Network

Other Network providers

PoP 1

PoP n

District Head Quarters

Sub divisionalHead Quarters

Figure III: DHQ to SDHQ Connectivity

Page 20 of 371

Figure III depicts the connectivity between District Head Quarters (DHQs) and Sub-divisional Head

Quarters (SDHQ). All SDHQs locations are connected to their respective DHQ with 8 Mbps bandwidth

speed over the BSNL network through Leased Lines. The SDHQs are also connected over the network

provisioned by private telecom service providers, which have been provisioned in lieu of the Right of Way

(RoW) issued to them for setting up of telecom towers.

BSNL Network

Sub divisionalHead Quarters

Block Head Quarters

District Head Quarters

Figure IV: Connectivity to BHQ

Figure IV depicts the connectivity between District Head Quarters (DHQs) / Sub-divisional Head Quarters

(SDHQ) and Block Head Quarters (BHQs). All DHQ/SDHQ locations are connected with the BHQ with 2

Mbps bandwidth speed over the BSNL network through Leased Lines. Few of the BHQs are also connected

through VSAT links from SHQ through a bandwidth speed of 4 Mbps. The BHQs connected through VSAT

links are mentioned below:

Page 21 of 371

Sr List of PoP with VSAT

1 Bisrampur

2 Chinia

3 Dandai

4 Deoghar

5 Dhurki

6 Kharaundhi

7 Kunda

Sr List of PoP with VSAT

8 Lavalung

9 Pandu

10 Pathalgada

11 Ramkunda

12 Tonto

13 Hiranpur

14 Littipada

Voice services through VoIP (Voice over Internet Protocol) are available at all levels i.e. at SHQ, all DHQs,

SDHQs, BHQs and Horizontal Offices whereas the Video Conferencing facility is available only from SHQ

and the DHQ Office.

A total of 411 PoPs were initially planned to be setup with the following distribution pattern:

At State Head Quarters (SHQ) – 11

At District Head Quarters (DHQ) – 330

At Sub-divisional Head Quarters (SDHQ) – 70

However, due to feasibility and operational challenges, the PoP establishment pattern could not be

adhered to as planned. However, the total count of setting up of 411 PoP sites has been achieved. The

details of the PoP locations connected along with their mode of connectivity at SHQ, DHQs and SDHQs are

elaborated in the Annexures of this report.

Few of the earlier planned PoP sites at the DHQs and SDHQs couldn’t be setup due to various operational

challenges. However, in lieu of those earlier planned sites, new PoPs were setup which are currently

operational and are an adjustment from original plan. The details these PoP sites have been placed as

Annexure of this report.

Apart from the already established PoP sites, JAP-IT on behalf of Government of Jharkhand have further

placed an order to the existing JharNet Operator for establishment of additional PoPs at various locations

to expand the reachability of JharNet by making it available at more number of horizontal offices.

Also, a total of around 1800 offices/departments are presently connected through JharNet connecting

almost 8300 users.

All the aforementioned details have been elaborated in Annexures of this document.

Page 22 of 371

2.5 Existing ICT Infrastructure of JharNet

ICT infrastructure, mainly networking equipment, has been provisioned at all locations (SHQ, DHQs,

SDHQs & BHQs) and also at the horizontal offices which are called the POP locations. The details of the IT

Infrastructure at various locations are elaborated in the tables presented below:

State Head Quarters (SHQ)

Sr Name of Equipment Functionality Quantity Product Support

1 Cisco 7613 Router Backbone Router 2 (Active + Standby) 31-Jan-19

2 Cisco 6509 Switch Core Switch 1 31-Jan-18

3 Cisco 3750 Switch L3 SHQ Switch

(Video & Cyberoam) 5 15-Mar-14

4 Cisco 2960 Switch Internet Switch 2 31-Jul-17

5 Cisco 2950 Switch SHQ Control Room

connectivity 2 20-Oct-13

6 Cisco PIX Firewall 515E External Firewall 4 27-Jul-13

7 Cisco PIX Firewall 535 Internal Firewall 2 27-Jul-13

8 Cisco IPS 4255 Intrusion Prevention 1 30-Apr-18

9 Cisco Call Manager 4.1 Voice/Video

Services

3 (1 Publisher + 1 Subscriber + 1

backup) 31-May-11

10 Cisco Unity Server 4.0 Voice Services 1 31-Jul-11

11 Cisco IP/VC 3540 MCU Video Services 1 19-May-11

12 Cisco 3825 Gatekeeper Voice Services 3 31-Oct-16

District Head Quarters (DHQ) / Sub-Divisional Head Quarters (SDHQ)

S. No. Name of Equipment Functionality Product Support

1 Cisco 1841/1760 Router For Leased

Line termination -

2 Cisco 3845 Router L2 Router

(4 nos. each at DHQ and SDHQ)

31-Oct-16

3 Cisco 2960 Switch L2 Switch (Control Room Switch) – 1 no. at each

DHQ 31-Jul-17

4 Cisco 24 Port Linksys Switch Managed Switch for LAN 31-Jan-16

Page 23 of 371

District Head Quarters (DHQ) / Sub-Divisional Head Quarters (SDHQ)

S. No. Name of Equipment Functionality Product Support

5 Cisco 1310 Aironet Bridge For RF 31-Jan-18

6 Polycom VX/EX Camera Video Services (In

conference room at DHQ) -

7 Cisco IP Phone 7940 Voice Services 22-Jul-15

8 Cisco IP Phone 7902 Voice Services 30-Nov-09

Horizontal Offices

S. No. Name of Equipment Functionality Product Support

1 Cisco 3845 Router L2 Router (1 no. each) 31-Oct-16

2 Cisco 2960 Switch L2 Switch (1 no. each) 31-Jul-17

3 Cisco 24 Port Linksys Switch Managed Switch for

LAN 31-Jan-16

4 Cisco 1310 Aironet Bridge For RF 31-Jan-18

5 Polycom VX/EX Camera Video Services -

6 Cisco IP Phone 7940 Voice Services 22-Jul-15

7 Cisco IP Phone 7902 Voice Services 30-Nov-09

Along with the aforementioned IT infrastructure a Mobile VSAT Van for Outside Communication has also

been provisioned. The mobile VSAT Van is equipped with all accessories and tools for mobile connectivity

and has accessibility to remote locations. It presently provides, voice, video and data services at a

bandwidth speed of 512 Kbps. The static station for the VSAT is located at State Head Quarters (SHQ) and

is integrated with the mobile VSAT connectivity to JharNet. The bandwidth capacity of the same is 512

Kbps. The details for the Mobile VSAT Van are mentioned below:

Block Head Quarters (BHQ)

S. No. Name of Equipment Functionality Product Support

1 Cisco 1760 Router L2 Router (1 no. at each

BHQ) – for LL 25-Mar-12

2 Cisco 24 Port Linksys Switch Managed Switch for

LAN 31-Jan-16

3 Cisco 1310 Aironet Bridge For RF 31-Jan-18

4 Cisco IP Phone 7902 Voice Services 30-Nov-09

5 Modem VSAT

Page 24 of 371

TATA 709 vehicle with 4.2 KVA Genset, 3 KVA UPS with 10 min. backup, fire extinguisher, etc.

(Infinium; qty - 1)

2.4 meter KU band motorized, roof mounted antenna system with antenna controller unit

(Comsat - 1)

VC System (Polycom - 1)

Flat Screen TV (Sony - 1)

2.6 Existing non-ICT Infrastructure of JharNet

Along with IT infrastructure that has been provisioned for JharNet, there has also been provisioning of

Non-ICT elements for JharNet at all levels, viz. SHQ, SDHQs, DHQs and BHQs. The details of the Non-ICT

infrastructure provisioned for JharNet at various locations is mentioned in the subsequent table:

S. No. Equipment

1 Power Plant

2 Battery

3 Inverter

4 Rack

5 Modem (Pairs)

6 Servo Stab

7 Air Conditioner - At all VC halls and

all control rooms at DHQ and SDHQ

8 AC Stabilizer

9 Table

10 Chair

11 Fire Alarm - At SHQ level

12 DDF Panels

S. No. Equipment

13 VC Camera - 33 nos. (24 at DHQ &

9 at SHQ)

14 42 inch Plasma Screen - 33 nos. (24

at DHQ & 9 at SHQ)

15 TV Stand

16 Chairs

17 VC Table

18 Power Saver

19 Diesel generator - 57 nos. (22 at

DHQ & 35 at SDHQ)

Page 25 of 371

2.7 Monitoring of JharNet

The current JharNet setup has CA suite of products deployed for monitoring the network and also

assessing & evaluating the network. Each toolset has been deployed on individual servers and are used

for performing various functionalities. The primary functionalities that this toolset performs are:

i. Monitoring of the JharNet network

ii. Data/Metrics generation & gathering for Service Level Agreement (SLA) computation and

compliance of the performance of Network

iii. Assessing and measuring the network performance and availability

iv. MIS and other reports to be submitted to the client

The set of the tools used for monitoring & evaluation of the JharNet are elaborated in the below:

S. No. Tool Set Functionality License Validity

1 CA e-Health (version r6.3) Report Generation 28th Feb., 2017

2 CA Spectrum (version r9.2) Live Monitoring 28th Feb., 2017

3 CA Desktop Management (version r3.0) Remote Desktop Access 28th Feb., 2017

4 CA Service Desk (version r11.2) Ticketing tool 28th Feb., 2017

Page 26 of 371

3 JharNet 2.0

JAPIT/Govt. of Jharkhand envisages to provision the JharNet 2.0 network as MPLS VPN network across the

various locations of the State (SHQ, DHQ, SDHQ and BHQ) along with ensuring high availability, uptime and

throughout SLA compliance. Bidder may engage services of multiple bandwidth service providers, if

required, to ensure high availability, uptime and maximum SLA compliance.

The service provider has to provide connectivity to the State Headquarter, District Head Quarters, Sub-

divisional Headquarters, Block Headquarters and their respective Horizontal Government offices across the

State. The details of the State Headquarters, District Headquarters, Sub-divisional Headquarters, Block

Headquarters and the connected Horizontal Offices along with proposed new Horizontal Offices to be

connected are given as Annexures to this document. The bidder should propose Solution Architecture

including Network Design prepared at a detailed granular level involving preparation of a complete view of

the network layout including the distribution of network and infrastructural elements, in line with the

technical schematic suggested in this document

The responsibility of Bandwidth availability will be with the Bidder. The approximate distance of the

horizontal government offices from their nearest locations are given in Annexures of this document.

The responses and solution proposed by bidders should include the solution architecture of the connectivity

provisioning to the Government offices in the State as mentioned in the Annexures and also the terminal

component required at each location. The Terminal equipment should have the capability to provide

intranet and internet connection to a single computer by just plugging into that terminal equipment. The

Terminal equipment should also have facility to connect to the existing or planned LAN within that

government office.

The technological solution/platform proposed by the bidders should also be able to integrate with the

existing and upcoming networks in the State viz. NICNET, NOFN, BharatNet, NKN, etc. and also with the

other network setup and services provisioned at the centralized State Network Centre (SNC), such as

Voice service (VoIP), Video services (Video Conferencing), etc. The JharNet 2.0 network should be able to

provide services to projects such as PDS, e-courts, etc. and also integrate with upcoming projects such as

e-siksha.

The bidders need to design and propose a centralized Enterprise Monitoring System (EMS) along with the

solution. The scope of work of the EMS would primarily would be, but not limited to:

Page 27 of 371

Monitor the Health of the Network devices

Provide status of the availability of each node/device

Provide status of all links terminated for each location

Send alerts in case of failure

Should be capable enough to correlate events to find out root cause analysis

Should be capable of SLA management automatically and capable of providing reports based on SLA

Automatic call logging in case of any critical event

Monitor the health of all the systems

Generate reports

Capture audit, system and network logs and store them for a period of minimum one year

JAP-IT shall have access to the console of the EMS and should be able to monitor the network and generate

reports as desired.

3.1 General

1. Bidder should propose to connect all locations (SHQ, DHQ, SDHQ & BHQ) and the respective Horizontal

Offices with the requisite Bandwidth

2. The scope of work include design and engineering MPLS VPN and should provide managed services

preferably for all the sites and include any missing item(s) for the successful end to end implementation.

The Bidder shall do the site survey wherever it is required, for MPLS VPN feasibility, at its own cost, and

try to connect maximum locations with MPLS VPN circuits

3. Bidder shall ensure MPLS VPN solution will be deployed for more than 85% locations. It is desired that

all the vertical locations along with a few important horizontal locations be connected to the MPLS cloud

of the bandwidth provider

4. The solution deployed shall allow for increase or decrease in bandwidth allocations at different locations

as per the requirement at those locations

5. This system shall allow for expansion through OFC/Wireless media for horizontal offices in subsequent

phases during the tenure of five (5) years. For high user base and critical locations, even horizontal

offices could be connected to MPLS VPN, as per requirement & feasibility

6. Bids must be complete with all equipment and required accessories along with necessary power systems

including uninterrupted power supply for the entire equipment, mounting and fitting hardware, plugs,

sockets and any hardware/software, etc. as required for complete installation of the System

Page 28 of 371

7. The bidder is required to conduct a detailed site survey for implementation of JharNet 2.0 in its entirety

and shall submit detailed project plan for the same.

8. In case of horizontal connectivity, the bidder shall conduct a detailed site survey with regard to the line

of sight and feasibility for the system based on wireless connectivity and shall submit the same in their

project plan

9. Bidder should keep in consideration integration with BharatNet and other existing Government

networks while proposing the equipment for JharNet 2.0

10. The components to be installed and configured for provisioning of JharNet 2.0 network and shall include

but not limited to:

a. OFC/Wireless equipment/network units

b. The Vendor needs to pull necessary cables up to required place, using approved cable and terminate

the output to the network switch of the building in an Ethernet or optical port as the case may be,

respective to each location

c. The necessary Civil & Electrical work/refurbishment has to be carried out by the Vendor during the

time of implementation. The Vendor shall take necessary permission if required from concerned

authority

d. Bidder should propose an on premises Enterprise Monitoring System for monitoring the JharNet 2.0

network and its horizontal offices for all locations

e. All patches and updates, version upgrades shall be provided by the service provider during the

duration of the contract.

f. Carrying out all general tests such as Power-on-test on delivery, pre-installation checks to ensure

correct connections, completeness of system documentation etc.

g. The successful bidder shall not cause any damage to buildings/other premises/property, if any

damage occurs, the successful bidder will perform restoration. Trenches, path/road cutting, etc. will

be back-filled and restored to the original condition immediately after laying of the

conduit/cable/erection of mast etc. The successful bidder if required shall also plug conduits and

entrance holes with suitable sealing material, where the cable has been laid

h. The system shall be subjected to inspection at various stages. The successful bidder shall follow all

Safety Regulations and practices

i. Bidder shall spell out various tests that are being proposed to be carried out for demonstrating the

functionality of the solution

Page 29 of 371

j. Bidders have to provision Voice solution (VoIP) and Video conferencing solution till the block level.

Provisioning of desk based specialized devices (200 in nos.) for Video conferencing is also required

by the State for senior officials.

Page 30 of 371

4 JharNet 2.0 - Proposed Solution Design

The proposed JharNet 2.0 network is envisaged to be revamped with latest technological standards and

functionalities offering more bandwidth and more network availability. The JharNet 2.0 network is

proposed to be operated on MPLS VPN network provided by the selected service provider.

Also, the JharNet 2.0 project aims at establishing standards such as ITIL, ISO 20000, etc. so as to bring is

process & strategic control and more efficiency in day to day project operations. A centralized 12x7

helpdesk needs to be setup by the selected service provider first level support services to the users of

JharNet 2.0 across the State.

4.1 Jharkhand e-Governance Framework

Jharkhand State e-Governance Framework

Jharkhand State Wide Area Network – JharNet 2.0

State Level Administration

State Service Delivery

=

District Administration

District ServiceDelivery

District Various department(s) State Headquarter

Various Block Level orUser Department

Citizen Citizen

Common Service CenterService Delivery Portal

State Data Center

Service Delivery Gateway

BHARATNETNKN/NICNET

`

Ban

dw

idth

Pro

vide

r

RoW Bandwidth Provider(s)

Figure V: e-Governance framework of the State

The figure V above represents the e-Governance framework for the State of Jharkhand. It depicts the

Administration and Government Officials at various levels; State, Districts as well as Blocks, connected to

each other through JharNet. The officials at various levels also access the Government applications over the

same network for processing and electronic delivery of services to citizens. The JharNet 2.0 network is

Page 31 of 371

obtaining bandwidth from different sources and also this network is also integrated NKN/NICNET at various

levels. In the upcoming days, the same network would be integrated with other Government

communication especially BharatNet thus resulting in a wider, converged and a unified network.

4.2 Solution Layout - Schematic

BHQ – nBHQ – n BHQ – 1

Horizontal Office

Horizontal Office

BHQ – 1

SDHQ

Horizontal OfficeDistrict HQ

Block HQ or SDHQ

4 15 23

State Head Quarter

MP

LS

VP

N –

Jh

arN

et 2

.0

n

SDHQ

Inte

rnet

fo

r J

ha

rNet

2.0

Figure VI: Solution Schematic

Page 32 of 371

MPLS VPN Cloud

SHQ

DHQ 1

DHQ n

BHQ 1 BHQ n

SDHQ 1

SDHQ n

Internet

Dual LM

Horizontal

Office n

Horizontal

Office 1

Horizontal

Office 1

Horizontal

Office n

Horizontal

Office 1

Horizontal

Office n

Figure VII: Schematic of JharNet 2.0 network

The above diagrams represent the schematic for the solution required for JharNet 2.0 network. The JharNet

2.0 network need to be connected to the service providers MPLS VPN network cloud till the block level. The

bidder should provision connectivity in horizontal offices preferably in the order by OFC or Wireless. In the

case of horizontal offices located at far distances from the vertical location and OFC/Wireless not being

feasible, option of connecting those offices through Leased lines should be explored. VSAT links should be

avoided for horizontal locations. Horizontal offices may also be connected through MPLS VPN in case of

important offices where there is a high and critical user base, as per feasibility and requirement. Bidder

would have to migrate connectivity type of horizontal offices to more preferably media as mentioned,

during the tenure of the project.

The SHQ should be connected with Dual Last Mile with ‘Fibre in a Ring’ topology. The Last mile for DHQs

under JharNet 2.0 should to be connected preferably on ‘Fibre in a Ring’ to ensure high availability and

maximum compliance. In case of Fibre not being feasible for the DHQs, any other media may be used;

however, it is to be ensured that the SLAs and KPIs are adhered to.

Page 33 of 371

Currently 29 Horizontal offices at SHQ and DHQ level are also connected through Leased Lines. These offices

need to be connected to the MPLS VPN cloud of the network service provider with a bandwidth of 2 Mbps

for the JharNet 2.0 network

The service provider should try to connect other Horizontal offices too, as per criticality, requirement and

feasibility, on the MPLS VPN cloud of network service providers.

Also, in case, for horizontal locations, the bidders are advised to try and establish a redundant path in form

of OFC ring for connecting the Horizontal locations, so as to maximize the network availability at these

offices, so as to ensure the SLA criteria.

4.3 JharNet 2.0 Services

The following services are envisaged to be provided through the JharNet 2.0 network:

1. Data Services: As a part of e-Governance initiatives, many State Government departments have

undergone computerization and hosted their infrastructure either in a centralized or decentralized

architecture. The departments such as commercial tax, treasury etc. have hosted applications in the

State Data Centre which will be accessed through the JharNet 2.0 Network. Other applications such as

e-district, etc. use the JharNet 2.0 network in their day to day operations and are accessed from State

Data Centre or the NIC Data Centre. The JharNet 2.0 network shall act as a data transport vehicle for all

applications under the State Government. JharNet 2.0 will have inter-connection to NICNET/NKN/NOFN

or any other national network. The traffic flow between these networks shall be configured as per MietY

and Government (Central & State) guidelines. There should be a seamless and secured movement of

data from the Panchayats (NOFN) to the State Headquarter (Data Centre) and vice-versa.

2. Internet Services: The JharNet 2.0 network should be able to provide internet services at all

Government offices connected at all levels. Internet bandwidth has to be provisioned at the centralized

location (SHQ) and should allow internet services to all connected offices across the State. Bidder will

have to implement internet security policy as per the guidelines issued by JAPIT/Government of

Jharkhand.

3. Voice Services: The JharNet 2.0 infrastructure should be able to provide state-wide voice connectivity

using the technology of Voice over IP (VoIP) to enable key officials from various Government

departments across the State to speak to the departmental personnel at State/District/Block levels

using an IP Phone.

4. Video Services: The current JharNet network is providing video services till the District level through a

Page 34 of 371

dedicated video conferencing system installed at the State and District levels. The JharNet 2.0 network

aims that extending the video conferencing facilities to the block level by using a software based

collaboration platform. Webcam and headset with microphone needs to be provisioned by the bidder

at block level offices for using the software based collaboration platform. Also, 200 desk based

specialized devices for video conferencing need to be provisioned for senior officials of the Government.

In case of VC, one VC room (33 nos. in total; 24 at DHQ level & 9 at SHQ level) may be considered as one

point and one block office as one VC point where the software based VC solution is to be deployed (260

nos. in total). Bidders will have to ensure that the provisioned VC system for JharNet 2.0 is also

interoperable with the other existing VC systems.

5. Helpdesk Services: A centralized 12 x 7 helpdesk services (08:00 AM to 08:00 PM) would be setup by

the bidder for offering first level support (technical & process), troubleshooting and handling user based

escalations. Also, they would be monitoring the JharNet 2.0 network as per the ITIL/ISO20000 standards.

6. Horizontal Connectivity: JharNet 2.0 would connectivity to horizontal offices connected at all levels.

Currently around 411 offices are connected at SHQ, DHQ and SDHQ level. The details of these offices

and the departments present therein are mentioned in the Annexures provided with this document.

Also, the indicative list of horizontal offices which may be connected in future is also attached as

Annexure.

7. Mobile Communication Van services: Currently one Mobile Communication Van has also been

provisioned. This mobile VSAT Van is equipped with all accessories and tools for mobile connectivity

and has accessibility to remote locations. It presently provides, voice, video and data services at a

bandwidth speed of 512 Kbps. The static station for the VSAT is located at State Head Quarters (SHQ)

and is integrated with the mobile VSAT connectivity to JharNet. The bandwidth capacity of the same is

512 Mbps. The bidder will have to provision one more mobile communication Van with the

aforementioned facilities or more and maintain & operate both OB Vans for the entire project duration.

The bandwidth capacity for both the Vans needs to be 1 Mbps.

The mobile communication van shall be used for purposes of setting up and provisioning temporary

connectivity at locations where there is no JharNet 2.0 connectivity. This is mainly used for purpose of

inaugurations, functions etc. to be conducted at remote locations. The service provider shall have to

make all necessary arrangements for provisioning network at such locations. The new mobile

communication van shall be equipped with at least minimum facilities as currently available in the

existing mobile communication van.

8. IPv4/IPv6 compliant: The JharNet 2.0 network should be IPv4 and IPv6 compliant/ready/implemented

Page 35 of 371

from day one. The JharNet 2.0 network should be operating of IPv6 from day one; however, for external

traffic both IPv4 and IPv6 network should be allowed

9. Interoperability: The JharNet 2.0 network should be able to integrate with the existing and upcoming

networks such as NOFN, NKN, NICNET, BharatNet, etc.

10. Enterprise Monitoring System: The bidders need to design and propose a dedicated centralized

Enterprise Monitoring System (EMS) along with the solution. The features of the EMS would primarily

would be, but not limited to:

a. Monitor the Health of the Network devices

b. Provide status of the availability of each node/device

c. Provide status of all links terminated for each location

d. Send alerts in case of failures

e. Should be capable enough to correlate events to find out root cause analysis

f. Should be capable of SLA management automatically and capable of providing reports based

on SLA

g. Automatic call logging in case of any critical event

h. Monitor the health of the other IT systems

i. Location based Asset Tagging for IT devices

j. Generate reports

k. Capture system and network logs and store them for a period of minimum one year

JAP-IT shall have access to the console of the EMS and should be able to monitor the network and generate

reports as desired.

11. JharNet 2.0 Portal: The network service provider would also be responsible for designing, developing,

hosting and maintaining a web based JharNet 2.0 Portal which would have the provision for Video-

Conferencing booking and also registering user complaint(s), feedback, etc. This portal is to be

monitored by the Helpdesk team.

Page 36 of 371

4.4 Bandwidth requirement

Bandwidth needs to be provisioned by at least two service providers. The Primary bandwidth service

provider would be BSNL and the secondary service provider may be chosen by the selected bidder,

depending on the feasibility and availability of services of the bandwidth provider at the location.

The bandwidth requirement is highlighted in the table below:

Sl. No. Location Primary Bandwidth

Provider Secondary Bandwidth

Provider Remarks

1 SHQ 54 Mbps 54 Mbps Bandwidth shall be upgraded if total

utilization increases more than 60%

2 DHQ 8 Mbps 8 Mbps

3 SDHQ 4 Mbps 4 Mbps

4 BHQ 2 Mbps 2 Mbps

The MPLS bandwidth provisioned by both the providers at the location(s) would be used concurrently and

function/operate on a load sharing mode, so as to ensure maximum availability of the network and also

meet the SLA requirements.

The primary MPLS bandwidth will be procured by JAPIT through BSNL. The cost of bandwidth provisioned

by BSNL will be borne by JAPIT/ Govt. of Jharkhand. JAPIT/ Govt. of Jharkhand will sign tripartite agreement

with BSNL and selected bidder regarding this. The selected bidder shall have to coordinate & assist for

provisioning of the BSNL MPLS link and shall monitor this link during the duration of the project, along with

maintaining the SLA as per RFP. In the event of services being not available at location(s), due to reason

attributable only to BSNL, the penalty associated with SLA will be waived off for the selected bidder. The

selected bidder will, however, have to submit a certificate to JAPIT in this regard issued from BSNL.

In case, rate for secondary MPLS bandwidth (other than BSNL) is not provided by ISP/bandwidth provider,

bidder can submit proposal without quote for secondary MPLS bandwidth in the BOQ. The cost of secondary

MPLS bandwidth will not be taken into account for computation and determination of L1 bidder. In the

event of the selected bidder, not quoting for secondary MPLS bandwidth, the same shall also be procured

by JAPIT at a later stage. JAPIT shall sign tripartite agreement with selected bidder and selected secondary

MPLS bandwidth provider. The selected bidder shall have to coordinate & assist for provisioning of the

secondary bandwidth MPLS link and shall monitor this link during the duration of the project, along with

maintaining the SLA as per RFP. In the event of services being not available at location(s), due to reason

attributable only to secondary MPLS bandwidth provider, the penalty associated with SLA will be waived off

for the selected bidder. The selected MPLS bidder will, however, have to submit a certificate to JAPIT in this

Page 37 of 371

regard issued from secondary bandwidth provider. The payments associated with secondary MPLS

bandwidth will be directly paid to the secondary MPLS bandwidth provider.

Note: There should be provision for upgrading the bandwidth further without any additional cost for any IT

hardware provisioned.

Note: In case of few sites at Block level where MPLS connectivity is not feasible, selected bidder has to

provision connectivity through VSAT. However, it is to be ensured that the number of such sites is not more

than 10% of the total number of block level sites. A pooled bandwidth of 4 Mbps maybe provisioned for

these offices. SLA criteria for only uptime would be applicable for these sites.

The cost of the VSAT bandwidth will be borne by JAPIT/ Govt. of Jharkhand. The selected bidder shall have

to coordinate & assist for provisioning of the VSAT link and shall monitor this link during the duration of the

project.

Page 38 of 371

5 Roles and Responsibilities JharNet 2.0

The roles of the stakeholders shall change over a period of time as the project will evolve from design to

implementation and enter the operations phase. With this background, stakeholders’ major responsibilities

during implementation & commissioning phase and further during operational phase is discussed below:

5.1 Roles and Responsibilities of Service Provider/System Integrator

i. Provisioning, management and maintenance of links provisioned for JharNet 2.0

ii. Ensure timely resolution of errors, faults and problems related to the primary and the redundant

link

iii. Scheduled and preventative maintenance of all Equipment (active and passive) installed to run the

operation of JharNet 2.0 network.

iv. Maintenance and Management of projects sites across the State including IT and non-IT equipment

v. Make appropriate and required provisions (power, backup, etc.) to keep the JharNet 2.0 sites up

and running and meeting the SLA criteria.

vi. Routine review of bandwidth and related service availability with JAP-IT/Government of Jharkhand.

vii. Proper cabling and tagging at SHQ, DHQ, SDHQ, BHQ and Horizontal Offices. This should be

periodically updated.

viii. Taking over, operation, management and maintenance of existing JharNet equipment (active and

passive) at all locations

ix. Design and deployment of JharNet 2.0 Architecture and integrate with old network during the

transition time

x. Supply, installation and commissioning of equipment upgrade and expanding JharNet 2.0 network

xi. Provide full support for any pilot project or up gradation planned by State or National Team on

JharNet 2.0 Network

xii. Management, Maintenance and Operations of all the JharNet 2.0 equipment

xiii. Ensure security of the network and enforcing access control as per the information security policy

of MeitY, Cert.in or similar bodies and Department of Telecom, Government of India

xiv. To setup and operate Helpdesk services for JharNet 2.0

xv. Ensuring proper electrical cabling and supply to the equipment

xvi. Liaison with all stake holders to keep the network up and running as per SLAs

xvii. Liaison with the Bandwidth Service Provider(s) and Internet Bandwidth provider(s) for better

availability of the network as per SLA defined

Page 39 of 371

xviii. Liaison with officials of NICNET/NKN/NoFN or any other national government network for inter-

connection/integration with JharNet 2.0.

xix. Train JharNet 2.0 end users and conduct regular training to engineers deployed in JharNet 2.0 to

support e-governance services rolled out on JharNet 2.0 Network.

xx. Successful bidder should ensure that Man Power deployed should be technically qualified to

support JharNet users at all levels

xxi. Making the complete JharNet 2.0 network compliant with the ISO-IEC 20000/ISO-IEC 27001

standards

5.2 Roles and Responsibilities of the JAP-IT/Dept. of IT & e-Governance

i. Provide suitable space for housing the IT and non-IT equipment for JharNet 2.0 Network

ii. Support the selected Service provider in liaising with the Bandwidth and Internet Service Provider

iii. Support in resolving escalations raised by successful bidder towards any issues in JharNet 2.0

iv. The dedicated Project Management Unit (PMU) will be setup by the State/JAP-IT for the overall

management, monitoring and review of JharNet 2.0 project

v. Also, a Project Monitoring Committee would be setup by the State. The committee would have

representations from -

a. Department of IT and e-Governance

b. JAP-IT

c. State PMU for JharNet 2.0

d. TPA for JharNet 2.0

The major activities of the committee would be -

a. Monthly review to evaluate the progress of the project until Go-Live of JharNet 2.0

b. Quarterly review post Go-Live of JharNet 2.0

Page 40 of 371

6 Scope of Work

The minimum specified scope of work to be undertaken by the service provider for setting and operating

JharNet 2.0 is discussed under this section.

The selected service provider shall implement, commission and operate the JharNet 2.0 as per the scope

and period of the contract.

The minimum specified work to be undertaken by the service provider for setting up and operating JharNet

2.0 has been categorized under

Plan, Design, Implementation and Commissioning Phase – Schedule I

Operation and Maintenance Phase – Schedule II

The service provider has to bring all necessary equipment (Such as desktops, workstations, MFDs, etc.),

as per the requirement, for day to day functioning of the JharNet 2.0

6.1 Schedule I – Plan, Design, Implementation and Commissioning Phase

The broad scope of work during this phase will include the following, but is not limited to:

Project Planning for Transition and Handover-Takeover for JharNet 2.0

Help desk and other monitoring and management services

Installation & Commissioning of non IT and IT components

Physical Infrastructure components such as UPS and Air-Conditioning System, Diesel Generator Units

and Network Cabling, refurbishments of VC rooms, etc., as per requirement

Commissioning & Acceptance Testing shall involve the completion of provisioning & installation of the

required components and making the JharNet 2.0 network available to the State of Jharkhand for

carrying out live Operations and getting the acceptance of the same from JAP-IT/Department of

Information Technology and e-Governance, Govt. of Jharkhand.

Acceptance testing shall be carried out before the commencement of Live Operations.

All documentation generated during planning, installation and commissioning phase shall always be

made available to JAP-IT/Department of Information Technology and e-Governance, Govt. of Jharkhand

on request

Bidders may opt for buy-back policies of OEMs for commissioning of new equipment in exchange of

the existing, out of support/end of life equipment, so as to avail the benefits of best price offering for

Page 41 of 371

the project. In case of bidders opting for buy-back of current infrastructure the price quoted for buy-

back would be taken into consideration for determination of successful bidder.

Bidders need to carry necessary due-diligence so as to make optimum use of the handed over infrastructure

from the previous network

6.1.1 Planning Phase

The selected service provider shall plan for JharNet 2.0 in line with the requirement(s) laid out in this bid.

The planning phase shall commence from the date of contract signing between JAP-IT/Department of

Information Technology and e-Governance, Govt. of Jharkhand and the selected bidder. This phase shall

conclude with the acceptance of final hand-over report for Go-Live by the implementing agency i.e. JAP-

IT/Department of Information Technology and e-Governance, Govt. of Jharkhand. The tentative period of

contract signing is two weeks from the date of acceptance of LOI, issued by JAP-IT, by the selected bidder.

The below table elaborates the proposed plan of hand-over & take-over (HOTO) of JharNet operations from

the existing network operator:

Sr Deliverable Timeline (T) in

weeks Remarks

1 Core Team deployment (Helpdesk &

Technical Manpower) at SHQ T + 1

T starts on Contract Signing date

2 Deployment of Manpower at all other

levels T + 2 -

3 Completion of transition from existing operator and taking over of network

operations T + 4 -

Page 42 of 371

The next table elaborates the proposed Go-Live plan for JharNet 2.0

Sl. No. Deliverable Timeline (T) in weeks Remarks

1 Detailed Plan Submission for

JharNet 2.0 implementation T + 2

To be submitted by new

service provider

2

JharNet 2.0 SHQ, DHQ, SDHQ, BHQ

new design implementation and

migration

T + 32 Including Horizontal

Offices

3 SLA compliance for new network T + 34 To be provisioned by

new service provider

4 Go - Live of JharNet 2.0 Network T + 36

Final report to be

submitted by new

service provider

Note:

i. ‘T’ for Timeline and Go-Live phases start from the same date

ii. The aforementioned timelines mentioned are all indicative in nature and may vary as per situation

during the event. However, in the event of any delay due reasons beyond the control of service

provider, the service provider shall communicate the same to JAP-IT in writing

iii. The selected service provider shall implement and migrate to JharNet 2.0 network in cluster/phase

wise approach, in order, as mentioned below, so as to ensure smooth network transition:

a. SHQ, all DHQs and their horizontal offices

b. All Sadar SDHQs and All Sadar BHQs and their horizontal offices

c. Remaining SDHQ and their Horizontal offices

d. Remaining Block offices (Block offices maybe commissioned in phased manner in lots of 50)

The commissioning for the purpose of Go-Live is to be completed in the aforementioned manner, within the

period of 36 weeks, as per above table. The Acceptance testing activity would be conducted in parallel with

the commissioning of the JharNet 2.0 network. This would ensure that there is no delay in declaration of

the Go-Live of the JharNet 2.0 network. The service provider would extend their support in this regard to

the deputed resources by JAP-IT for conducting of Acceptance testing.

6.1.1.1 Team Mobilization

The successful bidder shall submit a manpower deployment schedule within One (1) week of signing of

contract with JAP-IT. The successful bidder shall deploy their core team (helpdesk and technical manpower)

at State Head Quarters within one week and at district & other levels, as per requirement, within two weeks

from the date of signing of contract.

Page 43 of 371

The successful bidder shall constitute, within (T+1 weeks), a Transition Team at the State Head Quarters, for

the planning and transition phase. This team shall be responsible for overall project execution, monitoring,

documentation, reporting requirements related to the project and supervision of transition process. The

team shall comprise of at least one Project Manager, two network specialist, one infrastructure specialist

and four monitoring & helpdesk engineers.

The successful bidder will also deploy field level resources across the State of Jharkhand for management

and support of the JharNet 2.0 network, as per requirement, and to ensure the SLA compliance.

The successful bidder shall submit a manpower deployment report to JAP-IT on weekly basis. This report

shall include the details of manpower deployed at various locations by the successful bidder and the

respective schedule of deployment of manpower. The transition team and the nodal officer of Purchaser

shall monitor, coordinate and report the activities.

6.1.1.2 Hand-Over & Take-Over

The selected bidder would have to take hand-over of project operations and knowledge transfer from the

existing network operatorThe hand-over and take-over phase should end by (T+4) weeks from the date of

signing of contract. During this phase the selected bidder will take-over AMC and any spare Inventory of

JharNet.

The current existing infrastructure (IT and non-IT) of the State for JharNet would be handed over to the

selected service provider in working condition by JAPIT or its designated/nominated agency.

The selected SI would have to operate and maintain the existing JharNet network with the current SLAs

until the migration to the new network is complete. The existing SLAs are mentioned in Annexure IX

6.1.1.3 Project Plan for JharNet 2.0

The selected bidder will have to submit detailed project plan, in work breakdown structure (WBS) format,

for implementing, commissioning and migration to JharNet 2.0 network within (T + 4) weeks from the date

of signing of contract.

6.1.2 Commissioning of JharNet 2.0

The selected bidder shall commission all IT and non-IT components, as required for functioning and

operations of JharNet 2.0. The selected bidder would be required to undertake all the necessary works

related to installation of all the components.

Page 44 of 371

Installation shall mean to install and configure/integrate every component and subsystem component,

required for functioning of the JharNet 2.0

The selected bidder would have to implement, commission and migrate to the JharNet 2.0 network in

phases for the respective locations. The selected bidder shall completed keeping in consideration that there

is minimum downtime and least disruption in services of JharNet. The nodal officer from JAP-IT would work

in close coordination with the selected bidder to ensure these.

The selected bidder will have to do structured cabling for LAN provisioning across the State. In case of

previous cabling being unstructured, the bidder shall have to ensure that those cabling is also structured

before the Go-Live period.

The bidder shall ensure Operation and Maintenance of Civil & Electrical Infrastructure for the proper

working of network elements and carry out necessary refurbishments at the locations as per requirement.

Prior approval from JAP-IT to be obtained before any refurbishment/change works, on formal proposal from

head of the office. Required AC power shall be made available by GoJ at the sites for powering the

equipment. The bidder shall also necessary alternative power arrangement, as per requirement, so as to

meet the SLAs for JharNet 2.0.

6.1.2.1 Go-Live of JharNet 2.0

The Go-Live of JharNet 2.0 would be considered when 70% implementation, commissioning and migration

to the new setup for the existing locations along with its Acceptance Testing, as envisaged has been

completed. These 70% locations shall however include the SHQ and all the DHQ sites.

The Go-Live phase would include installation & commissioning of IT equipment at all levels (SHQ, DHQ,

SDHQ, BHQ and Horizontal Offices), installation & commissioning of required non-IT equipment at all levels,

commissioning of all network links at all levels and necessary site refurbishments.

The selected bidder would submit a Go-Live report to JAP-IT in this regard detailing the completeness of the

activities at all levels for the JharNet 2.0 network.

JharNet 2.0 project could be declared Go-Live once the report regarding the same has been accepted by

JAP-IT along with the Acceptance testing report after necessary verifications. The payment milestone and

the Operation & Maintenance date would commence from the date of Go-Live for JharNet 2.0

Note:

i. The service provider will have to complete the connectivity for remaining 30% of location within the

Page 45 of 371

next two quarters, post declaration of Go-Live, failing which, further quarterly payments (QGR) would

be stopped until connectivity for all locations is completed.

ii. The SLA in its entirety for JharNet 2.0 will come into effect only after declaration of Go-Live. The existing

SLA for current JharNet sites will be into effect during the transition phase and the selected service

provider would try to adhere to the same so as to ensure JharNet services to the users as per existing

standards.

iii. Necessary downtime would be granted to the service provider by JAPIT for migration into the new

network. The service provider would raise request seeking downtime for migration, at least 1 week in

advance.

6.1.3 Acceptance testing for JharNet 2.0

The final acceptance shall cover 100% of the JharNet 2.0 network, after successful testing by JAP-IT or its

third party agency; a Final Acceptance Test Certificate (FAT) shall be issued by JAP-IT to the Service

provider. JAP-IT may engage an external Agency for Acceptance testing.

In the interim, a Partial Acceptance Test Certificate (PAT) shall be issued by JAP-IT after successful testing

70% of the JharNet 2.0 network, for the purpose of Go-live.

The Acceptance Testing shall include the following:

All IT and non-IT equipment shall be installed and commissioned at the sites as per the requirement

The service provider shall be required to demonstrate all the features/facilities/functionalities as

mentioned in the RFP

At the time of Acceptance Testing, warranties of all the products would be checked, warranty should be

renewed as needed. The cost for maintaining warranty or AMC for hardware and renew of support from

OEM shall be borne by Service provider

The service provider has to perform RFC 2544 test for QoS (Throughput, Latency, Frame Loss, Jitter and

Back to Back tests, etc.) and submit the test report to JAP-IT. This check has to be performed from each

DHQ to BHQ and from SHQ to DHQ as part of commissioning of network. The cost of conducting this

test has to be entirely borne by the bidder.

The service provider shall replace any faulty equipment (IT & non-IT), at no extra cost, to ensure smooth

operations of JharNet 2.0 and meet SLA criteria, during the entire project duration

Page 46 of 371

6.1.4 Documentation for JharNet 2.0

The selected Service provider shall document all the installation and commissioning procedures and provide

the same to JAP-IT within two weeks of the Go-Live of JharNet 2.0

This documentation should be submitted as the project undergoes various stages of implementation.

Indicative list of documents include:

Project Commencement: Project Plan in Work Breakdown Structure (WBS) format giving out micro

level activities with milestones & deadlines

Process Documentation: The bidder shall be responsible for preparing process documentation

related to the operation and maintenance of each and every component of the JharNet 2.0. The

prepared process document shall be formally signed off by JAP-IT before completion of acceptance

test

Asset List: The bidder will have to provide entire Asset List (IT and non-IT) that they have provisioned

in the entire State for the JharNet 2.0 network for day to day functioning & operations

Manpower/Resources deployed: The bidder will have to provide the list of manpower/resources

deployed in the entire State, location wise, for the JharNet 2.0 project

Network Diagram: The bidder will have to submit network diagram(s) of CE Router with respect to

each PE Router for connectivity to SHQ, DHQ & SDHQ/BHQ

6.2 Schedule II – Operate and Maintenance Phase

The selected bidder shall adhere to the Service Level Agreements (SLA) as specified in the subsequent

sections and is required to provide the support services during the years of operations & maintenance

phase. The operations & maintenance phase shall commence from the successful Go-Live of the project as

notified by the Purchaser under this engagement.

6.2.1 Network Operations & Management

Successful bidder shall provide network management services using the Enterprise Management System

(EMS) for end-to-end management of the network. This includes providing effective communication

between all terminals of the network for Data, Video, VoIP, Video Conferencing, Internet, etc. and any other

applications at all levels and their respective horizontal offices.

Performance reports on the service levels as specified in the RFP must be provided by the successful bidder.

Page 47 of 371

The EMS shall also be used for monitoring all the WAN & LAN equipment up to the SHQ, DHQ, SDHQ, BHQ

and the respective horizontal offices connected to JharNet.

The EMS used in the monitoring system shall be used for generating the SLA reports and monitoring of the

LAN & WAN links and other networking equipment of JharNet. The successful bidder shall be responsible

for providing complete access to the Purchaser or its nominated agency for the EMS tool deployed for this

engagement.

6.2.2 Bandwidth Management

Bandwidth management involves process of measuring and controlling the communications (traffic,

packets) on a network link, to avoid filling the link to capacity or overfilling the link, which would result in

network congestion and poor performance of the network.

The successful bidder shall have the responsibility to manage the bandwidth provided for JharNet 2.0 so as

to ensure optimum utilization

6.2.3 Audit and Security Services

The successful bidder shall be required to provide comprehensive support to the JAP-IT/Department of IT

and e-Governance during the Third Party Audit, Security Audit, Tools audit, etc. The successful bidder shall

be responsible in getting the required readiness built in the network during audit for security solutions.

The Purchaser reserves the right to inspect, monitor and assess the progress and performance of the project

either itself or through another designated agency as it may deem fit, throughout the course of the Contract.

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.

The Purchaser shall also have the right to conduct, either itself or through another agency as it may deem

fit, an audit to monitor the performance by the successful bidder of its obligations/functions in accordance

with the standards committed to or required by the Purchaser and the successful bidder 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. Any deviations or contravention identified

as a result of such audit/assessment would need to be rectified by the successful bidder failing which the

Purchaser may, without prejudice to any other rights that it may have issue a notice of default.

Page 48 of 371

6.2.4 Facility Management Services

The successful bidder shall deploy manpower as required for managing all the sites and maintaining the SLA

as per the criteria stated in this document, for all locations across the State of Jharkhand.

The staff deployed by successful bidder shall be trained and well versed on desktop, printers & other

peripherals, network troubleshooting, ITIL processes. The manpower shall work with the OEM vendors and

bandwidth service providers for proper operations of the network.

The staff deployed shall also be responsible for monitoring and maintenance of horizontal connectivity

which would also include facilitating rectification of faults and working with various departments utilizing

horizontal connectivity, bandwidth providers, JAP-IT officials etc.

In case there is a need for translocation of any of the JharNet 2.0 sites, the successful bidder shall ensure

proper re-establishment and configuration of equipment as per the directions and support from JAP-IT.

Depending on the requirements of JharNet 2.0, JAP-IT may decide to increase the number of sites during

the life of the contract. The details of new locations that would be included under the scope of this RFP is

mentioned in Annexures of this document. The successful bidder shall also ensure that these new locations

are also maintained and managed so as to adhere to the Service Level Agreement as specified under this

RFP.

The maximum change in the manpower deployed at the State Head Quarters in any one financial year shall

not exceed 3 resources. Any additional change of the resources during a financial year at the State Head

Quarters shall be subject to levy of penalty as specified in this RFP

The only exceptions allowed are:

a. The resource separates from the successful bidder’s organization

b. The resource is changed at the request of the Purchaser

c. The resource is not able to attend office due to prolonged sickness or illness

All additions, removal and replacement of manpower at all other level shall be done with the prior approval

of the Purchaser.

If required, the successful bidder may deploy additional resources during the transition period so as ensure

smooth and timely transition of knowledge, technology, solution and services.

Page 49 of 371

6.2.5 Helpdesk Management Services

The successful bidder will have to provision a comprehensive Helpdesk Management System, as part of the

EMS, to enable the support staff to provide reliable infrastructure support services. In all, Helpdesk

comprises of Helpdesk tool, policies, and helpdesk personnel along with supporting people. Manpower

deployed at the helpdesk shall log calls regarding the queries/complaints of JharNet 2.0 users. The helpdesk

personnel should also be level to handle first level (L1) technical queries and try to resolve the same before

escalating to the level two (L2) team. The successful bidder shall procure/implement a helpdesk tool, as per

the scope of this RFP.

6.2.6 Overall comprehensive maintenance

The successful bidder shall have the responsibility to administer the AMC of the IT and non-IT components.

The successful bidder shall plan and conduct periodic preventive maintenance of all the components (IT and

non-IT) of the project, as required and share preventive maintenance reports with the Purchaser. The

format for the maintenance reports have to be prepared by the service provider and approved by the

Purchaser. Patches and Upgrades shall be ensured from time to time in order to meet the QoS based on SLA

and KPI. Traffic prioritization as per requirement and end to end monitoring of the JharNet 2.0 network is

within the scope of the selected bidder.

The service provider shall commission non-IT equipment such as DG sets, UPS, etc. after necessary due

diligence and field study, so as to ensure and meet the SLA criteria. Sites must be provisioned with all

equipment and require accessories along with necessary power system including uninterrupted power

supply for the entire equipment, mounting and fitting hardware, plugs, sockets and hardware/software, etc.

as required, for complete functioning of the system.

The necessary Civil & Electrical work/refurbishment has to be carried out by the vendor during the time of

implementation, as per requirement. Prior approval from JAP-IT has to be obtained before any

refurbishment/change works, on formal proposal from head of the office

The selected system integrator would have to ensure that the new ICT equipment being proposed for

refresh should also be able to operate on DC power.

Power management, procurement and costs shall be the responsibility of service provider at SHQ, all

DHQs and all SDHQs. However, AC power shall be made available by GoJ at all sites for powering the

entire equipment.

Page 50 of 371

6.2.7 MIS Reports

The selected Service provider shall submit the reports on a regular basis in a mutually decided format. The

following is only an indicative list of MIS reports that may be submitted to the purchaser:

a. Daily reports

Summary of issues/complaints logged at the Help Desk

Summary of resolved, unresolved and escalated issues/complaints

Summary of resolved, unresolved and escalated issues/complaints to vendors

b. Weekly reports

Component wise IT infrastructure availability and resource utilization

Summary of component wise Network uptime.

Summary of changes in the Network

c. Weekly reports

Consolidated SLA/(non)- conformance report

Component wise IT infrastructure availability and resource utilization

Summary of component wise Network uptime

Summary of changes in the Network

d. Monthly Reports

Consolidated SLA/(non)- conformance report

Component wise IT infrastructure availability and resource utilization

Summary of component wise Network uptime

Summary of changes in the Network

e. Quarterly Reports

Component wise IT infrastructure availability and resource utilization

Consolidated SLA/(non)- conformance report

Summary of component wise Network uptime

Summary of changes in the Network

Apart from the aforementioned reports, the EMS tool should also be able to generate trend analysis and

forecasting reports, etc.

Page 51 of 371

6.3 Civil Work

The bidder would be responsible for civil, electrical, and mechanical repair works/refurbishments including

the false ceiling, partitioning, installation of AC, LAN cable laying, etc. wherever required. The BIDDER shall

be responsible for getting all requisite approvals from JAPIT/requisite office pertaining to Civil Work

(preparation of Earth-pits at all the sites/ PoPs and some alteration in the site like shifting of door, window,

etc.) within the stipulated time schedule. In case there are any delays in getting these approvals, the BIDDER

shall immediately report to the purchaser in writing. All required civil work like cutting, chiseling, etc. shall

be finished and ensure smooth work. Waste material of the civil work should be properly disposed of from

the PoP room.

Civil and Electrical work for SHQ, and DHQ

Type of Activity

Wall Putty and Painting of Walls

Flooring & Ceiling

Furniture

Earth pit

Earth – Neutral – Voltage 1 V

PoP room power sockets and I/O Box

The above listed activities are indicative in nature and not exhaustive. Bidders are requested to visit the

site(s) and conduct a field survey, at their own cost, for better understanding of the site conditions.

6.4 Exit Management

This clause sets out the provisions which will apply upon completion of the contract period or upon

termination of the agreement for default of the Successful Bidder. The Parties shall ensure that their

respective associated entities, in case of JAP-IT/Department of IT and e-Governance, GoJ, any third party

appointed by the JAP-IT and in case of the JharNet 2.0 operator, the sub-contractors, carry out their

respective obligations set out in this Exit Management Clause. Exit Management criteria will be a part of

Master Service Agreement with detailed information about exit criteria and exit management plan.

The exit management period starts, in case of expiry of contract, or on the date when the contract comes

to an end or in case of termination of contract, or on the date when the notice of termination is sent to the

JharNet 2.0 operator. The exit management period ends on the date agreed upon by the JAPIT or one year

after the beginning of the exit management period, whichever is earlier.

Page 52 of 371

The JharNet 2.0 operator shall divest all the project assets at the beginning of the Exit management period

to JAPIT at zero value in case of expiry of contract and at the depreciated rate as per Indian Income Tax Act

if there is a termination of contract.

The JharNet 2.0 operator shall pay all transfer costs and stamp duty applicable on transfer of project assets

except in case the Project is being terminated due to default of JAPIT/Department of IT and e-Governance,

GoJ, where JAPIT/Department of IT and e-Governance, GoJ, shall be responsible for transfer costs and stamp

duty, if any. For clarification of doubt, transfer costs in this Clause relate to taxes and duties applicable due

to transfer of the JharNet 2.0 project, if any. At the beginning of the exit management period, the JharNet

2.0 operator shall ensure that –

All Project Assets including the hardware, software, documentation and any other infrastructure shall have

been renewed and cured of all defects and deficiencies as necessary so that the JharNet 2.0 Project is

compliant with the Specifications and Standards set forth in the RFP, Agreement and any other amendments

made during the contract period;

The JharNet 2.0 operator delivers relevant records and reports pertaining to the JharNet 2.0 Project and its

design, engineering, operation, and maintenance including all operation and maintenance records and

manuals pertaining thereto and complete as on the Divestment Date;

On request by JAPIT/Department of IT and e-Governance, GoJ or any third party appointed by

JAPIT/Department of IT and e-Governance, GoJ the JharNet 2.0 operator shall effect such assignments,

transfers, licenses and sub-licenses related to any equipment lease, maintenance or service provision

agreement between JharNet 2.0 operator and any third party, in favor of JAPIT/Department of IT and e-

Governance, GoJ or any third party appointed by JAPIT/Department of IT and e-Governance, GoJ if it is

required by JAPIT/Department of IT and e-Governance, GoJ or any third party appointed by

JAPIT/Department of IT and e-Governance, GoJ and is reasonably necessary for the continuation of services

by JAPIT/Department of IT and e-Governance, GoJ or any third party appointed by JAPIT/Department of IT

and e-Governance, GoJ;

The JharNet 2.0 Operator complies with all other requirements as may be prescribed under applicable Laws

to complete the divestment and assignment of all the rights, title and interest of the JharNet 2.0 Operator

in the JharNet 2.0 Project free from all encumbrances absolutely and free of any charge or tax to

JAPIT/Department of IT and e-Governance, GoJ or its nominee.

Page 53 of 371

Cooperation and Provision of Information

A. During the exit management period:

i. The JharNet operator will allow JAP-IT, GoJ or any third party appointed by JAP-IT, GoJ, access to

information reasonably required to define the then current mode of operation associated with the

provision of the services to enable JAP-IT, GoJ or any third party appointed by JAP-IT, GoJ to assess the

existing services being delivered;

ii. Promptly on reasonable request by JAP-IT, GoJ or any third party appointed by JAP-IT, GoJ, the JharNet

operator shall provide access to and copies of all information held or controlled by them which they

have prepared or maintained in accordance with the “Contract”, the Project Plan, SLA and Scope of

Work, relating to any material aspect of the services (whether provided by the JharNet operator or sub-

contractors appointed by the JharNet operator). JAP-IT, GoJ or any third party appointed shall be

entitled to copy all such information. Such information shall include details pertaining to the services

rendered and other performance data. The JharNet operator shall permit JAP-IT, GoJ or any third party

appointed to have reasonable access to its employees and facilities as reasonably required by JAP-IT,

GoJ or any third party appointed to understand the methods of delivery of the services employed by

the JharNet operator and to assist appropriate knowledge transfer.

iii. Before the end of exit management period, the JharNet operator will ensure a successful trial run of

Network administration, Facility management including helpdesk management etc. by JAP-IT, GoJ or by

any third party appointed.

Page 54 of 371

7 Manpower Requirements

Successful bidder shall deploy sufficient manpower to meet the SLAs and manage the network round the

clock. The manpower mentioned are indicative in nature. Bidders must ensure that sufficient manpower is

provisioned at all levels so as to ensure the SLA for JharNet 2.0. Indicative list of resources that may be

deployed, for fulfillment of SLAs, is as under:

State Head Quarters (SHQ)

S. No Designation No. of resources

1 Project Manager

2 Operational Lead

3 Network Monitoring Engineer

4 Network Specialist

5 Security Specialist

6 System Specialist

7 Store Manager

8 Help Desk Engineer(s)

District Head Quarters (DHQ)

S. No Designation

1 Network Engineer

2 Technician (Infrastructure / Electrician / Power etc.)

Sub Divisional Head Quarters (SDHQ)

S. No Designation

1 Network Engineer

Block Head Quarters (BHQ)

S. No Designation

1 Network Technician (1 resource per 3 blocks)

Page 55 of 371

Facilities for conveyance/ transportation of staff and equipment, communication facilities (mobile phones

etc.) shall also be provided by the successful bidder. The manpower deployed shall also be available on

phone for resolution of calls.

Note: Incase the manpower at field level is being provisioned through a “Manpower Provider Agency”, the

company must be a company registered in India (providing Manpower services/IT facility management

services, etc.) under Indian Companies Act 1956 and should have been in operation for a period of at least 3

years as on 31st December 2016 and should have supplied minimum 100 manpower resources at multiple

location. Certificate of Incorporation of the “Manpower Provider Agency” is to be submitted with the bid

response.

Successful bidder shall ensure that at all times during the contract, a Project Manager; acceptable to JAP-IT

would be available for regular interaction and reporting. The project manager would be required to attend

all meetings where the successful bidder’s role and the activities performed by it are discussed. The Project

Manager shall validate all the reports to be submitted to JAP-IT and should take responsibility of answering

related queries of JAP-IT. It shall be the responsibility of the Project Manager to present all such reports to

key committees of JAP-IT, constituted for spearheading the JharNet Project. The Project Manager would be

expected to be receptive to the expectations of JAP-IT and other key stakeholders of the JharNet Project

and ensure the incorporation of the same to the deliverables. The Project Manager shall function from SHQ

of JAP-IT premise. The Project Manager shall be assisted by a Core team, providing expertise in areas of

network operations, security and infrastructure etc.

The team shall consist of the network specialists, network monitoring engineers, helpdesk engineers,

technicians and network engineers deployed on the project at SHQ/DHQ/BHQ PoPs. Successful bidder shall

deploy dedicated team for day to day activities related to the project as defined in RFP. The SHQ team shall

operate from SHQ and shall be responsible for assessment of effectiveness of the defined standards and

procedures by JharNet 2.0, resolution of issues, project monitoring, periodic assessment of JharNet 2.0 and

related activities as specified in the Scope of Work specified in this RFP. The SHQ Team shall carry out all

activities from State Network Centre, Ranchi except those requiring field visits. There will be a senior

technician for managing the electrical.

Page 56 of 371

Sr.

No. Location Designation Exp Qualifications Relevant Experience

1 SHQ Project Manager 8+

Years

BE / B-Tech./MCA/M-Tech

with experience in Project

Management and

PMP/PRINCE2 or other

industry equivalent

certification

1. At least 5 years of relevant

experience in managing all

aspects of a large advisory/

implementation program

management

2. Must have experience in

managing projects for large,

enterprise scale projects in IT

Infrastructure/Network Audit

and SLA monitoring.

3. Should preferably have

worked on projects for

government clients

2 SHQ Operations Lead 6+

Years

BE / B-Tech./MCA/BSc with

experience in Project

Management with ITIL or

other industry equivalent

certification

1. At least 3+ years of relevant

experience in project

Management

2. Must have experience in

managing projects for large,

enterprise scale projects in IT

Infrastructure/Network Audit

and SLA monitoring.

3. Should have worked

Networking/Infra related

projects

Prior experience of WAN

Infrastructure Resource would

be given preference

3 SHQ

Specialist (L3)

(Network

Specialist,

Security

Specialist and

System

Specialist)

5+

Years

BE/B.Tech/MCA/M-TECH

degree or equivalent AND

CCNP/MCSE/RHCA/CSSA or

equivalent with prior

experience of IT

Infrastructure/ Network

Monitoring, Enterprise level

NMS & Helpdesk

Management tools

5+ years of overall experience

with at least 3 years of relevant

experience in managing all

aspects of IT/ Network

infrastructure and Monitoring

of the services

Prior experience of WAN

Infrastructure Resource more

preferences.

Page 57 of 371

Sr.

No. Location Designation Exp Qualifications Relevant Experience

4 SHQ Store Manager 3+

Years

Graduation degree in

commerce or equivalent

from any recognized

university with Logistic

related certificate

3+ years of experience in

managing the store of large

enterprise and should be able

to manage the inventory

through online tools or excel

sheets.

Prior experience of WAN

Infrastructure Resource would

be given more preferences

5 SHQ

Network

Monitoring

Engineer

3+

Years

BE/B.Tech/MCA/M-TECH

degree or equivalent AND

CCNP/CCI with prior

experience of IT

Infrastructure/ Network

Monitoring, Enterprise level

NMS & Helpdesk

Management tools

3+ years of overall experience

with at least 1 years of relevant

experience in managing all

aspects of IT/ Network

infrastructure and Monitoring

of the services.

Prior experience of WAN

Infrastructure Resource more

preferences

6 SHQ Helpdesk Engg. 1+

Years

B.Sc/B.E/ITI Graduate or

equivalent graduate degree.

Should have 1/2 years of

experience in helpdesk services

along with experience in

Networking.

Should have good

communication skills

Prior experience of WAN

Infrastructure Resource more

preferences.

7 DHQ,

SDHQ

Network

Engineer

1+

Year

BE/B.Tech/MCA degree or

equivalent AND CCNA/CCNP

with prior experience of IT

Infrastructure/ Network

Monitoring, Enterprise level

NMS & Helpdesk

Management tools

Should have working

experience on Networking

equipment's

Prior experience of WAN

Infrastructure Resource more

preferences

8 DHQ, BHQ Network

Technician

1+

Year

ITI in computer science OR

10+2 with one year Diploma

in Computer Science

Should have working

experience on Networking

equipment's

Page 58 of 371

Sr.

No. Location Designation Exp Qualifications Relevant Experience

Prior experience of WAN

Infrastructure Resource more

preferences

Sr. No Position Role & Responsibilities

1 Project

Manager

1. Act as a POC from bidder for all "Network Operator" related activities.

2. He will be available for regular interaction and reporting.

3. The Project Manager shall validate all the reports to be submitted to JHARNET and

should take responsibility of answering related queries of JHARNET

4. Engage, manage and track status of deliverables for all resources.

5. Maintain and review project metrics. Utilize observations to drive improvement in

project lifecycle processes.

2 Operations

Lead

1. Assist the PM for all the activities related to Network in JHARNET

2. Responsible for day to day activities related to Network in JHARNET

3.Vendor Management

4. Responsible for all the reports / SLA monitoring on weekly basis and should have

knowledge of NMS system

5. Administration related activities related to NE and Technicians at PoP locations

3

Specialist ( L3)

(Network

Specialist,

Security

Specialist and

System

Specialist)

1. Controlling & Monitoring of Network Infrastructure ( Router, Switches, Firewall,

NMS Platform, Servers, Unified Threat Management Box, Link Load Balancer, Website

and Content Management Server, Antivirus Servers, Domain Name Server,

Bandwidth, network security services, audit

2. Troubleshooting network problems and outages. The specialist should have deep

understanding of the routing protocols and integrated with other networks like

NKN/NICNET

3. Providing recommendations/ suggestions to JHARNET for system improvement

4. Generating reports on problems occurred in a specific period and take

precautionary actions for stopping the occurrence of problems in future.

4 Store Manager

1. Managing all the inventory details of the JHARNET 2.0

2. Periodic monitoring of the inventory and inward/outward details based on the ISO

Certification

3. Should have good communication and documentation skills. TPA can ask for the

reports at any given time for its own audit.

4. The Store manager will be coordinating replacement of the hardware in case of any

fault from OEM/Third party. The hardware should be replaced as per SLAs to avoid

any downtime of the network.

5. Will be responsible to manage the inventory of the existing hardware as a part of

handover and takeover of JHARNET network.

Page 59 of 371

Sr. No Position Role & Responsibilities

5

Network

Monitoring

Engineer

1. Act like cluster heads for PoPs across JHARNET

2. Day to day maintenance of PoPs and managing the critical events like Chief

Minister Video Conferencing at all blocks

3. Submission of deliverables to Project Manager/ Network Specialist

4. Troubleshooting PoP related issues

5. Monitoring of Network Infrastructure, Bandwidth

6 Helpdesk Engg.

1. First level support on telephone response to all problems logged in help desk within

SLA

2. Monitoring helpdesk problem queue & assigning problems to resources

3. Taking updated from the concerned technical staff for resolution of the problem.

Tracking logged problems and update the status

4. Follow up with end users after resolution for feedback

5. SLA monitoring

7 NW Engineer@

DHQ

1. POC for his/her POP as well as BHQ's PoP under that DHQ

2. Preventive maintenance of PoP equipment's and supporting hardware

infrastructure at DM office which includes desktop, servers , Wi-Fi /RF Network in the

building

3. Facilitation of proper network operations / Facilitating new JHARNET initiatives

4. Troubleshooting network problems and outages at respective PoPs

5. Coordinating with Bandwidth Providers ISP provider at local level for uptime and

managing the Horizontal links as well as PoP extension Network

6. Periodic reports for respective PoPs

8 Technician

The scope of work for the technician is mentioned as follows but not in limited nature

1. POC for any electric/UPS/Genset related issues at his/her POP as well as BHQ's PoP

under DHQ

2. Power related Preventive maintenance of PoP equipment's – Proper

Earthing/cabling/UPS/batteries/Genset Solution/breakers/ etc.)

3. Daily reporting wrt Power and suggestions for improvement. He should be

constantly monitoring the power consumptions at each Blocks under his DHQ and

report any issues on Power Supply through Grid. This may require field visit to the

Blocks as and when required.

9 Network

engineer

1. POC for his/her POP

2. Preventive maintenance of PoP equipment's, OS Level Formatting, Setting Network

configuration in PC, Antivirus Update, and Video Conferencing setup

3. Facilitation of proper network operations / Facilitating new JHARNET initiatives,

Supporting BDO for RTPS/E-district/any other state government e-initiatives /services

portal Website update and Uploads . Support Digital India initiatives for services

rolled out with JHARNET 2.0 as a backbone Network.

4. Troubleshooting network problems and outages at respective PoPs

5. Coordinating with Primary, Secondary Service provider at local level for uptime

6. Periodic reports for respective PoPs

Page 60 of 371

Sr. No Position Role & Responsibilities

7. Managing the Horizontal Connectivity and PoP Lan Extension services to critical

department in the Block Campus and nearby area.

Successful Bidder needs to deploy manpower as proposed in their technical bid document. Successful bidder

may deploy at its discretion man power to meet the SLA requirements. The successful bidder shall post an

on-site Project Manager to look after the entire operation of SWAN with his/her on-site team. The Project

Manager shall coordinate with the designated officers of JAP-IT/Consultant/Third Party Agency etc.

To manage the infrastructure the successful bidder shall deploy at least the number of persons as per the

recommendation shared above. The support team must be capable of managing/handling Network

components, IP telephony infrastructure, EMS, IPS, Firewall, Application Switch, Servers, Unified Threat

management and any other operations required at district and block level etc.

Successful bidder shall appoint as many team members, over and above the manpower specified, as

deemed fit by them, to meet the SLA requirements. Purchaser would not be liable to pay any additional cost

for this. Successful bidder shall always maintain above minimum manpower on-site throughout the life of

the contract. JharNet 2.0 network operator is expected to deploy optimum number of operational staffs at

all PoPs.

The operational staffs shall monitor the network & troubleshoot the problems related to backbone and all

JharNet 2.0 project facilities (LAN, WAN, Video Conferencing, Anti-virus etc.).

Page 61 of 371

8 Service Level Agreement

The purpose of this Service Level Agreement (hereinafter referred to as SLA) is to clearly define the levels

of service which shall be provided by the Service Provider to JAP-IT, also known as purchaser, for the

duration five years from the date of Go-Live

The Service Provider and the Purchaser (along with the Third Party Auditor) shall regularly review the

performance of the services being provided by the Service Provider and the effectiveness of this SLA

8.1 Definitions

For purposes of this Service Level Agreement, the definitions and terms as specified in the contract along

with the following terms shall have the meanings set forth below:

JharNet 2.0: JharNet 2.0 means the Jharkhand State Wide Area Network (JharNet) as provisioned by the

State of Jharkhand and the selected Service provider

Uptime: Uptime refers to the JharNet 2.0 network availability across various segments.

Downtime: Downtime shall mean the time period for which the specified services / components with

specified technical and service standards are not available to the State and user departments and

excludes the scheduled outages planned in advance for the JharNet 2.0 network

Prime Business Hours (PBH): PBH refers to the prime network utilization period for JharNet 2.0, which

shall be typically starting from 0900 hrs till 2000 hrs for SHQ, DHQ, SDHQ, Horizontal offices of SHQ and

the Horizontal offices connected to MPLS network cloud on all working days or any other period to be

defined by the State. The PBH for BHQ and other Horizontal Offices would be from 1000 hrs to 1800 hrs

on all working days or any other period to be defined by the State. The normal working days in the State

are Monday to Saturday.

Extended Service Hours (ESH): ESH refers to the lean network utilization period for JharNet 2.0, which

shall be typically starting from 2001 hrs till 0859 hrs for SHQ, DHQ, SDHQ, Horizontal offices of SHQ and

the Horizontal offices connected to MPLS network cloud on all working days, full day on any holiday and

Sunday or any other period defined by the State. The ESH for Block Offices would be from 0700 hrs to

1000 hrs for all Block Offices. There would be no ESH for the remaining Horizontal Offices.

Planned Network Outage: ‘Planned Network Outage’ refers to unavailability of network services due

to infrastructure maintenance activities such as configuration changes, up gradation or changes to any

supporting infrastructure. Details related to such planned outage shall be agreed with the State

Page 62 of 371

government and shall be notified to all the related departments and relevant offices in advance (at least

five working days)

Quarterly Guaranteed Revenue (QGR): Maximum amount which the service provider(s)/successful

bidder may get from the JAPIT/GoJ on a quarterly basis for services rendered. This would be determined

from the ‘Financials Template’ submitted by the bidder as part of the proposal

Incident: Refers to any event / abnormalities in the functioning of the IT or Non-IT Equipment / specified

services that may lead to disruption in normal operations of JharNet

Helpdesk Support: Shall mean the 12 x 7 centre (08.00 AM to 08.00 PM) which shall handle fault

reporting, trouble ticketing and related enquiries during the contract

“Resolution Time” shall mean the time taken in resolving (diagnosing, troubleshooting and fixing) an

incident after it has been reported at the helpdesk. The resolution time shall vary based on the severity

of the incident reported at the help desk. The severity would be as follows:

Critical: Incidents whose resolution shall require additional investment in components or time

or shall involve coordination with OEMs. These incidents shall impact the overall functioning of

the JharNet 2.0.

Medium: Incidents, whose resolution shall require replacement of hardware or software parts,

requiring significant interruption in working of that individual component. For example,

installation of monitoring software, replacement of switch etc.

Low: Incidents whose resolution shall require changes in configuration of hardware or software,

which will not significantly interrupt working of that component. For example, installation of

VoIP device

8.2 Calculation of downtime

i. Downtime of a link shall be calculated based on the data collected by the Enterprise Monitoring

System (EMS) and its tools provided by the selected Service provider. The EMS System will be

configured based on the SLA parameters and reports should be generated for automatic calculation

of defined SLAs in JharNet 2.0 Network. Any future changes of SLA Parameters in EMS will be with

consent of TPA appointed by JAP-IT for JharNet 2.0. TPA will generate the reports for measurement

of Penalties and Payments for JharNet 2.0. It is recommended to have full automation of the SLA

calculation in order to enable Payments faster. Following principles will be applied for the

calculation of downtime:

Page 63 of 371

ii. Output port of router and switches deployed in JharNet 2.0 Network shall be monitored by Service

provider for the purpose of uptime / downtime of the link in EMS

iii. A link shall be down when a “Ping” test to the remote router/WAN IP Address at either the JharNet

2.0 sites or its respective horizontal offices fails due to the link failure/Equipment (Terminal End

Equipment/Router/Switch) failure or any other reason like power outage etc.

iv. Downtime with regards to quality of the link will be calculated as follows:

a. In case any of the quality parameters are falling under “Breach of SLA” (as mentioned in

section on quality of links), alerts will be generated by the EMS or through “trouble ticket”

generated by helpdesk.

b. Start of the downtime will be the time the alerts or any call is registered as mentioned

above. This is critical event should be recorded in the helpdesk management system.

c. Polling will be done for all the above performance parameters at the interval of 5 minutes

to check the compliance with the minimum performance requirements

d. The link will be considered down till the performance parameters are within the minimum

performance requirements specified in the below sections

All the downtimes shall be added together for each link on daily basis to arrive at the downtime for that

particular link or PoP for a month

8.3 Calculation of uptime

‘Uptime’ refers to availability of bandwidth for various links to carry voice, video and data traffic. Uptime

for each link shall be calculated based on the following formula for every month:

Downtime percentage for PBH (%) = [(Total downtime during PBH in a month in minutes)/(Total PBH time

in a month in minutes)] x 100

Downtime percentage for ESH (%) = [(Total downtime during ESH in a month in minutes)/(Total ESH time in

a month in minutes)] x 100

Uptime Percentage (%) = 100 - Downtime percentage (%)

8.3.1.1 SLA Exclusion Time

i. Scheduled Preventive Maintenance activity of the network equipment at all JharNet 2.0 locations that

is attributed to Service provider

Page 64 of 371

ii. Any scheduled and approved preventive maintenance activity of Bandwidth equipment at all JharNet

2.0 locations is not accountable for calculations of penalties.

iii. Any scheduled and approved preventive maintenance activity by Bandwidth Service Provider and has

an approval of JAP-IT

iv. In case there is any delay in implementation & commissioning of the equipment/links due to issues not

relating to service provider like space inside the Block or District, Power Supply or permission for

installation, the Service Provider shall inform in writing to JAP-IT regarding the deficiencies.

v. Service provider shall take permission for all the above exclusions from JAP-IT and communicate in One

(1) week in advance for any schedule preventive maintenance

vi. Due to unforeseen circumstances if any site is not feasible for provisioning of JharNet 2.0 network, the

same should be informed to JAP-IT in writing with supporting documents. JAP-IT shall do necessary due

diligence to decide whether these sites shall be excluded from the SLA, PAT, FAT and Go-Live criteria.

vii. During the transition phase, SLA criteria of existing JharNet network would not be applicable for the 1st

QGR. However, the selected bidder shall endeavour to operate the existing JharNet network to the best

of its abilities and ensuring maximum availability this period. SLAs for existing JharNet would be

applicable for the period after the 1st QGR, for the transition phase, i.e. until the 3rd QGR.

viii. In case of non-availability of Power from the source at the BHQs and all the Horizontal Offices. The

responsibility of power management (cost & charges) and its backup at SHQ, DHQ and SDHQ will be the

responsibility of the selected service provider. The responsibility of power management (cost & charges)

at BHQ and all Horizontal offices would be responsibility of the State/JAP-IT. Genset will be provisioned

by the State at Block offices for backup power. AC power shall be made available by GoJ at the sites for

powering the entire equipment.

For the purpose of determination of power failure from source and other related factors, the service

provider would have to install an alarm monitoring system at SHQ, DHQ, SDHQ and BHQs and

integrate the same with the EMS tool. The alarm monitoring system sensors would have to be

extended to the respective horizontal offices also so as to capture standard alarms, mainly for

monitoring and detection of power failure from source. A suggestive external alarm input list is given

below:

Low Battery Voltage

Room temperature high

Door Open

Mains failure

Page 65 of 371

DG On Load

DG Battery Low Voltage

Low Fuel

Fire On, etc.

Any condition as per Force Majeure and after mutually agreement of same between the Service provider

and JAP-IT

8.4 SLA for JharNet 2.0 Operations

8.4.1 Uptime SLA for JharNet 2.0 Locations

8.4.1.1 State Head Quarter

SHQ (PBH)

Sl. No. Uptime Penalty (PBH) Penalty (ESH)

1 >= 99.5% No Penalty No Penalty

2 >= 90% up to <99.5% 20% of QGR for SHQ 5% of QGR for SHQ

3 >= 85% up to < 90% 40% of QGR for SHQ 10% of QGR for SHQ

4 < 85% 100% of QGR for SHQ 25% of QGR for SHQ

In case of single occurrence, applicable only during PBH, for every 0.01% reduction in uptime 0.5% penalty

will be levied and can be levied to a maximum of 10%. In case of site not being operational for more than

20 minutes, for every 10 minutes downtime a penalty of 0.5% is levied to a maximum of 10%.

In the scenario of both penalties being calculated, the penalty which is higher, would be applicable.

8.4.1.2 District Head Quarter (DHQ)

DHQ

Sl. No. Uptime Penalty (PBH) Penalty (ESH)

1 >= 99.0% No Penalty No Penalty

2 >= 90% up to <99.0% 20% of QGR for DHQ 5% of QGR for DHQ

3 >= 85% up to < 90% 40% of QGR for DHQ 10% of QGR for DHQ

4 < 85% 100% of QGR for DHQ 25% of QGR for DHQ

In case of single occurrence, applicable only during PBH, for DHQ not being operational for more than 30

minutes, for every 20 minutes downtime a penalty of 0.5% will be levied to a maximum of 10%

Page 66 of 371

In the scenario of both penalties being calculated, the penalty which is higher, would be applicable.

8.4.1.3 Sub-divisional Head Quarter (SDHQ)

SDHQ

Sl. No. Uptime Penalty (PBH) Penalty (ESH)

1 >= 98.5% No Penalty No Penalty

2 >= 90% up to <98.5% 20% of QGR for SDHQ 5% of QGR for SDHQ

3 >= 85% up to < 90% 40% of QGR for SDHQ 10% of QGR for SDHQ

4 < 85% 100% of QGR for SDHQ 25% of QGR for SDHQ

In case of single occurrence, applicable only during PBH, for SDHQ not being operational for more than 4

hours, for every 2 hours downtime a penalty of 0.5% will be levied to a maximum of 10%. In the scenario

of both penalties being calculated, the penalty which is higher, would be applicable.

8.4.1.4 Block Head Quarter (BHQ)

BHQ

Sl. No. Uptime Penalty (PBH) Penalty (ESH)

1 >= 98.5% No Penalty No Penalty

2 >= 90% up to <98.5% 15% of QGR for BHQ 1% of QGR for BHQ

3 >= 85% up to < 90% 30% of QGR for BHQ 2% of QGR for BHQ

4 >= 75% up to < 85% 50% of QGR for BHQ 3% of QGR for BHQ

5 >= 65% up to < 75% 70% of QGR for BHQ 5% of QGR for BHQ

6 < 65% 100% of QGR for BHQ 7.5% of QGR for BHQ

8.4.1.5 Availability of Block Head Quarters (BHQ)

Bidders have to ensure that network at minimum of 65% of total number of block offices is up and available

at all times during Prime Business Hours (PBH)

Page 67 of 371

Sl.

No.

Availability (No. of

locations) Penalty (PBH)

1 >= 65% No Penalty

2 >= 55% up to <65% 10% of total amount payable quarterly for block offices after deduction

of penalty for BHQ, if any

3 >= 45% up to < 55% 20% of total amount payable quarterly for block offices after deduction

of penalty for BHQ, if any

4 >= 35% up to < 45% 30% of total amount payable quarterly for block offices after deduction

of penalty for BHQ, if any

5 >= 25% up to < 35% 40% of total amount quarterly payable for block offices after deduction

of penalty for BHQ, if any

6 < 25% 70% of total amount payable quarterly for block offices after deduction

of penalty for BHQ, if any

8.4.1.6 Horizontal Offices

Horizontal Offices (HO)

Sl. No. Uptime Penalty (PBH) Penalty (ESH)

1 >= 97.0% No Penalty No Penalty

2 >= 90% up to <97.0% 10% of QGR for HO 2% of QGR for HO

3 >= 80% up to < 90% 20% of QGR for HO 5% of QGR for HO

4 >= 70% up to < 80% 30% of QGR for HO 8% of QGR for HO

5 >= 60% up to < 70% 40% of QGR for HO 10% of QGR for HO

6 >= 50% up to < 60% 50% of QGR for HO 12% of QGR for HO

7 >= 40% up to < 50% 60% of QGR for HO 15% of QGR for HO

8 < 40% 100% of QGR for HO 25% of QGR for HO

The aforementioned tables highlights the overall uptime SLA for all the locations and the respective

Horizontal Offices.

Note: The SLA for ESH is applicable only for the functional Horizontal offices during those hours, as

mentioned in this RFP. In case of there being a requirement of these offices functioning post the assigned

hours, the JharNet 2.0 network would have to be made available during those times.

Page 68 of 371

8.4.2 Services SLA for JharNet 2.0

State Head Quarter (SHQ)

Parameter

Permitted

Unavailability in a

quarter during

PBH

Penalty beyond

Permitted

Unavailability in a

quarter during

PBH

Permitted

Unavailability in a

quarter during

ESH

Penalty beyond

Permitted

Unavailability in a

quarter during

ESH

Unavailability of

Video

Conferencing and

Voice Solution

Equipment and

services, desktop

and servers

unavailability,

monitoring tools

unavailability, etc.

120 Minutes

INR 50,000 for

each 60 Minutes

of Unavailability

after 120 Minutes

outage in a

quarter

240 Minutes

INR 15,000 for

each 60 minutes

of Unavailability

after 240 Minutes

of outage in a

quarter

District Head Quarter

Parameter

Permitted

Unavailability in a

quarter during

PBH

Penalty beyond

Permitted

Unavailability in a

quarter during

PBH

Permitted

Unavailability in a

quarter during

ESH

Penalty beyond

Permitted

Unavailability in a

quarter during

ESH

Page 69 of 371

Unavailability of

VC End Points and

IP Phones, Voice

and Video

services

8 Hours

INR 5,000 for each

hour of

unavailability after

8 hours of outage

in a quarter

16 Hours

INR 1,500 for each

hour of

Unavailability

after 16 hours of

outage in a

quarter

Sub-divisional Head Quarter/Block head Quarter

Parameter

Permitted

Unavailability in a

quarter during

PBH

Penalty beyond

Permitted

Unavailability in a

quarter during

PBH

Permitted

Unavailability in a

quarter during

ESH

Penalty beyond

Permitted

Unavailability in a

quarter during

ESH

Unavailability of

VC End Points and

IP Phones, Voice

and Video

services

24 Hours

INR 2,000 for each

hour of

Unavailability

after 24 hours of

outage in a

quarter

48 Hours

INR 500 for each

hour of

Unavailability

after 48 hours of

outage in a

quarter

Note: The SLA during ESH is applicable only for SDHQ offices

Horizontal Offices

Parameter PBH Penalty during

PBH ESH

Penalty during

ESH

Unavailability of

VC End Points and

IP Phones, Voice

and Video

services

24 Hours

INR 500 for each

hour of

Unavailability

after 24 hours of

outage in a

quarter

48 Hours

INR 100 for each

hour of

Unavailability

after 48 hours of

outage in a

quarter

Note: The SLA for ESH is applicable only for the functional Horizontal offices during those hours, as

mentioned in this RFP

Page 70 of 371

8.4.3 Network Operations & Helpdesk Management

The selected service provider would be required to setup a 12 x 7 Helpdesk with a Network Monitoring and

Helpdesk management system in place. The helpdesk shall function as ITIL standards and framework. The

helpdesk shall act as a single point of contact for escalation/reporting of all information, issues, etc. as

reported by departments, users and stakeholders for JharNet. The severity levels of the tickets that are

raised in the helpdesk tool would be of the form:

Sl.

No

Severity Initial Response Time Issue Resolution Time

1 Severity 1 15 Mins 1 hour

2 Severity 2 30 Mins 3 hours

3 Severity 3 60 Mins 8 hours

8.4.3.1 Service Level Definition

Severity Level Particulars

Severity 1

The network outage, security or performance

related issues impacting the network

availability/performance and leading to

unavailability of the services at the State Head

Quarter (SHQ) / five or more District head Quarter

(DHQ)

Severity 2

The network outage, security or performance

related issues impacting the network

availability/performance and leading to

unavailability of the services in one or more

District Head Quarter (DHQ) / 10 or more Sub-

divisional Head Quarters (SDHQ) / 50 or more

Blocks (BHQ)

Severity 3

The network outage, security or performance

related issues impacting the network

availability/performance and leading to

unavailability of the services to one or more

horizontal offices in Sub division/Block

Page 71 of 371

8.4.3.2 Response time/services SLA

Sl. No Severity Level Response Time Penalty per incident

1 Severity 1 INR 200 for delay of every additional one minute

2 Severity 2 INR 500 for delay of every additional ten minutes

3 Severity 3 INR 500 for delay of every additional thirty

minutes

8.4.3.3 Helpdesk Services SLA/Resolution time SLA

Type of Incident Target Penalty

Severity 1

T = 1 hour No Penalty

T1 = T+2 hours

0.05% of the QGR (of the

location and number of sites) for

every unresolved call

T2 = T1+2 hours

1% of the QGR (of the location

and number of sites) for every

unresolved call

> T2

2% of the QGR (of the location

and number of sites) for every

unresolved call

Severity 2

T = 3 hours No penalty

T1 = T+2 hours

0.05% of the QGR (of the

location and number of sites) for

every unresolved call

T2 = T1+2 hours

1% of the QGR (of the location

and number of sites) for every

unresolved call

Page 72 of 371

Type of Incident Target Penalty

> T2

2% of the QGR (of the location

and number of sites) for every

unresolved call

Severity 3

T = 8 hours No penalty

T1 = T+2 hours

0.05% of the QGR (of the

location and number of sites) for

every unresolved call

T2 = T1+2 hours

1% of the QGR (of the location

and number of sites) for every

unresolved call

> T2

2% of the QGR (of the location

and number of sites) for every

unresolved call

8.4.4 Helpdesk Resources Service Level

Measurement

Target Penalty

Resource availability for

all services requested

for JharNet

Resource availability would

be calculated as:

( No. of shift days for

which resource

present at the

designated location /

Total no. of shift

>=90% averaged

over all resources

designated for JharNet

services & operations and

calculated on a

quarterly basis

No Penalty

>=85% to <90%

averaged over all resources

designated for JharNet and

calculated on a

quarterly basis

2% of the QGR for SHQ

Page 73 of 371

Measurement

Target Penalty

days ) x 100

>=80% to <85% averaged over

all resources

designated for JharNet and

calculated on a

quarterly basis

3% of the QGR for SHQ

<80% averaged

over all resources

designated for JharNet and

calculated on a

quarterly basis

5% of the QGR for SHQ subsequently

per 5% reduced resource

unavailability maximum up to 20% of

QGR for SHQ

Resource replacement (The

Service provider must

provide a resource with

equivalent qualification and

experience)

<=15 days No penalty

>15 days 2% of the QGR for SHQ

Note: QGR – Quarterly Guaranteed Revenue

8.4.5 JharNet 2.0 Latency

Latency is the average travel time it takes for a packet to reach its destination. The Latency (Ping Response

round trip) on the JharNet 2.0 network shall be maintained at

Network Segment Latency Remarks Penalties applicable on Links

only

SHQ – DHQ 75 ms

SLA allows a maximum of 75

Milliseconds in the connectivity

between the State Head Quarters

and to all the District Head

Quarters.

50% of quarterly cost of

link in case the latency

goes beyond the SLA

Parameter

Page 74 of 371

Network Segment Latency Remarks Penalties applicable on Links

only

SHQ – SDHQ/BHQ 150 ms

SLA allows a maximum of 150

Milliseconds in the connectivity

between the District Head

Quarters to all the Sub Division

or Blocks.

50% of quarterly cost of link

in case the latency goes

beyond the SLA Parameter

8.4.6 JharNet 2.0 Packet Loss

The Packet Loss on the JharNet 2.0 shall be maintained typically at less than 1% measured on a monthly

basis.

Packet loss for voice and video applications: Dropped voice packets are the discarded packets, which are

not retransmitted. Voice traffic can tolerate typically less than a 3 percent loss of packets (1% is optimum)

before end users experience disconcerting gaps in conversation. Similarly video applications cannot tolerate

typically a packet loss > 1%.

Network Segment Packet Loss Remarks Penalties applicable on Links

only

SHQ-DHQ and –DHQ-

SDHQ/ BHQ <=1%

SLA allows a maximum of 1% of

packet loss in the connectivity

between the State Head

Quarters and to all the District

Head Quarters and all the Block

Head Quarters.

50% of quarterly cost of link

in case the packet loss is

beyond the SLA Parameter

8.4.7 JharNet 2.0 Maximum Jitter

Jitter for Voice and Video Applications: In order for voice to be intelligible, consecutive voice packets must

arrive at regular intervals. Jitter describes the degree of variability in packet arrivals, which can be caused

by bursts of data traffic or just too much traffic on the line. Voice packets can tolerate typically about 75

Page 75 of 371

milliseconds (40 milliseconds is optimum) of jitter delay. For video applications to work on JharNet 2.0, Jitter

should be typically less than < 15ms.

Network Segment Jitter Penalties applicable on Links only

Maximum Jitter 15 Milliseconds 50% of quarterly cost of link in case the Jitter is

beyond the SLA Parameter

8.4.8 Throughput for JharNet 2.0

The throughput for the JharNet 2.0 network should be a minimum of 80% at all levels (SHQ, DHQ, SDHQ &

BHQ).

Network Segment Throughput Penalties applicable on Links only

Throughput >=80%

Throughput for the JharNet 2.0 network should

80% or more. 50% of quarterly cost of link in case

the throughput is less than the SLA Parameter

Note: Bandwidth for a location may be increased if the Throughput is found to less after study of the Trend

Analysis Reports generated from EMS tool. Same will be done with discussion with the bidder’s Technical &

Operations Team.

8.4.9 Audit and Security SLA

Responsibility Issue Penalty

Closure of gaps identified in

audit report(s) which will has

been reviewed and presented

by the TPA to JAP-IT/State

Any ‘High’ severity gaps not

closed within 1 month from the

date of issue of the report to the

vendor

INR 10000 for each month of

delay thereon / audit point or

gap

Any ‘Medium’ severity gaps not

closed within 1 month from the

date of issue of the report to the

vendor

INR 5000 for each month of

delay thereon / audit point or

gap

Any ‘Low’ severity gaps not

closed within 1 month from the

INR 2000 for each month of

delay thereon / audit point or

gap

Page 76 of 371

Responsibility Issue Penalty

date of issue of the report to the

vendor

Any ‘High’ severity gaps not

closed within 3 months from the

date of issue of the report to the

vendor

Notice may be issued to vendor

for termination of services and if

the vendor’s response is not

satisfactory then JAP-IT/GoJ may

terminate the contract and

forfeit the PBG.

Any ‘Medium’ severity gaps not

closed within 6 months from the

date of issue of the report to the

vendor

Notice may be issued to vendor

for termination of services and if

the vendor’s response is not

satisfactory then JAP-IT/GoJ may

terminate the contract and

forfeit the PBG.

8.4.10 Penalty for transition and/or implementation timeline

Description Penalty

Delay in taking over of the existing JharNet

network and/or delay in implementation

period beyond the dates as specified in the

work plan mentioned in the proposal of the

bidder

INR 10,00,000 (Ten Lacs) for per week of delay beyond

the timeline mentioned

(both cases will be treated separately)

8.4.11 Penalty for misuse

In case of misuse of bandwidth / Internet at the instance of the service provider, the penalty imposed on

the service provider, without prejudice to JAPIT, other remedies under the Agreement shall be 5% of the

total QGR value for the quarter under the Agreement for all the centers. The service provider has to take

the approval from JAPIT for creating the exceptions in JharNet 2.0 and these should be requested as per the

process documented and agreed with JAPIT.

Page 77 of 371

In addition action shall be initiated as per prevailing law of the land. If the misuse continues for two quarters,

JAPIT / Govt. of Jharkhand may terminate the Agreement.

8.5 SLA Review Process

Either Implementing agency/Purchaser or Service provider 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.

A meeting or conference call will be conducted to resolve the issue in a timely manner. The documented

issues will be distributed to the participants at least 24 hours prior to the discussion if the issue is not

an emergency requiring immediate attention.

The Implementing Agency and the Service provider shall develop an interim solution, if required, and

subsequently the permanent solution for the problem at hand. The service provider will then

communicate the resolution to all interested parties.

In case the issue is still unresolved, the arbitration procedures described in the Terms & Conditions

section will be applicable.

Interpretation of SLAs may get changed and would be finalized in consultation with the Third Party

Auditor (TPA) for JharNet 2.0

8.6 Penalties

Three consecutive quarterly deductions of more than 20% of the total applicable fee for the quarter

(QGR) on account of any reasons will be deemed to be an event of default which may lead to

termination.

In the event of any of the above happening, it shall be governed by terms & conditions defined in the

General Conditions of the Contract

Page 78 of 371

9 Final Testing and Certification

Except as otherwise provided in the RFP, the Project shall be governed by the mechanism of final acceptance

testing and certification to be put into place by the JAP-IT and Successful Bidder as under:

i. Final testing and certification criteria will lay down a set of guidelines following standard accepted

norms and standards for testing and certification for all aspects of project development and

implementation covering software, hardware, networking including the processes relating to design

of solution architecture, design of systems and sub- systems, coding, testing, business process

description, documentation, version control, change management, security, service oriented

architecture, performance in relation to compliance with SLA metrics and compliance with all the

technical and functional requirements of the RFP and this Agreement;

ii. Final testing and certification criteria will be finalized from the inception stage of the Project to

ensure that the guidelines are being followed and to avoid large scale modifications pursuant to

testing done after the Project is implemented;

iii. Final testing and certification criteria will consider conducting specific tests on software, hardware,

network, security and all other aspects;

iv. Final testing and certification criteria will establish appropriate processes for notifying the

Successful Bidder of any deviations from the norms, standards or guidelines at the earliest instance

after taking cognizance of the same to enable the Successful Bidder to take corrective action; etc.

The Successful Bidder should develop a detailed project plan which should include the following

components but not limited to –

Project Governance plan

Detailed plan for Commissioning

Detailed Acceptance Testing Plan for all locations and for all devices

Training Plan

Project management plan as per project timelines defined in the agreement etc.

Page 79 of 371

9.1 Management of the project

Change Request

Any changes to the scope of work and consequent impact on the SLAs shall be dealt with in accordance with

the provisions of Change Request Schedule set out in Schedule VI of the Agreement.

Security and Safety

a. The Successful Bidder shall comply with the technical requirements of the relevant security, safety

and other requirements specified in the Information Technology Act, Telegraph Act of any other

Applicable Law including the regulations issued by dept. of telecom (wherever applicable), IT

Security Manual of the JAP-IT as specified by JAP-IT from time to time and follow the industry

standards related to safety and security (including those as specified by JAP-IT from time to time),

insofar as it applies to the provision of the Services / Deliverables under this Agreement.

b. The Successful Bidder shall also comply with JAP-IT or the Government of Jharkhand, and the State’s

security standards and policies in force from time to time at each location of which JAP-IT or its

nominated agencies make the Successful Bidder aware in writing in so far as the same apply to the

provision of the Deliverables.

c. The Parties shall use reasonable endeavors to report forthwith in writing to each other all identified

attempts (whether successful or not) by unauthorized persons (including unauthorized persons who

are employees of any Party) either to gain access to or interfere with JAP-IT as the case may be or

any of their nominees data, facilities or Confidential Information.

d. The Successful Bidder shall upon reasonable request by JAP-IT as the case may be or their

nominee(s) participate in regular meetings when safety and information technology security

matters are reviewed.

e. As per the provisions of this Agreement, the Successful Bidder shall promptly report in writing to

JAP-IT or its nominated agencies, any act or omission which they are aware that could have an

adverse effect on the proper conduct of safety and information technology security at the facilities

of JAP-IT as the case may be.

f. If any accident occurs on account of any act of commission or omission of the Successful Bidder

causing any sort of damage to the person or property then the Successful Bidder shall be solely

responsible and liable to make good any such loss or damage. If, however JAP-IT becomes liable to

any third party due to the acts or omissions of the Successful Bidder or otherwise then the

Successful Bidder shall fully indemnify and hold good JAP-IT to that context.

Page 80 of 371

9.2 Audit, Access and Reporting

1. Purpose

This Schedule details the audit, access and reporting rights and obligations of JAP-IT and/or its nominated

agency and the SI and its subcontractors, agents, supplier etc. This Schedule is in addition to, and in

derogation of, the audit rights and process provided in the RFP/Agreement.

2. Audit notice and timing

2.1 As soon as reasonably practicable after the Effective Date, the Parties endeavors to agree to a timetable

for routine audits (Other than those mentioned as part of the mandatory requirements for successful

delivery and acceptance of the System) during the Project Implementation Phase and the Operation and

Maintenance Phase. Such timetable during the Implementation Phase, and thereafter during the operation

Phase, JAP-IT shall conduct routine audits in accordance with such agreed timetable and shall not be

required to give the SI any further notice of carrying out such audits.

2.2 JAP-IT may conduct non-timetabled audits at his/ her own discretion if it reasonably believes that such

non-timetabled audits are necessary as a result of an act of fraud by the SI, a security violation, or breach of

confidentiality obligations by the SI, provided that the requirement for such an audit is notified in writing to

the SI a reasonable period time prior to the audit (taking into account the circumstances giving rise to the

reasonable belief) stating in a reasonable level of detail the reasons for the requirement and the alleged

facts on which the requirement is based.

2.3 Except as provided in 2.2 above, audits shall be conducted by with adequate notice of 2 weeks to the SI.

3. Access and inspection

The SI shall provide to JAP-IT and/or its nominated agency reasonable access to employees, subcontractors,

suppliers, agents and third party facilities as detailed in the RFP, documents, records and systems

reasonably required for audit and shall provide all such persons with routine assistance in connection with

the audits and inspections. JAP-IT or its nominated agency shall have the right to copy and retain copies of

any relevant records provided that confidentiality is maintained in respect of such relevant records. The SI

shall make every reasonable effort to co-operate with them.

4. Audit rights

Page 81 of 371

4.1 JAP-IT or any Auditor appointed by IJAP-IT, shall have unrestricted access to all Documents which is

connected or related with this agreement whether maintained electronically or otherwise including but not

limited to the right to call for Documents and explanations from the employees of the I.A. as it may think

necessary for performance of its duties as an Auditor. System Integrator shall always cooperate and assist

with JAP-IT and its Auditor and provide all Documents and other relevant data and information, as and when

required, for conducting audit including not limited to investigate any allegations/ instances of fraud.

4.2 In the event the audit findings relate to overcharging, misrepresentations, unethical practice, fraud or

breach of terms and conditions of the agreement, JAP-IT shall have all or any of the rights stated herein

against System Integrator (a) to recover the overcharged amount by (b) to suspend/stop all the

outstanding/future payments; (c) to terminate this Agreement by JAP-IT by giving one month's notice in

writing to the System Integrator with reasons, The Decision of JAP-IT as to any breach shall be final and

binding on the System Integrator.

4.3 For the avoidance of doubt the audit rights under this Schedule shall not include access to the SI's profit

margins or overheads, any confidential information relating to the System Integrator employees, or (iii)

minutes of its internal Board or Board committee meetings including internal audit, or (iv) such other

information of commercial-in-confidence nature which are not relevant to the Services associated with any

obligation under the AGREEMENT.

6. Action and review

6.1 Any change or amendment to the systems and procedures of the SI, where applicable arising from the

audit report shall be agreed within thirty (30) calendar days from the submission of the said report.

6.2 Any discrepancies identified by any audit pursuant to this Schedule shall be immediately notified to JAP-

IT or its nominated agency and the SI Project Manager who shall determine what action should be taken in

respect of such discrepancies in accordance with the terms of this Agreement.

7. Terms of payment

Except as otherwise provided in RFP/Agreement, JAP-IT shall bear the cost of any audits and inspections.

The SI shall bear all costs for all reasonable assistance and information provided under this Agreement, the

Project Implementation, Operation and Maintenance SLA by the SI pursuant to this Schedule.

Page 82 of 371

8. Records and information

For the purposes of audit in accordance with this Schedule, the SI shall maintain true and accurate records

in connection with the provision of the services and the SI shall handover all the relevant records and

documents upon the termination or expiry of this Agreement.

9.3 Change request schedule

This Schedule describes the procedure to be followed in the event of any proposed change to the work

envisaged under the RFP and the Agreement, Project implementation phase, SLA and scope of work and

Functional Requirement Specifications. Such change shall include, but shall not be limited to, changes in the

scope of services provided by the System Integrator and changes to the terms of payment as stated in the

Terms of Payment mentioned in Schedule II of this Agreement.

The System Integrator will endeavor, wherever reasonably practicable, to effect change without an increase

in the terms of payment as stated in the Payment Terms mentioned in Schedule II of this Agreement and

JAP-IT or its nominated agencies will work with the System Integrator to ensure that all changes are

discussed and managed in a constructive manner. This Change Request Schedule sets out the provisions

which will apply to all the changes to this engagement.

This Change Request Schedule sets out the provisions which will apply to changes to the RFP and the

Agreement.

Change request note ("CR note")

Change requests in respect of the RFP and the Agreement, the Project implementation, the

operation, the SLA or scope of work and Functional Requirement specifications will emanate

from the Parties' respective project manager who will be responsible for obtaining approval for

the change and who will act as its sponsor throughout the Change Request Process and will

complete Part A of the CRN attached as Annexure A hereto. CRNs will be presented to the other

party's project manager who will acknowledge receipt by signature of the CRN.

The System Integrator and JAP-IT or its nominated agencies, during the Project Implementation

phase and JAP-IT or its nominated agencies during the Operations and Management Phase and

while preparing the CRN, shall consider the change in the context of the following parameter,

namely whether the change is beyond the scope of Services including ancillary and concomitant

services required and as detailed in the RFP and is suggested and applicable only after the

Page 83 of 371

testing, commissioning and certification of the complete Go-Live phase as set out in this RFP.

Quotation

i. The System Integrator shall assess the CRN and shall provide the below as a minimum

requirement:

a description of the change

a list of deliverables required for implementing the change;

a time table for implementation;

an estimate of any proposed change

any relevant acceptance criteria

an assessment of the value of the proposed change;

material evidence to prove that the proposed change is not already covered within

the Agreement and the scope of work

Prior to submission of the completed CRN to JAP-IT, or its nominated agencies, the System Integrator

will undertake its own internal review of the proposal and obtain all necessary internal approvals. As a

part of this internal review process, the System Integrator shall consider the materiality of the proposed

change in the context of the RFP and the Agreement and the Project implementation affected by the

change and the total effect that may arise from implementation of the change.

Costs

Each Party shall be responsible for its own costs incurred in the quotation, preparation of CRNs and in

the completion of its obligations described in this process provided the System Integrator meets the

obligations as set in the CRN. In the event the System Integrator is unable to meet the obligations as

defined in the CRN then the cost of getting it done by third party will be borne by the System Integrator.

Obligations

The System Integrator shall be obliged to implement any proposed changes once approval in accordance

with above provisions has been given, with effect from the date agreed for implementation and within

an agreed timeframe. System Integrator will not be obligated to work on a change until the parties agree

in writing upon its scope, price and/or schedule impact.

Page 84 of 371

10 Scope of Bid Proposal

The Scope of Work covered by this Request for Proposal (RFP) on the JharNet 2.0 project has been detailed

in the above sections of this RFP. The scope of the rest of the sections includes:

1. Scope of the Bid Proposal

2. Preparation of Bids

3. General Terms and Conditions

4. Pre-Qualification Bid Format

5. Technical Bid Formats

6. Financial Bid Formats

7. Bid Opening and Evaluation of Bids

8. Award of Contract

9. Payment Terms

The bidder must fully understand the scope of the project as explained of the RFP while preparing the

Technical and Commercial bids.

The JharNet 2.0 project is conceived to be implemented as Implementation and Operational model in which

the Successful Bidder shall be paid for the establishment of the network, operation & maintenance of the

equipment on a quarterly basis. The Bidder shall be paid for the Bandwidth Service on a quarterly basis as

per details given in this RFP.

The project shall have principal stakeholders namely:

Government of Jharkhand (GoJ)

JAP-IT

Selected Bidder(s)

Bandwidth service provider

Third party auditor

Page 85 of 371

JAP-IT/GoJ shall be the Client and the Successful bidder shall take over the existing JharNet equipment,

maintain it, upgrade as per the direction of JAP-IT (and within the scope of this RFP).JAP-IT would pay

quarterly guaranteed revenues and/or upfront payments (minus the penalties) to the operator in return for

their services. The successful bidders shall provide MPLS connectivity and service support for the same as

per the defined SLA.

The successful bidder shall be eligible for quarterly guaranteed revenue (QGR), minus penalties, for the

eligible quality/quantity of services rendered under the terms and conditions of the contract. Failure to

deliver quality/quantity of services would result into imposition of penalties under and as per the agreed

provisions of the contract.

10.1 Number of Proposals

Each Bidder shall submit only 01 (one) Proposal, in response to the RFP.

Page 86 of 371

11 Eligibility Criteria

The Bidder must possess the requisite experience, strength and capabilities in providing the services

necessary to meet the requirements as described in the RFP document. Keeping in view the complexity &

volume of the work involved, the following criteria are prescribed as pre-qualification criteria for Bidder

interested in undertaking the project. The Bidder must also possess the technical know-how and the

financial wherewithal that would be required to successfully execute and provision the JharNet 2.0 network

and support services sought by the State for the entire period of the contract. The bids must be complete

in all respect and should cover the entire scope of work as stipulated in the tender document. The invitation

to bid is open to all Bidders who qualify the eligibility criteria as given below:

Definition of Consortium Partner:

Consortium shall mean more than one company which joins with other companies of complementing skills

to undertake the scope of work defined in this RFP. However, in case the bid is submitted as a consortium,

there shall be a maximum of three members in the consortium.

The Pre-qualification criteria are listed below:

Sl.

No. Criteria Documents to be provided

1.

The bidder (prime) should furnish, as part of its bid,

an Earnest Money Deposit (EMD) of INR 10,00,00,00

/- (INR One Crore only)

The EMD should be denominated in

Indian Rupees, and should be in the

form of Demand Draft / Bank

Guarantee valid for 6 months from

the date of bid submission

2.

The Bid can be submitted by an individual

organization or a consortium of maximum of three

organizations. In case of a consortium, the same shall

be formed under a duly stamped consortium

agreement and signed by the authorized signatories

of the companies. In the event of a consortium, one

of the partners shall be designated as a “Prime

Bidder”. In Consortium all the members shall be

equally responsible to complete the project; however

prime bidder shall give an undertaking for successful

completion of the project. In case of any issues,

prime bidder would be responsible for all the

penalties.

The original stamped consortium

agreement containing roles and

responsibilities of the prime bidder

and member of consortium.

Page 87 of 371

Sl.

No. Criteria Documents to be provided

3.

The bidder (prime) should be registered under the

Companies Act 1956 or Partnership Act 1932 or

registered under LLP act 2008 and should be in

existence in India for the last seven (7) years as on

31-03-2017

Certificate of incorporation

4.

The Bidder or any one member of the consortium

should be in the business of (IT Networking Or

Broadband network implementation & telecom

infrastructure development Or Large-scale voice or

data connectivity implementation/integration Or

internet service in multiple cities or multiple States

and other business of similar nature) for at least the

past 5 years as on 31-03-2016. The bidder should

provide a Solvency Certificate indicating its financial

capacity

Work Orders confirming year and area

of activity.

Memorandum and Articles of

Associations.

Name of the bankers and full address

enclosing Solvency Certificate

indicating financial capacity from its

banker by the Bidder or the Prime

Bidder (in case of Consortium)

5.

The Bidder or the prime bidder in case of Consortium

should be profit making during last three years and

annual turnover of more than Indian Rupees 500

Crores on average in the three financial years (2012-

13, 2013-14 and 2014-15 consecutively or 2013-14,

2014-15 and 2015-16 consecutively). The Balance

Sheet should be in the same name of the entity

whose quality certifications (ISO-IEC 9000/9001, etc.)

has been submitted by Prime Bidder.

In case Prime Bidder is a wholly owned subsidiary,

the financial experience of the parent company

would be considered for eligibility, provided the

parent company operates in the similar field of

business. In that case Parent company needs to

provide an undertaking to support its wholly owned

subsidiary

A certificate for Profit Making by

Chartered Accountant clearly stating

the criteria.

A certificate for Turnover by

Chartered Accountant clearly stating

the criteria

Copy of the audited profit and loss

account of the company indicating the

above for last three years.

6.

The Bidder or any one member of the consortium

should have an overall average annual turnover of

not less than INR 60 Crores from Network

Implementation/Operations and related Facility

Management Services for the last three financial

years from Projects in central government / state

government / PSU / Corporate Sector in India. (2012-

A certificate for turnover from

Network operations and FMS services

by Chartered Accountant clearly

stating the criteria.

Page 88 of 371

Sl.

No. Criteria Documents to be provided

13, 2013-14 and 2014-15 consecutively or 2013-14,

2014-15 and 2015-16 consecutively).

7.

The bidder or any one member of the consortium

should have minimum 300 full time employees on its

roles working on network implementation/

operations, telecom infrastructure development/

provisioning/ maintenance, large-scale voice or data

connectivity implementation /integration, internet

service provisioning

Certificate from HR on company’s

letter head indicating the same.

8.

In case of Consortium, the partners (not only the

Prime Bidder) should also have experience in at least

3 government/PSU/corporate house projects in India.

Copy of Purchase orders

Completion/Go-live certificate from

client.

Client reference details. (As per

format 8)

9.

The Bidder or the Prime Bidder in case of consortium

should have ISO 9001:2000 or latest certification.

(The bidder has to ensure that the certificate remains

valid during the life cycle of the project)

Copy of the certificate

10.

The bidder (prime) should submit valid

letter from the OEMs confirming

following:

Authorization for bidder

Confirm that the products quoted are not “end of

life or end of sale products” as on Bid Submission

date. If in case the support for the product

quoted has been stopped/ withdrawn till the

time of delivery of equipment, the same will be

changed with the superior product at no extra

cost.

Undertaking that the warranty, AMC support

including spares, patches, and upgrades for the

quoted products shall be available for the entire

period of the project at the quoted rates in the

bid

Declaration letter from OEM with

their letter head, along with relevant

supporting documents

11.

The Bidder and all the members in case of

consortium should not be under a Declaration of

Ineligibility for corrupt or fraudulent practices by

Government of India or any of the State

Governments.

Declaration in this regard by the

authorized signatory of the Bidder or

all members of the consortium.

Page 89 of 371

Sl.

No. Criteria Documents to be provided

12.

The bidder and the consortium member should not

be currently blacklisted by Central Government, any

State Governments, any Semi- Government

Organization, or any PSU in India.

Declaration signed by authorized

signatory (CEO/India Business Head or

higher) of primary bidder and the

member of consortium.

13.

Any organization can submit only one bid either

independently or as a part of Consortium. In the

event, an organization is found participating in more

than one Bid; all the bids involving the organization

will be summarily rejected.

A certificate from the bidders

mentioning the same.

14.

The bidder or the Prime bidder in case of

consortium should have an office at Jharkhand.

The VAT and Service Tax shall be payable at

Jharkhand.

A certificate from the bidder

mentioning the same.

If presently there is no office, an

undertaking on a company letter head

stating that will open a development

office at Jharkhand within one month

of being allotted the work order.

Note: Every member of the consortium shall be equally responsible and jointly liable for the successful

completion of the entire project; however prime bidder shall give an undertaking for successful

completion of the project. In case of any issues, prime bidder would be responsible for all the penalties.

A bidding company/corporation cannot be a part of more than one Consortium. Any Member of

consortium cannot bid separately as a sole bidder. The bidder (all consortium partners) must have

Company registration certificate, Registration under labor laws & contract act, valid VAT/Sales Tax

Registration Certificate, valid Service Tax Registration Certificate and Income Tax Return with Audit Report

from CA. Bidder shall also provide an attested copy of all the above mentioned certificates along with this

bid document.

It is to be noted that in case of non-compliance of any of the above clauses mentioned in the RFP pre-

qualification criteria, the bids will be summarily rejected without entertaining any clarification from the

bidder.

11.1 Amendment of tender document

At any time prior to the last date for receipt of bids, JAPIT/GoJ may, for any reason, whether at its own

initiative or in response to a clarification requested by a prospective bidder, GoJ reserves the right to

Page 90 of 371

modify the tender document by issuing an amendment. The amendment will be notified in e-procurement

portal of GoJ and will be binding on the bidders. In order to afford prospective bidders reasonable time in

which to take the amendment into account in preparing their bids, GoJ may, at its discretion, extend the

last date for receipt of bids.

Page 91 of 371

12 Instruction to Bidders

12.1 Procedure for submission of bids

a) Bids (Technical & Price bid) shall be submitted online on www.jharkhandtenders.gov.in platform

as well as hard copies as per clause (d) below.

b) The participating bidders in the tender should register themselves free of cost on e-procurement

platform in the website www.jharkhandtenders.gov.in.

c) Bidders can log-in to e-procurement platform in secure mode only by signing with the Digital

certificates.

d) The bidders should scan and upload the respective documents in Technical bid documentation

as detailed below:

i. Pre-Qualification Bid

ii. Technical Bid

e) The bidders shall sign on all the statements, documents, certificates uploaded by them, owning

responsibility for their correctness/authenticity.

f) The rates should be quoted in online only.

12.1.1.1 Other Conditions of bid submission

a) After uploading the documents, the copies of the uploaded statements, certificates, documents,

supporting documents for eligibility criteria, original Demand Drafts/Bank Guarantee in respect of

document fee & EMD (except the Price bid/offer/break-up of taxes) are to be submitted by the

bidder in sealed envelope to the O/o Chief Executive Officer, JAP-IT, Ground Floor, Near

Golchakkar, Engineer’s Hostel - 1, Dhurwa, Ranchi, Jharkhand within the bid submission time &

date mentioned in the bid document. The cover (inner and outer) thus prepared should also

indicate clearly 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".

b) Failure to furnish any of the uploaded documents, certificates, will entitled in rejection of the bid.

JAP-IT shall not hold any risk on account of postal delay. Similarly, if any of the certificates,

documents, etc., furnished by the Bidder are found to be false/fabricated/bogus, the bidder

will be disqualified, blacklisted, action will be initiated as deemed fit and the Bid Security will be

forfeited.

Page 92 of 371

c) JAP-IT will not hold any risk and responsibility regulating non-visibility of the scanned and

uploaded documents.

d) The Documents that are uploaded online on e-procurement portal will only be considered for Bid

Evaluation.

e) In case of consortium either the prime bidder or the consortium partner can purchase the

bid document. The bid can be filed either with user ID of prime bidder or consortium partner

12.1.1.2 Submission of Hardcopy of Technical bid

a) Each copy of the tender should be a complete document and should be bound as a volume. The

bid document should be properly page numbered and appropriately flagged / tagged; and must

contain the list of contents with page numbers. Any deficiency in the documentation may result

in the rejection of the Bid.

b) The Bids prepared by the Bidder and 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.

c) The Tender should be signed on all the pages by the Bidder or his authorised representative and

should be affixed with the bidder's Seal

d) It shall be deemed that the bidders have done careful study and examination of the Tender

document and has fully understood the implications.

e) The response to the Tender should be full and complete in all respects. Failure to furnish the

requisite information or submission of a proposal not substantially responsive to the Tender

document in every respect will be at the bidder's risk and may result in rejection of the proposal

and forfeiture of the EMD.

f) All materials submitted by the bidder become the property of the Purchaser and may be

returned at its sole discretion.

g) All outstation bids should be sent through registered post/speed post/courier.

h) A firm may submit ONLY ONE bid either as a single Bidder on its own, or as a partner in a

Consortium submitting bids in response to these Bidding Documents. Furthermore, a firm which

Page 93 of 371

is a Bidder, whether as a single Bidder or as a partner in a Consortium, cannot be a Subcontractor

in other bids.

i) If a Bidder intends to subcontract major items of supply or services, it shall include in the bid

details of the name and nationality of the proposed Subcontractor, including vendors, for each

of those items and shall be responsible for ensuring that any Subcontractor proposed complies

with the requirements applicable to a bidder. For the purposes of these Bidding Documents, a

Subcontractor is any vendor or service provider with whom the Bidder contracts for the supply

or execution of any part of the Contract such as the supply of major components or the

performance of related Services.

j) It is proposed to have a Cover System for this tender:

Pre-Qualification Bid – (1 copy) in one cover

Technical Bid - (1 copy) in one cover

k) The copy of Pre-Qualification Bid and Technical Bid of the Tender should be covered in separate

sealed covers super-scribing “Pre-Qualification Bid” and "Technical Bid" respectively. The copy of

the bid should be put in a single sealed cover super-scribing “Pre-Qualification Bid” and "Technical

Bid" as the case may be. Please note that Prices should not be indicated in the Pre-Qualification

Bid and Technical Bid.

l) The envelope containing copy of Technical Bid should be put in single sealed envelope clearly

marked “Selection of Service Provider for Jharkhand State Wide Area Network 2.0 (JharNet

2.0)”. The envelope is to be super scribed with Tender Number and the wordings “DO NOT OPEN

BEFORE 12-05-2017, 03:30 PM”

Hard copy of the bid document is to be submitted within two working days and during working hours

(10.00 AM to 6.00 PM) of online submission of bid. However, the hard copies of EMD as BG and DD for

Tender fees needs to be submitted on the date of submission of bid as mentioned in the RFP.

Page 94 of 371

12.2 Authentication of Bid

The bid response shall be typed or written in indelible ink. The bid response shall be signed by the Bidder

or a person or persons duly authorized to bind the Bidder to the Contract. A letter of authorization shall

be supported by a written power-of-attorney accompanying the bid. All pages of the bid, except for un-

amended printed literature, shall be initialed and stamped by the person or persons signing the bid.

12.3 Validation of interlineations in Bid

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 initialed by the person or persons signing the

bid.

12.4 Cost of Bidding

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 Purchaser. The Purchaser will

in no case be responsible or liable for those costs, regardless of the conduct or outcome of the Tendering

process

12.5 Site Visit

The Bidders may visit the sites and obtain additional information at their own cost and responsibility.

12.6 Clarification on Tender Document

A prospective Bidder requiring any clarification on the RFP Document may submit his queries, in writing,

at the mailing address or email and as per schedule indicated in “Invitation for Bids / Key events and

dates”. The queries must be submitted in the following format only to be considered for clarification:

Sr. No Page No. Clause No. Reference/ Subject Clarification Sought

.. .. .. .. ..

The queries not adhering to the above mentioned format shall not be responded.

The Purchaser may respond in writing or upload the response on the e-procurement portal,

www.jharkhandtenders.gov.in, to any request for clarification to queries on the Tender Document,

received not later than the dates prescribed in Invitation for Bids / Key events and dates.

Page 95 of 371

12.7 Documents Comprising the Bids

The bid prepared by the Bidder shall comprise the following components. The bids not conforming to the

requirements shall be summarily rejected.

Pre-Qualification Bid

In support of eligibility, a Bidder must submit the following documents (besides the other requirements

of the tender), original copies or attested copies, as the case may be, in the absence of which the Bid will

be rejected.

Format 1: Covering Letter.

Format 2: General information about the Bidder.

Detailed checklist for pre-qualification duly filled in along with the supporting documents as

defined in Format 3. Bidders are requested to add a column for page no. in the pre-qualification

check list table and provide the corresponding page no. of the respective criteria.

Pre-qualification bid should contain Earnest Money Deposit (EMD) in a separate sealed envelope.

Receipt of INR 25,000 /- towards the cost of the RFP document.

Power of Attorney executed by the Bidder in favor of the Principal Officer or the duly Authorized

Representative, certifying him as an authorized signatory for the purpose of this Tender

A consortium of companies duly backed up by an Agreement, copy of the same to be submitted

in case of consortium.

Bidder may use standard formats for consortium and Power of attorney that is vetted by

their respective legal departments and submit the same fulfilling the requirements as

stated in the RFP. Bidders are also requested to submit a copy of Board resolution for

reference against Power of Attorney document.

Declaration that the Bidder has not been debarred / blacklisted by any reputed Govt. / Semi-Govt.

organization for quality of services / product and there is no major complaint against the Bidder

by any organization as per Format 4.

An Acceptance by the Bidder to the Terms & Conditions mentioned in this RFP, Format 5

Technical Bid

The Technical Bid, besides the other requirements of the Tender, shall comprise of the following:

Format 6: Technical Bid Letter

Page 96 of 371

Format 7: Schedules for Technical Evaluation Criteria

Format 8: Project Experience

Financial Bid (to be uploaded only in e-procurement portal, no hard copy is to be submitted)

The Commercial Bid, besides the other requirements of the Tender, shall comprise of the following:

Format 9: Commercial Bid Letter

In case of any discrepancy between the hard copy and the uploaded copy, the uploaded copy in the e-

procurement portal would be considered valid.

The uploaded copy of the bid should be legible and clear enough to read.

Undertaking

An undertaking from the Bidder stating the compliance with all the conditions of the Contract and

Technical Specifications of the Bidding Document since no deviation will be acceptable to the Purchaser.

12.8 Bid Prices

The Bidder shall indicate price in the prescribed format, the unit rates and total Bid Prices of the services,

it proposes to provide under the Contract. Prices should be shown separately for each item as detailed in

Tender Documents. In absence of above information as requested, the bid may be considered incomplete

and be summarily rejected. The price components furnished by the Bidder in accordance with format

prescribed will be solely for the purpose of facilitating the comparison of bids by the Purchaser and will

not in any way limit the Purchaser’s right to contract on any of the terms offered.

The Bidder shall prepare the bid based on details provided in the tender documents. 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 tender documents & due diligence and it shall be

the responsibility of the Bidder to fully meet all the requirements of the tender documents. If during the

course of execution of the project any revisions to the work requirements like Technical specifications,

Equipment sizing etc. are to be made to meet the goals of the Implementing agency, all such changes shall

be carried out within the current price.

Page 97 of 371

12.9 Firm Prices

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 in the

bid to effect downward modification.

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. If price change is envisaged due to any clarification, revised

Financial Bid shall be submitted with prior written permission of the Purchaser and 7 days before the final

date for bid submission.

12.10 Bid Currencies

Prices shall be quoted in Indian National Rupees (INR).

12.11 Bidder Qualification

The "Bidder" as used in the tender documents shall mean the one who has signed the Tender Form. The

Bidder may be either the Principal Officer or his duly Authorized Signatory, 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, as far as possible, be furnished and signed by

the representative and the principal.

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.

The authorization shall be indicated by written power-of-attorney accompanying the Pre-qualification bid.

12.12 Bid Security (Earnest Money Deposit)

Amount of Bid Security (EMD)

The Bidder shall furnish, as part of its bid, a bid security in the form of Demand draft / Bank Guarantee

issued by any nationalized / scheduled / commercial bank located in India, of Rupees 10,00,00,00/-

(Rupees One Crore only). This EMD shall be valid for a period of 6 months from the date of submission of

bid and no interest shall be paid on the earnest money under any circumstances.

Currency of Bid Security

The bid security shall be furnished in Indian National Rupees (INR).

Requirement of Bid Security

Page 98 of 371

The bid security is required to protect the Purchaser against the risk of Bidder’s conduct, which would

warrant the security’s forfeiture, pursuant to Section “Forfeiture of Bid Security”.

Rejection of Bid

Any bid not secured in accordance with above mentioned clause, shall be rejected by the Purchaser as

being non-responsive, without any further correspondence.

Discharge of Bid Security of Unsuccessful Bidder

Unsuccessful Bidders’ bid security will be discharged / returned as promptly as possible by the Purchaser.

Discharge of Bid Security of Successful Bidder

Earnest Money Deposit furnished by Bidders shall be refunded to Bidders after submission of performance

guarantee by the successful Bidder as per Clause 6.24.

Forfeiture of Bid Security

The Bid Security can be forfeited if a Bidder

• Withdraws its bid during the period of bid validity specified by the Bidder on the Bid Form or

• During the bid process, if any information found wrong / manipulated / hidden in the bid. The

decision of the purchaser regarding forfeiture of the Bid Security and rejection of bid shall be final

& shall not be called upon question under any circumstances

12.13 Bid Validity Period

Period of Validity of Bids

Bids shall remain valid for 180 days after the date of opening of Technical Bids prescribed by the

Purchaser. A bid valid for a shorter period may be rejected as non-responsive. However, the prices

finalized after opening the tenders shall not increase throughout the project period. The prices of

components can nevertheless go down due to global trend and is to be determined from their list prices

from time to time after applying the same discount factor as related to the prices finalized after bid

opening but before the delivery of the components to the Purchaser.

Extension of Period of Validity

Page 99 of 371

In exceptional circumstances, the Purchaser may request the Bidder(s) for an extension of the period of

validity. The request and the responses thereto shall be made in writing. The validity of EMD shall also be

suitably extended.

12.14 Local / Site Conditions

It will be incumbent upon each Bidder to fully acquaint themselves with the local conditions and other

relevant factors at the proposed JharNet 2.0 sites which would have any effect on the performance of the

contract and / or the cost. The Bidders are advised to visit the proposed JharNet 2.0 locations (at their

own cost) and due-diligence should be conducted before the pre-bid meeting/ bid-submission.

The Bidder is expected to make a site visit to the proposed JharNet 2.0 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.

Failure to obtain the information necessary for preparing the bid and/or failure to perform activities that

may be necessary for the providing services before entering into contract will in no way relieve the

successful Bidder from performing any work in accordance with the Tender documents.

It will 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. The

Purchaser shall not entertain any request for clarification from the Bidder regarding such conditions.

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 will 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.

12.15 Modification and Withdrawal of Bids

Written Notice

The Bidder may modify or withdraw its bid after the bid's submission, provided that the Purchaser

receives written notice of the modification or withdrawal, prior to the last date prescribed for receipt of

Page 100 of 371

bids.

Signing and Marking of Notice

The Bidder’s modification or withdrawal notice shall be prepared, sealed, marked and dispatched in

accordance with the provisions said earlier. A withdrawal notice may also be sent by fax but followed by

a signed confirmation copy, post marked not later than the last date for receipt of bids.

Last Date for Notice

No bid may be altered / modified subsequent to the closing time and date for receipt of bids. Unsolicited

correspondences from Bidders will not be considered. 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.

12.16 Opening of Bids

Opening of Bids

Decision of the Purchaser or a committee appointed by the GoJ/ Purchaser (JAP-IT) would be final and

binding upon all the Bidders. The Purchaser will open the Bid Proposal, in the presence of the

representatives of the Bidders who choose to attend, at the time, date and place, as mentioned in section

‘Invitation for Bids / Important Dates’. In the event of the specified date of Bid opening being declared a

holiday for the Purchaser, the Bids shall be opened at the appointed time and location on the next working

day. It is advised to send a responsible, authorized and senior representative of the Bidder so that

clarifications, if any, can be given on the spot. The Bidder’s names, modifications, bid withdrawals and the

presence or absence of the requisite EMD and such other details considered appropriate will be

announced at the bid opening.

Announcement of Bids

The Bidders’ names, bid modifications or withdrawals and such other details as the Purchaser at discretion

may consider appropriate, will be announced at the bid opening.

Bids Not Considered For Evaluation

Bids that are rejected during the bid opening process due to incomplete documentation or late receipt

shall not be considered for further evaluation.

Page 101 of 371

12.17 Criteria for Evaluation of Bids

A three-stage procedure will be adopted for evaluation of proposals, with the pre-qualification being

completed before the technical evaluation and thereafter financial proposals being opened and

compared. Pursuant to the pre-qualification criterion Bidders will be short listed for technical bid.

Technical bids will be opened only for the Bidders who succeed the pre-qualification criterion. The

technical bids for the disqualified Bidders will be returned unopened at the address mentioned on the

envelopes containing the technical bid.

The Purchaser will review the technical bids of the short-listed Bidders to determine whether the technical

bids are substantially responsive. Bids that are not substantially responsive are liable to be disqualified.

Purchaser will assign points (quality of services score) to the technically qualified Bidders based on the

technical evaluation criterion as mentioned in the RFP document. The commercial bids for the technically

qualified Bidders will then be opened and reviewed to determine whether the commercial bids are

substantially responsive.

The evaluation will be made on the basis of quality - cum – cost (QCBS), with a weightage to quality of

services and cost in the ratio of 60:40 as mentioned in the sections below.

Conditional bids are liable to be rejected.

Criteria for Evaluation and Comparison of Pre-qualification Bids

A consortium of companies duly backed up by an Agreement (to be submitted along with Pre-Qualification

bid) is also eligible to participate subject to the following two conditions and satisfaction of the Tender

Evaluation Committee during the evaluation of the tender. In the event of consortium being unacceptable

to the Purchaser, the Prime Bidder may be given an option of going on its own:

The Bidder (the prime Bidder in case of consortium i.e.; one of the members of the consortium

that is nominated as the prime Bidder by all the other members of the consortium) shall be liable

for adherence to all provisions of this Agreement.

a. The consortium will draw on human, technical and other resources of all the members during

implementation and maintenance of the Project. The Technical Bid shall include exact details in this

regard, so that it is understood that a consortium has not been artificially created only to improve the

score in Technical Bid.

Page 102 of 371

Criteria for Evaluation and Comparison of Technical Bids

The Technical Evaluation criteria with the scores are given below. The Technical evaluation criteria is

applicable for bidder or consortium unless mentioned specifically.

The following criteria shall be used to evaluate the technical bids. All the bids scoring 70 and above in the

technical evaluation will be qualified for commercial bid opening.

S.

No Criteria

Max.

marks Method of allotting marks

Required eligible

document

Organization Capabilities of Bidder-

1

No. of years in

Telecom/ISP/SI

business

10

Minimum 7 years will be

awarded 2 marks. For every

additional completed year

of operation, 2 marks will

be awarded to a maximum

of total 10 Marks.

Enclose copy of documents

of incorporation and other

relevant documents

2

Organizations man

power strength (for

Lead Bidder, in case

of consortium)

10

Between 250 to 500

Employees = 5 marks

Above 500 Employees = 10

marks

Letter declaring the same

(including category wise

numbers i.e Technical,

Sales, Finance & Accounts

etc.) from the Head of

HRD/Signing Authority

Page 103 of 371

S.

No Criteria

Max.

marks Method of allotting marks

Required eligible

document

3

Average Turnover in

last 3 FYs in

IT/ITeS/ICT/Telecom

Solutions (for Lead

Bidder, in case of

consortium)

10

400 - 500 Cr - 4 marks

500 - 600 Cr - 6 marks

600 - 700 Cr - 8 marks

> 700 Cr - 10 marks

(In case Prime Bidder is a

wholly owned subsidiary,

the financial experience of

the parent company would

be considered for eligibility,

provided the parent

company operates in the

similar field of business. In

that case Parent company

needs to provide an

undertaking to support its

wholly owned subsidiary)

A certificate by Chartered

Accountant along with

Profit & Loss statements

submitted with Income Tax

returns indicating sector-

specific turnover is

required.

Project Experience

4a

Number of Project in

India where Supply,

Commissioning of

Networking Solutions,

including operation

and Maintenance and

FMS services

implemented by the

lead bidder (in case of

Consortium) in India

in last five years.

(Completed/Ongoing)

/in

operation/Awarded

Projects as on31st

May 2016 (Project

value greater than Rs

5 crores)

10 2 Mark for every project to

a maximum of 10 marks

1) Work orders

/Purchase Order

confirming year

and area of activity, the

cost value of services to

be delivered to each of

the projects

2) Complete / Partial

Completion / Satisfactory

ongoing Certificate from

Client

3) Enclose a list with detail

of address of such project,

contact person along with

phone numbers

4b

Total value of

networking /

infrastructure

projects in India

Completed/Running

/Awarded Projects as

10

2 Mark for every 20 crores

project to a maximum of 10

marks

Page 104 of 371

S.

No Criteria

Max.

marks Method of allotting marks

Required eligible

document

on 31st December

2016

5

Total No. of WAN

nodes handled in a

single work order.

Completed / Running

/Awarded Projects as

on

31st December 2016

10

175 Nodes will be given 2

marks for each project. For

every additional 100 nodes

2 marks will be awarded to

a maximum of 10 marks.

(Work order copy

/Purchase Order or letter

signed from the customer

to be submitted)

6

Number of Projects in

India where the Lead

Bidder should having

experience of Wide

Area Network Project

at any of the

Central/State/UT

Governments/PSUs

10

2 Projects will be given 5

marks.

2 to 4 Projects will be given

7 marks

More than 4 Projects will

be given 10 marks

1) Work orders

confirming year Certificate

from Client

7

Presentation by

bidder highlighting:

i) Understanding of

Scope of Work

ii) Comprehensive

Project planning

methodology

iii) Network

deployment Plan and

Risk Management

Plan

20 Details to be seen in below

table (Presentation to be given)

8 Deployment of

Qualified Team 10

Project Manager,

Operational manager,

Network Specialist as per

the deployment Chart at

SHQ

1. Qualification 25 %

Submit detail CV

document with Technical

Bid

Page 105 of 371

S.

No Criteria

Max.

marks Method of allotting marks

Required eligible

document

2. Experience 50 %

3. Essential Certifications

25 %

Total : 100 %

Note: The financial bids of only those bidders will be opened and considered who have scored at least 70

marks of the sum of the maximum marks specified for all the above mentioned attributes in the technical

bid evaluation process.

The presentation for the technical evaluation would broadly be made on the below mentioned criteria:

Sl. No. Criteria

1 Technical Presentation for scope of work

a Understanding of the project scope, requirement and assessment of the same

b Technical design and solution architecture assessment & management

c Scalability, Redundancy, Tolerance, Performance, Security and Manageability of the

solution proposed

d SLA and bandwidth management

e IT & non-IT equipment management for project operations

2 Comprehensiveness Project planning methodology

a Project execution plan, Approach & Methodology, Migration plan, etc.

b Resource allocation and management plan

3 Network Deployment Plan and Risk Management Plan

a Risk Identification & Assessment

b Network deployment and management plan

12.17.1.1 Opening and Comparison of Financial Bids

Commercial bids of those bidders who qualify the technical evaluation will be opened. A min of 70 points

have to be scored to qualify in the technical evaluation. The commercial scores will be calculated as:

Fn = Fmin / Fb * 100

Where:

Page 106 of 371

Fn = Normalized financial score of the bidder under consideration

Fb = Evaluated cost for the bidder under consideration

Fmin = Minimum evaluated cost for any bidder

12.17.1.2 Evaluation of Bid – Final Evaluation

The overall score will be calculated as follows:

Bn = 0.60 * Tn + 0.40* Fn

Where:

Bn = overall score of bidder under consideration

Tn = Technical score for the bidder under consideration

Fn = Normalized financial score of the bidder under consideration

12.18 Rectification of Errors

Arithmetical errors in the Financial Bid will be rectified on the following basis:

If there is a discrepancy between the unit price and the total price that is obtained by multiplying

the unit price and quantity, the unit price shall prevail and will be considered for future

calculations.

For Financial Bid evaluation, the Total Price will be taken into consideration.

For items/services which are mandatorily required as per RFP, if not quoted by Bidder (which is

also specified by the Bidder as per the Technical Bid, Presentation etc.), the highest value quoted

by competing bidders for the respective item to be added to the Bidder

If there is a discrepancy between words and figures, the amount in words shall prevail.

If the bidder does not accept the correction of errors, its bid will be rejected and its bid security

may be forfeited.

12.19 Contacting the Purchaser

Contact by Writing

No Bidder shall contact the Purchaser on any matter relating to its bid, from the time of bid opening to

the time the Contract is awarded. If the Bidder wishes to bring additional information to the notice of the

Purchaser, it should be done in writing.

Page 107 of 371

Rejection of Bid

Any effort by a Bidder to influence the Purchaser in its decisions on bid evaluation, bid comparison or

contract award may result in rejection of the Bidder’s bid.

12.20 Purchaser’s Right to Vary Scope of Contract at the time of Award

a. The Purchaser may at any time, by a written order given to the Bidder, make changes to the scope of

the Contract as specified.

b. If any such change causes an increase or decrease in the cost of or the time required for the Bidder’s

performance of any part of the work under the Contract, whether changed or not changed by the

order, an equitable adjustment shall be made in the Contract Value or time schedule, or both, and

the Contract shall accordingly be amended. Any claims by the Bidder for adjustment under this Clause

must be asserted within thirty (30) days from the date of the Bidder’s receipt of the Purchaser’s

changed order.

c. The Purchaser may issue Purchase Order for the equipment required in its entiriety or partially, as per

requirement.

12.21 Purchaser’s Right to Accept Any Bid and to reject any or All Bids

The Purchaser reserves the right to accept any bid and to annul the Tender process and reject all bids

at any time prior to award of Contract, without thereby incurring any liability to the affected Bidders

or any obligation to inform the affected Bidders of the grounds for the Purchaser’s action.

The Purchaser reserves the right to negotiate the commercials with the selected Bidder and seek

revised commercial bid.

12.22 Notification of Award

Notification to Bidder

Before the expiry of the period of validity of the proposal, the Purchaser shall notify the Bidder with

highest final score (successful Bidder) in writing by registered letter or by fax, that its bid has been

accepted. The Bidder shall acknowledge in writing receipt of the notification of award and shall send his

acceptance to enter into agreement within seven days of receiving the notification.

Signing of Contract

Page 108 of 371

The notification of the award shall constitute signing of the agreement. The signing of agreement will

amount to award of contract and Bidder will initiate the execution of the work as specified in the

agreement. At the same time as the Purchaser notifies the successful Bidder that its bid has been

accepted, the Purchaser will send the Bidders the Proforma for Contract provided in the Tender

Document, incorporating all agreements between the parties. Within 7 days of receipt of the Contract,

the successful Bidder shall sign and date the Contract and return it to the Purchaser.

Discharge of Bid Security

Upon the successful signing of the agreement, Purchaser shall request promptly the Bidder to provide the

performance guarantee. On receipt of the performance guarantee, the bid security of all Bidders will be

released.

Expenses for the Contract

The incidental expenses of execution of agreement / contract shall be borne by the successful Bidder.

12.23 Failure to abide by the Agreement

The conditions stipulated in the agreement shall be strictly adhered to and violation of any of the

conditions will entail termination of the contract without prejudice to the rights of the Purchaser with

such penalties as specified in the Bidding document and the Agreement

12.24 Bank Guarantee for Contract Performance

a. Within 14 days of the receipt of notification of award from the Purchaser, the successful Bidder

shall furnish the performance security in accordance with the Terms & Conditions of Contract

which shall be equal to 10% of the value of the Contract and in the Contract Performance

Guarantee Bond prescribed as Annexure for Proforma of Bank Guarantee towards Performance

Security.

b. Failure of the successful Bidder to comply with the requirement shall constitute sufficient grounds

for the annulment of the award and forfeiture of the EMD. In case of exigency, if the Purchaser

gets the work done from elsewhere, the difference in the cost of getting the work done will be

borne by the successful Bidder.

Page 109 of 371

12.25 Confidentiality of the Document

This Tender Document is confidential and the Bidder shall ensure that anything contained in this Tender

Document shall not be disclosed in any manner, whatsoever.

12.26 Rejection Criteria

Besides other conditions and terms highlighted in the tender document, bids may be rejected under

following circumstances:

Pre-Qualification Rejection Criteria

Bids submitted without or with improper EMD.

Bids which do not conform to unconditional validity of the bid as prescribed in the Tender.

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 bid evaluation, bid comparison or contract

award decisions.

Bids received by the Purchaser after the last date prescribed for receipt of bids.

Bids without signature of person (s) duly authorized on required pages of the bid

Bids without power of authorization and any other document consisting of adequate proof of the

ability of the signatory to bind the Bidder.

Technical Rejection Criteria

Technical Bid containing commercial details.

Revelation of Prices in any form or by any reason before opening the Commercial Bid.

Failure to furnish all information required by the RFP Document or submission of a bid not

substantially responsive to the Tender Document in every respect.

Bidders not quoting for the complete scope of Work as indicated in the Tender documents,

addendum (if any) and any subsequent information given to the Bidder.

Bidders not complying with the Technical and General Terms and conditions as stated in the RFP

Documents.

The Bidder not conforming to unconditional acceptance of full responsibility of providing services

in accordance with the Scope of work and Service Level Agreements of this tender.

Page 110 of 371

If the bid does not confirm to the timelines indicated in the bid.

Commercial Rejection Criteria

Incomplete Price Bid

Price Bids that do not conform to the Tender’s price bid format.

12.27 Concessions permissible under statutes

Bidder, while quoting against this tender, must take cognizance of all concessions permissible under the

statutes including the benefit under Central Sales Tax Act, 1956, failing which it will have to bear extra

cost where Bidder does not avail concessional rates of levies like customs duty, excise duty, sales tax, etc.

The Purchaser will not take any responsibility towards this. However, Purchaser may provide necessary

assistance, wherever possible, in this regard.

12.28 Limitation of Liability

There shall no limitation of liability in respect to the Service Provider in case of any damages for bodily

injury (including death) and damage to real property and tangible personal property, other than applicable

under the relevant laws

Neither this contract agreement nor its annexes/addendums grants or creates any rights, benefits, claims,

obligations or causes of action in, to or on behalf of any person or entity (including any third party) other

than between the respective parties to this agreement, as the case may be

Any claim or series of claims arising out or in connection with this agreement shall be time barred and

invalid if legal proceedings are not commenced by the relevant party against the other party within a

period of 3 years from the date when the cause of action first arose or within such longer period as may

be permitted by applicable law without the possibility of contractual waiver or limitation

The Purchaser shall be entitled to claim remedy of specific performance under this agreement

This limitation of liability shall not affect the Service Provider’s liability to indemnify the Purchaser for any

third party intellectual property infringement claims as per the terms mentioned herein.

12.29 Income Tax Liability

The Bidder will have to bear all Income Tax liability both corporate and personal tax.

Page 111 of 371

Page 112 of 371

13 Award of Contract

Prior to the expiry of the period of bid validity, GoJ will notify the successful bidder in writing by registered

letter or mail or by a Letter of Intent through e-procurement portal, that his bid has been accepted. The

receipt of acceptance should be sent by the bidder in writing through registered post.

The notification of award will be followed by signing of MSA within specified time along with submission

of PBG. Upon furnishing of the PBG by the successful bidder(s) and signing of the MSA, GoJ/JAP-IT will

promptly notify each unsuccessful bidder and will discharge the bid security.

As soon as GoJ notifies the Successful Bidder, the GoJ will send the bidder the MSA form, incorporating all

changes/clarifications issued by the GoJ at the time of pre-bid. On receipt of the contract form, the

successful bidder shall sign with date, the contract form, and return it to GoJ within 7 days.

The incidental expenses of execution of agreement/contract shall be borne by the successful bidder.

The successful bidder is required to furnish an unconditional and irrevocable Performance Bank

Guarantee in the following manner:

A. CAPEX

i. 10% of the total CAPEX value valid for a period of 5 years within 7 days of issuance of Letter

of Intent (LOI)/Letter of Award (LOA)

B. OPEX

i. 10% of the total OPEX value of valid for a period of 24 months within 7 days of issuance of

Letter of Intent (LOI)/Letter of Award (LOA)

ii. 10% of the four (4) years OPEX value valid for a period of 18 months at the start the 2nd year

iii. 10% of the three (3) years OPEX value valid for a period of 18 months at the start of the 3rd

year

iv. 10% of the two (2) years OPEX value valid for a period of 18 months at the start of the 4th year

v. 10% of the one (1) year OPEX value valid for a period of 18 months at the start of the 5th year

The submitted Bank Guarantee’s for OPEX would be returned to selected bidder after submission of

subsequent Bank Guarantee’s for the successive years

Page 113 of 371

The Bank Guarantee needs to be submitted within 7 days of issue of Letter of Intent/Letter of Award.

Failure of the successful Bidder to comply with the terms and conditions of the RFP shall constitute

sufficient grounds for the annulment of the award and forfeiture of the PBG.

The selected service provider will be Mobilization advance of 10% of the CAPEX value after submission

the Performance Bank Guarantee.

The JAP-IT may forfeit this Performance Guarantee for breach of the terms of agreement by the bidder.

Under such an eventuality, the mechanism described under the Exit management section of Technical

Document Volume I shall be enforced. One month notice will be given to bidder specifying the reason for

forfeiture of Bank Guarantee for any breach of the terms of the agreement by JAP-IT.

The period of agreement shall be up to the date of completion of five years of service for JharNet 2.0

which will be operational after 36 weeks from the date of signing of contract, i.e. the date of declaration

of Go-Live. The agreement period will be total of 60 Months form the date of Go-Live.

The TPA/agency appointed by JAP-IT of JharNet shall monitor the taking over of equipment from the

JharNet system operator. JAP-IT shall appoint new third party monitoring agency at the earliest. This Third

Party Agency shall monitor the JharNet 2.0 for all the activities enlisted in the scope of work of network

operator and bandwidth service provider as per the scope. The Bidder shall cooperate with such a Third

Party Agency. The Third Party Agency appointed will monitor the Service level Agreement and subsequent

generation of quarterly report on SLA compliance. The Third Party Agency will be responsible for

verification, validation of all invoices under the terms & conditions of the Agreement and will recommend

on the eligible payment. Third party agency will be responsible for performance audit on a quarterly basis

and will recommend release of upfront payments and quarterly payments after deduction of applicable

SLA penalties.

Any publicity by the bidder in which the name of GoJ is to be used, should be done only with the explicit

written permission from GoJ.

Page 114 of 371

14 Miscellaneous

Corrupt, fraudulent and unethical practices - “Corrupt practice” means the offering, giving, receiving or

soliciting of anything of value to influence the action of a public official in the process of contract execution

and “Fraudulent practice” means a misrepresentation of facts in order to influence a procurement process

or the execution of a contract to detriment of the purchaser, and includes collusive practice among

Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive

levels and to deprive the Purchaser of the benefits of free and open competition. “Unethical practice”

means any activity on the part of bidder, which try to circumvent tender process in any way. Unsolicited

offering of discounts, reduction in financial bid amount, upward revision of quality of goods etc. after

opening of first bid will be treated as unethical practice. JAP-IT will reject a proposal for award and also

may debar the bidder for future tenders in GoJ, if it determines that the bidder has engaged in corrupt,

fraudulent or unethical practices in competing for, or in executing a contract.

Resolution of disputes - State and the selected bidder shall make every effort to resolve amicably by direct

informal negotiation any disagreement or dispute arising between them under or in connection with the

Contract. If, after fifteen (15) days from the commencement of such informal negotiations, State and the

selected Bidder have been unable to amicably resolve dispute, either party may require that the dispute

be referred for resolution to the formal mechanisms, which may include, but are not restricted to,

conciliation mediated by the Development Commissioner, GoJ. All negotiations, statements and/or

documentation pursuant to these disputed matter shall be without prejudice and confidential (unless

mutually agreed otherwise). The time and resources costs of complying with its obligations under this

Governance Schedule shall be borne by respective parties. All Arbitration proceedings shall be held at

Ranchi, Jharkhand State, and the language of the arbitration proceedings and that of all documents and

communications between the parties shall be in English.

14.1 Dispute Resolution Clause

The Purchaser and the Service Provider 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.

If, after thirty days from the commencement of such direct informal negotiations, the Purchaser and the

Service Provider have been unable to resolve amicably a Contract dispute, either party may require that

the dispute be referred for resolution

Page 115 of 371

In the case of a dispute or difference arising between the Purchaser and the Service Provider relating to

any matter arising out of or connected with this Contract, such dispute or difference shall be referred to

a sole arbitrator, the Secretary, Department of Information Technology and e-Governance, Government

of Jharkhand

The Arbitration and Conciliation Act 1996, the rules there under and any statutory modification or

reenactments thereof, shall apply to the arbitration proceedings.

The venue of arbitration shall be Ranchi, Jharkhand.

Either Party may terminate this contract by giving a written notice of termination of minimum 30 days to

the other, if such other fails to comply with any decision reached consequent upon arbitration

proceedings.

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 the Scope of Work to ensure continuity of operations.

14.2 Notices

Any queries or other document, which may be given by either Party under this Agreement or RFP or under

the SLA, shall be given in writing in person or by pre-paid recorded delivery post or by facsimile

transmission or through email to the notified address.

In relation to a notice given under this Agreement, any such notice or other document shall be addressed

to the other Party's principal or registered office address as set out below:

Any notice or other document shall be deemed to have been given to the other Party (or, if relevant, its

relevant associated company) when delivered (if delivered in person) if delivered between the hours of

10.00 am and 5.00 pm on a working day at the address of the other Party set forth above or if sent by fax,

provided the copy of the fax is accompanied by a confirmation of transmission, or on the next working

day thereafter if delivered outside such hours, and 7 days from the date of posting (if by letter).

Notice can also be given through email address furnished by the bidder. The time of the sent message in

‘outbox’ of the sender will be considered to be time of delivery of the message.

Page 116 of 371

Either Party to this Agreement or to the SLA may change its address, telephone number, facsimile number

and nominated email for notification purposes by giving the other reasonable prior written notice of the

new information and its effective date.

14.3 Force Majeure

Neither party shall be responsible to the other for any delay or failure in performance of its obligations

due to any occurrence commonly known as Force Majeure which is beyond the control of any parties,

including, but without limited to, flood, explosion, lightening, thundering, acts of God or any

Governmental body, public disorder, riots, embargoes, or strikes, acts of military authority, epidemics,

lockouts or other labour disputes, insurrections, civil commotion, war, enemy actions.

If a Force Majeure arises, the Bidder shall promptly notify GoJ in writing of such condition and the cause

thereof. Unless otherwise directly by GoJ, the bidder shall continue to perform his obligations under the

contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance

not prevented by the Force Majeure event.

The bidder shall be excused from performance of his obligations in whole or part as long as such cases,

circumstances or events shall continue to prevent or delay such performance. Neither party shall have

any liability to the other party in respect of the termination of this contract as a result of an event of Force

Majeure.

Managed Service Provider/System Integrator shall be paid for supply and services till last date of

termination in case of force majeure

14.4 Use of documents and Information

The vendor shall not, without prior written consent from GoJ, disclose/ share/use the bid document,

contract, or any provision thereof, or any specification, plan, drawing, pattern, sample or information

furnished by or on behalf of the GoJ in connection therewith, to any person other than a person employed

by the vendor in the performance of the contract. Disclosure to any such employed person shall be made

in confidence and shall extend only as far as may be necessary for purposes of such performance.

The Vendor shall not, without prior written consent of JAP-IT/GoJ, make use of any document or

information made available for the project, except for purposes of performing the Contract.

Page 117 of 371

All project related document (including this bid document) issued by JAP-IT/GoJ, other than the contract

itself, shall remain the property of the GoJ and shall be returned (in all copies) to the GoJ on completion

of the Vendor’s performance under the contract if so required by the GoJ.

14.5 Insurance

The successful bidder has to ensure meeting performance bench marks and will, if it deems necessary,

take insurance coverage(s) for the period of contract.

14.6 Assignment Clause

The contractor shall not, without the prior consent of the employer, assign to any third party the contract

or any part thereof, or any right, benefit, obligation, or interest therein or there under, except that the

contractor shall be entitled to assign either absolutely or by way of charge any monies due and applicable

to it or that may become due and payable to it under the Contract to any financial institution(s) or bank(s)

or NBFC(s).

In the event the contractor assigns the monies due and payable to it or that may become due and payable

to it, under the contract, to any Financial Institution(s) or Bank(s) or NBFC(s), the employer shall

acknowledge the intimation letter it may receive from such financial institution(s) or bank(s) or NBFC(s).

If the employer does not reply within 30 days of receipt of the intimation letter, it may be considered as

“acknowledged by the Employer”. Furthermore the employer will provide an indicative date by when the

funds will be released to the contractor as a measure of comfort for Financial Institution(s) or Bank(s) or

NBFC(s).

14.7 Indemnity

The successful bidder shall indemnify and defend JAP-IT/GoJ and its representatives and employees, and

hold JAP-IT/GoJ, its representatives, employees harmless from:

i. 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 successful

bidder;

ii. Damages and losses resulting from the non-compliance with the established obligations; Third party

claim against the JAP-IT or its nominated agency that any Deliverables/ Services/Equipment provided

by the System Integrator infringes a copyright, trade secret, patents or other intellectual property

rights of any third party in which case the System Integrator will defend such claim at its expense and

Page 118 of 371

will pay any costs or damages that may be finally awarded against JAP-IT or its nominated agency. The

System Integrator will not indemnify JAP-IT, however, if the claim of infringement is caused by (a) JAP-

IT’s misuse or modification of the Deliverables; or (b) JAP-IT’s failure to use corrections or

enhancements made available by the System Integrator; or (c) JAP-IT’s use of the Deliverables in

combination with any product or information not owned or developed or supplied by the System

Integrator.

iii. If any Deliverable is or likely to be held to be infringing, the System Integrator shall at its expense and

option either (i) procure the right for JAP-IT to continue using it, or (ii) replace it with a non-infringing

equivalent, or (iii) modify it to make it non-infringing.

iv. 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 successful bidder

v. Breach (either directly by it or through its representatives and/or employees) of any representation

and warranty declared herein by it;

vi. 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 119 of 371

15 Payment Schedule

The payment schedule is as follows:

# Milestone Supporting

1.

Mobilization advance:

10% of the Capex value of the project

Submission of PBG and signing of agreement by the selected system integrator equivalent of 10% of the total project value

2.

On delivery of material:

30% of Capex bill value on Inspection of material; verifications

by TPA/JAPIT nominated agency and dispatch of the material

to locations.

Inspection certificate* with details of the items like serial no./part code no. make & model, etc. mapped with individual campuses

Dispatch challan / Courier Copy

*Inspection to be done by JAP-IT or its designated agency

3. On completion of installation, Commissioning and completion of partial acceptance testing (PAT); 20% of the Capex value.

PAT report approved and certificate issued by JAP-IT

4.

On completion of installation and commissioning for the entire project and completion of FAT; 30% of the total Capex Value.

FAT report approved and certificate issued by JAP-IT

5.

Quarterly payments of 0.5% of the CAPEX value and 5% of the OPEX value, after necessary deductions for penalties imposed, if any, on completion of each Quarter after Go-Live

SLA report duly certified by JAP-IT.

The Bidder shall quote for all costs as asked for in the financial templates. The rates quoted by the bidder

would be valid for the entire duration of the project.

The Bidder’s request for Opex payment shall be made at the end of each quarter by invoices along with

following supporting documents:

1. Performance statistics

2. Log of network parameters along with Service Down time calculation and Uptime percentage.

3. Any other document as asked for by JAP-IT necessary in support of the service performance

acceptable to JAP-IT.

4. Detailed calculation sheets for the claims based on the SLA defined in the RFP Document.

Page 120 of 371

The Third Party Agency appointed by JAP-IT shall verify all Invoices and supporting documents as

prescribed and acceptable. After verification by the Third Party Agency and after deducting Income Tax,

other taxes and any Penalties, JAP-IT shall pay the amount within a period of 15 days. The Bidder shall

furnish all tax payment receipts to JAP-IT in next quarterly Invoice documentation submission.

Un-priced B.O.Q is to be submitted in company letterhead mentioning the name, make and model,

number of all the items in the technical bid.

The successful bidder will not be eligible for any other benefits (such as interest on capital, rate of returns,

amortization on capital, salaries of the employees etc.) except the payments specified above.

If any dependencies are there on JAP-IT side, the bidder is entitled for extension of time lines and

exemption of SLA penalties for that dependency only. The bidder should factor in their financial bid such

dependencies.

The bidder is not entitled for any extra claims on account of dependencies on GoJ/JAP-IT.

JAP-IT prefers to route Quarterly payments of Bandwidth Service Provider through the successful bidders.

However this procedure shall be subject to TRAI guidelines and necessary agreements will be entered

between JAP-IT, Successful bidder and Bandwidth Service Provider, if required.

The Bidder can request for payments to be made directly to a network service provider/Consortium

Partner. Such payments shall be made on the advice of the Bidder. The Bidder shall be fully liable for any

act of omission or commission on part of the third party to whom the payment shall be made. Any failure

or failure of service delivery by the third party shall lead to recovery of all payments made to the third

party from the Bidder. JAP-IT shall not take any responsibility on account of any default by the third party

nominated for payments. No payments shall be made by JAP-IT in foreign exchange or to a foreign entity.

No payments shall be made in Foreign Exchange by JAP-IT. No payment shall be made to an entity not

located and registered in India.

15.1 Payment of Taxes

The quoted offer should be exclusive of applicable Taxes. Taxes will be paid extra, as applicable. However,

tenderer has to furnish a certificate at the time of claiming reimbursement stating the rate of Tax at which

the Tax has been paid and confirming that reimbursement for this amount has not been claimed for any

place, anywhere in India.

Page 121 of 371

15.2 Additional Equipment

For any new equipment(s) which are not included in the RFP that might come up during the contract

period JAP-IT/GoJ will reserve the option to procure these equipment(s) on its own and supply to the

Bidder. The Bidder would need to operate and maintain all such equipment installed in the PoP and Yearly

AMC charges will be paid by JAP-IT to OEM/Supplier. Alternatively, JAP-IT/GoJ may ask the bidder to

procure the equipment. In such cases, the vendor may procure the equipment(s) at rates mentioned in

the BOM or as per rates agreed in NICSI/DGS&D and raise invoice for upfront payment of the same. The

Successful bidder shall maintain such equipment installed in the PoP and Yearly AMC charges will be paid

by JAP-IT to OEM/Supplier. In any case the liability of JAP-IT/GoJ will not be beyond the rates quoted in

the financial templates. Any negligence on the part of network operator in coordination shall be treated

as breach of tender conditions.

JAP-IT shall be open to purchase optional items from any of the eligible bidder who has quoted the lowest

rate. The System Integrator has an option to match the price of the lowest quote.

For any new districts or Blocks (PoPs) or remotes that might come up in the 5 years of the contract period,

the quoted price for such expansion in the original bid shall be applicable. For the non-quoted items and

rate will be mutually agreed as per market prices.

In the event of any guidelines or notification issued by the Government (Central/State) or its entities, for

reduction in Bandwidth prices, JAPIT may negotiate the rates with the service provider and finalize the

same with mutual agreement

Note:

CAPEX may include the cost of Active and Passive components required for refresh of the

JHARNET infrastructure.

OPEX is the operational expenditure (manpower cost, bandwidth cost, etc.) to be incurred by

the bidder for Operations and Maintenance of JHARNET 2.0 for 5 years post installation and

FAT.

The total CAPEX value quoted for the project should not exceed beyond 50% value of the total

project cost excluding the cost of Primary and Secondary bandwidth. Bidder (prime in case of

consortium) need to submit a declaration in this regard as per the given format. In case of non-

compliance to this clause, when discovered, the bidder may be disqualified at any stage of the

bidding process.

Page 122 of 371

16 Forms Templates

FORMAT 1 - FORMAT FOR COVERING LETTER

On Applicant’s letterhead

To,

Chief Executive Officer,

JAPIT, Ground Floor, Near Golchakkar,

Engineer’s Hostel - 1, Dhurwa,

Ranchi, Jharkhand

Phone No.: +91-651- 2401067

Fax: +91-651- 2401040

Subject: Submission of Bid for Selection of Service Provider for Jharkhand State Wide Area Network 2.0

(JharNet 2.0)

Reference: Notification number: _______________________________

Sir/ Madam,

In response to the advertisement, dated _____ issued by the Chief Executive Officer, on behalf of the JAP-

IT, we offer our RFP Response to participate in the bidding process for selection of the Design,

Development, testing, implementation and maintenance of “Selection of Service Provider for Jharkhand

State Wide Area Network 2.0 (JharNet 2.0)” for the above-referred Project.

Having examined the RFP Documents, etc. including addendum/ Amendments to the above, for the

execution of the above Contract, we the undersigned offer to design, develop, test, implement and

operate and maintain the whole of the said Works for the Term of the Services etc. comprising the RFP.

In the capacity of the Applicant for the Project, we declare that we have requisite technical competence

and operational & maintenance experience in managing large e-Governance projects and are interested

in the Project, should JAP-IT select us for this purpose. We also state that our RFP response confirms to

the conditions of the document.

We are submitting this RFP response on our own (OR) we are submitting this RFP response as the Prime

Bidder of a consortium consisting of the following companies/firms:

Page 123 of 371

Company/Firm Name Address

We are enclosing Power(s) of Attorney from the other consortium Members authorizing us to act as ‘Prime

Bidder’ for this Project and confirming that all participating members are jointly and severally liable for

participating in the proposal and performance of the contract, if awarded. We are also enclosing Power

of Attorney for the person who is signing the bid.

If selected, we understand that it would be on the basis of the organizational, technical, financial

capabilities and experience of the consortium taken together as specified in the RFP document. We

understand that the basis for our qualification will be our RFP Response and that any circumstance

affecting our continued eligibility under the RFP, or any circumstance which would lead or have led to our

disqualification under the RFP, shall result in our disqualification under this process.

We declare that we have disclosed all material information, facts and circumstances to JAP-IT, which

would be relevant to and have a bearing on the evaluation of our Bid and selection.

We acknowledge and understand that in the event that the JAP-IT discover anything contrary to our above

declarations; it is empowered to forthwith disqualify us and our Bid from further participation in the

process.

Yours faithfully,

Authorized Signatory

Name & Title of Signatory

Date & Seal

Page 124 of 371

FORMAT 2 – GENERAL INFORMATION ABOUT BIDDER

No. Particulars Details to be Furnished

I Details of the Bidder (Prime Bidder in case of Consortium)

Company Name

Address

Telephone Fax

E-mail Website

Details of Authorized person

Name

Address

Telephone Email

II In case of Consortium: Details of the Second member of the Consortium

Company Name

Address

Telephone Fax

E-mail Website

Details of Authorized person

Name

Address

Telephone Email

III In case of Consortium: Details of the Third member of the Consortium

Company Name

Address

Telephone Fax

E-mail Website

Details of Authorized person

Name

Address

Telephone Email

Page 125 of 371

FORMAT 3 – CHECKLIST FOR PRE-QUALIFICATION

Sl. No.

Criteria Documents to be

provided Complied (Y/N)

Cross-reference page number

As mentioned in this

document As mentioned in this

document

Page 126 of 371

FORMAT 4 – Declaration regarding clean track record

To,

Chief Executive Officer,

JAPIT, Ground Floor, Near Golchakkar,

Engineer’s Hostel - 1, Dhurwa,

Ranchi, Jharkhand

Phone No.: +91-651- 2401067

Fax: +91-651- 2401040

Sir,

We have carefully gone through the Terms & Conditions contained in the RFP Document

[No._________________] regarding “Selection of Service Provider for Jharkhand State Wide Area

Network 2.0 (JharNet 2.0)”. We hereby declare that our company has not been debarred/black listed by

any Government / Semi Government organizations in India.

I further certify that I am competent officer in my company to make this declaration.

Yours faithfully,

(Signature of the Bidder)

Printed Name

Designation

Seal

Date:

Business Address:

Note: Declaration regarding clean track record to be submitted by both Prime bidder and Consortium

Partner

Page 127 of 371

FORMAT 5 – Declaration of Acceptance of Terms and Conditions in RFP

To,

Chief Executive Officer,

JAPIT, Ground Floor, Near Golchakkar,

Engineer’s Hostel - 1, Dhurwa,

Ranchi, Jharkhand

Phone No.: +91-651- 2401067

Fax: +91-651- 2401040

Sir,

I have carefully gone through the Terms & Conditions contained in the RFP document [No.

…………………………………..] regarding “Selection of Service Provider for Jharkhand State Wide Area Network

2.0 (JharNet 2.0)”

I declare that all the provisions of this RFP/Tender Document are acceptable to my company.

I further certify that I am an authorized signatory of my company and am, therefore, competent to make

this declaration.

Yours faithfully,

(Signature of the Bidder)

Printed Name

Designation

Seal

Date:

Business Address:

Page 128 of 371

FORMAT 6 - Technical Bid Letter

To,

Chief Executive Officer

Jharkhand Agency for Promotion of Information Technology

Engineers Hostel 1, Ground Floor, Near Golchakkar,

Dhurwa, Ranchi-834004, Jharkhand, India

Subject: RFP for Selection of Service Provider for Jharkhand State Wide Area Network 2.0 (JharNet 2.0)

Reference: Tender No: <TENDER REFERENCE NUMBER> Dated <DD/MM/YYYY>

Sir/ Madam,

We, the undersigned Bidders, having read and examined in detail all the Tender documents do hereby

propose to provide the services as specified in the RFP document number <RFP REFERENCE NUMBER>

Dated <DD/MM/YYYY> along with the following:

1. EARNEST MONEY DEPOSIT (EMD)

We have enclosed an EMD in the form of a bank guarantee for the sum of Rs. xx, xxx, xx/- (Rupees xxxx

Lacs only). This EMD is liable to be forfeited in accordance with the provisions of the RFP document -

General conditions of the contract

2. CONTRACT PERFORMANCE GUARANTEE

We hereby declare that in case the contract is awarded to us, we shall submit the contract performance

guarantee as described in this tender

Page 129 of 371

3. BID VAILIDITY PERIOD

We agree to abide by this bid for a period of 180 days after the date fixed for bid opening or for any further

period for which bid validity has been extended and it shall remain binding upon us and Bid may be

accepted at any time before the expiration of that period.

We hereby declare that our bid is made in good faith, without collusion or fraud and the information

contained in the bid is true and correct to the best of our knowledge and belief.

We understand that our bid is binding on us and that you are not bound to accept a bid you receive.

Thanking you,

Yours faithfully,

(Signature of the Bidder)

Printed Name

Designation

Seal

Date:

Business Address:

Page 130 of 371

FORMAT 7 – Schedules of Technical Evaluation Criteria

S. No Criteria Required eligible document Page number where

testimonial is attached

1 No. of years in

Telecom/ISP/SI business

Enclose copy of documents of

incorporation and other

relevant documents

2

Organizations man

power strength (for Lead

Bidder, in case of

consortium)

Letter declaring the same

(including category wise

numbers i.e Technical, Sales,

Finance & Accounts etc.) from

the Head of HRD/Signing

Authority

3

Average Turnover in last

3 FYs in IT/ITeS Solutions

(for Lead Bidder, in case

of consortium)

A certificate by Chartered

Accountant along with Profit &

Loss statements submitted

with Income Tax returns

indicating sector-specific

turnover is required.

Page 131 of 371

S. No Criteria Required eligible document Page number where

testimonial is attached

4a

Number of Project in

India where Supply,

Commissioning of

Networking Solutions,

including operation and

Maintenance and FMS

services implemented by

the lead bidder (in case

of Consortium) in India

in last five years.

Completed/Running /in

operation/Awarded

Projects as on31st May

2016 (Project value

greater than Rs 5 crores)

1) Work orders /Purchase

Order confirming year

and area of activity, the cost

value of services to be

delivered to each of the

projects

2) Complete / Partial

Completion / Satisfactory

ongoing Certificate from

Client

3) Enclose a list with detail of

address of such project,

contact person along with

phone numbers

4b

Total value of

networking /

infrastructure projects in

India Completed/Running

/Awarded Projects as on

31st December 2016

5

Total No. of WAN nodes

handled in a single work

order.

Completed / Running

/Awarded Projects as on

31st December 2016

(Work order copy /Purchase

Order or letter signed from the

customer to be submitted)

6

Number of Projects in

India where the Lead

Bidder should having

experience of State Wide

Area Network Project at

any of the State/UT

governments

1) Work orders confirming

year Certificate from Client

Page 132 of 371

S. No Criteria Required eligible document Page number where

testimonial is attached

7

Presentation by bidder

highlighting:

i) Understanding of

Scope of Work

ii) Comprehensive

Project planning

methodology

iii) Network deployment

Plan and Risk

Management Plan

(Presentation to be given)

8 Deployment of Qualified

Team

Submit detail CV document

with Technical Bid

Page 133 of 371

FORMAT 8 – Project Experience

S. No Item Details

General Information

1. Customer

Name/Government Department

2. Name of the Contact Person and Contact

details for the Project

Brief Description of scope of Project

Size of the Project

3. Contract Value of the Project (in crore)

Project Details

4. Name of the Project

5. Start Date / End Date

6. Current Status (work in progress,

completed)

7. Contract Tenure

8. Type of Project

Page 134 of 371

FORMAT 9 – Commercial Bid Letter

To

Chief Executive Officer

Jharkhand Agency for Promotion of Information Technology

Engineers Hostel 1, Ground Floor,

Near Golchakkar, Dhurwa

Ranchi-834004, Jharkhand, India

Sir/ Madam,

Subject: RFP for Selection of Service Provider for Jharkhand State Wide Area Network 2.0 (JharNet 2.0)

Reference: Tender No: <TENDER REFERENCE NUMBER> Dated <DD/MM/YYYY>

We, the undersigned Bidder, having read and examined in detail all the Tender documents in respect of

Selection of Service Provider for Jharkhand State Wide Area Network 2.0 (JharNet 2.0) for a period of

five years from the date of Go-Live do hereby propose to provide services as specified in the Tender

documents number <TENDER REFERENCE NUMBER> Dated <DD/MM/YYYY>

1. PRICE AND VALIDITY

All the prices mentioned in our Tender are in accordance with the terms as specified in the Tender

documents. All the prices and other terms and conditions of this Tender are valid for a period of 180

calendar days from the date of opening of the Tenders.

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.

Page 135 of 371

2. 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.

3. DEVIATIONS

We declare that all the services shall be performed strictly in accordance with the Tender documents

except for the variations and deviations, all of which have been detailed out exhaustively in the following

statement, irrespective of whatever has been stated to the contrary anywhere else in our bid.

Further we agree that additional conditions, if any, found in the Tender documents, other than those

stated in deviation schedule, shall not be given effect to.

4. TENDER PRICING

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

included in Tender documents.

5. 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.

6. BID PRICE

We declare that our Bid Price is for the entire scope of the work as specified in the Schedule of

Requirements and Tender documents. These prices are indicated as per format provided with our Tender

as part of the Tender.

Page 136 of 371

7. CONTRACT PERFORMANCE GUARANTEE

We hereby declare that in case the contract is awarded to us, we shall submit the contract performance

guarantee as described in this tender

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 deviations are attached here with this commercial offer.

Thanking you,

Yours faithfully,

(Signature of the Bidder)

Printed Name

Designation

Seal

Date:

Business Address:

Page 136 of 371

Format 10: Draft Performance 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 The CEO of Jharkhand Agency for Promotion of Information Technology, Ranchi, having its

office at Ground Floor, Engineers hostel 1, Near Golchakkar, Dhurwa, Ranchi (hereinafter called “CEO,

JAPIT, Ranchi” which expression shall unless it be repugnant to the subject or context thereof include its

heirs, executors, administrators, successors and assigns);

Whereas M/s _________ an entity formed under ____________ (specify the applicable law) and having

its registered office at ____________ has been, consequent to conduct and completion of a competitive

bidding process in accordance with the letter of requirements document No._______________ dated

__/__/2014 issued by CEO, JAPIT, Ranchi, and selected M/s ___________ (hereinafter referred to as the

Bidder) for the Agreement by CEO, JAPIT, Ranchi as more specifically defined in the aforementioned

Document including statement of work and the Agreement executed between the CEO, JAPIT, Ranchi

and Bidder. The Agreement requires the Bidder to furnish an unconditional and irrevocable Bank

Guarantee for an amount of Rs._____ /- (Rupees ____________________________________only) by way

of security for guaranteeing the due and faithful compliance of its obligations under the Agreement.

Whereas, the Bidder 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 Bidder shall implement the Project, in accordance with the terms and subject to the conditions

of the Agreement, and fulfil its obligations there under

2. We, the Guarantor, shall, without demur, pay to CEO, JAPIT, Ranchi, an amount not exceeding Rs.

_______________ (Rupees _________________________________ only) within 7 (seven) days of

receipt of a written demand therefore from CEO, JAPIT, Ranchi stating that the Bidder has failed to

fulfil its obligations as stated in Clause 1 above.

Page 137 of 371

3. The above payment shall be made by us without any reference to the Bidder or any other person and

irrespective of whether the claim of the CEO, JAPIT, Ranchi is disputed by the Bidder 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 the Jharkhand Agency for Promotion of

Information Technology, Ranchi, Government of Jharkhand under this Guarantee, which is one month

after the expiry of performance guarantee, whichever is earlier. Any demand received by the

Guarantor from CEO, JAPIT, Ranchi 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 CEO, JAPIT,

Ranchi.

5. In order to give effect to this Guarantee, CEO, JAPIT, Ranchi 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 Agreement or other documents by CEO, JAPIT, Ranchi or by the extension

of time of performance granted to the Bidder or any postponement for any time of the power

exercisable by CEO, JAPIT, Ranchi against the Bidder or forebear or enforce any of the terms and

conditions of the Agreement 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 CEO, JAPIT, Ranchi

or any indulgence by CEO, JAPIT, Ranchi to the Bidder 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.

Signed and Delivered by ____________ Bank by the hand of Mr./Ms._______________ its _____and

authorized office.

Authorized Signatory ____________Bank

Page 138 of 371

FORMAT 11 – Declaration regarding CAPEX value

To,

Chief Executive Officer,

JAPIT, Ground Floor, Near Golchakkar,

Engineer’s Hostel - 1, Dhurwa,

Ranchi, Jharkhand

Phone No.: +91-651- 2401067

Fax: +91-651- 2401040

Sir,

We have carefully gone through the Terms & Conditions contained in the RFP Document

[No._________________] regarding “Selection of Service Provider for Jharkhand State Wide Area

Network 2.0 (JharNet 2.0)”. We hereby declare that the total CAPEX value quoted in financial bid response

does not exceed beyond 40% of the total quoted project value

I further certify that I am competent officer in my company to make this declaration.

Yours faithfully,

(Signature of the Bidder)

Printed Name

Designation

Seal

Date:

Business Address:

Page 139 of 371

17 ANNEXURE A: MINIMUM SPECIFICATIONS OF NEW ACTIVE

AND PASSIVE EQUIPMENTS

Note: The specifications mentioned of the ICT and non-ICT components are minimum specifications.

Bidders may provision components with higher or above specifications to meet the requirement and offer

better services

17.1 SHQ Router

Sr. No.

Specifications Compliance

(Yes/No) Equipment Name: Core Router- SHQ

1 Functional Requirements

2 The router shall have control processor redundancy, switch fabric/Data Plane/Routing Engine and PSU redundancy

3 The router must be based on architecture which does hardware based forwarding and switching.

4 The router must support intelligent traffic management and QoS features to allocate network resources on application needs and QoS priorities.

5 Hardware Architecture

6

The architecture of the router must be modular and redundant. Router should have a dedicated data plane Processor/plane, independent of the control plane Processor. The router shall have 1:1 control processor redundancy, 1:1/1:N switch fabric/Data Plane/Routing Engine and PSU redundancy.

7 Number of Slots: The router must be chassis based with support for minimum 6 numbers of interface slots.

8 Power Supply: The router must have redundant power supply module. The router must support 220V AC power supply module. There should not be any impact on the router performance in case of one power supply fails.

9 Hot Swapability: The router must support on line hot insertion and removal of cards.

Page 140 of 371

Sr. No.

Specifications Compliance

(Yes/No) Equipment Name: Core Router- SHQ

10

Router should have at least 4 GB RAM. It should also support at least 1GB flash memory for configuration & OS backup. [The bidder should propose the equipment such that RAM/Memory utilization does not exceed beyond 70% keeping in view the future expansion/extension mentioned in the RFP, during the project duration. If RAM/Memory utilization goes beyond 70% (average over a period of continuous 7 days) for the equipment during the project duration, RAM/Memory shall be upgraded/equipment replaced, as applicable, without any additional cost. If RAM/Memory utilization goes beyond 70% (average over a period of continuous 7 days) for equipment, due to more number of expansion/extension as mentioned in the RFP, the RAM/Memory shall be upgraded/equipment replaced at a price mutually agreed between JAP-IT and selected bidder. The bidder would have to submit a declaration from OEM in this regard]

11 Router Performance

12 Should support minimum 20Mpps of forwarding performance from day 1 and should be scalable to 100Mpps in future

13 The router should support minimum 4000 VRF / VPN instances and at least 400 multicast VRFs from day one

14 The router must support 1,000,000 IPv4 and 1,000,000 IPv6 routes entries in the Information Base Table (FIB/RIB) and should be scalable. Should support at least 4,000 multicast routes

15 The router should support uninterrupted forwarding operation for OSPF, IS-IS routing protocol to ensure high-availability during primary controller card failure.

16 High availability and Reliability features

17 The Router solution must be a carrier-grade/enterprise-grade Equipment supporting the following

18 The router should be able to select a WAN path based on interface parameters such as reachability, load, throughput, delay and link cost of using open standard based protocols like BGP

Page 141 of 371

Sr. No.

Specifications Compliance

(Yes/No) Equipment Name: Core Router- SHQ

19 Physical Interface Support

20 The router line card must support following interface as defined in the IEEE, ITU-T:

21 Fast Ethernet - 10BaseT/100BaseT Ethernet as defined in IEEE 802.3

22 Gigabit Ethernet - 1000BaseSX, 1000BaseLX, 1000BaseZX/ LH as defined in IEEE 802.3

23 10 Gigabit Ethernet interface.

24 Minimum Interfaces to be populated are

25 20 x 1Gbps Fiber Ports loaded with LX/LH Modules

26 1 Slot Free for future scalability

27 2 x 10GBASE-LR Port

28 Layer 3 Routing Protocols

29

The router must support the IPv4 and IPv6 stack in hardware and software. It must support both IPv4 and IPv6 routing domains separately and concurrently. It must also support the ability to bridge between IPv4 and IPv6 routing domains. The router must have hardware assisted Network Address Translation (NAT) capability as per RFC 1631.

30 The router must support RIPv1 & RIPv2, OSPF, BGPv4 and IS-IS, MPLS,MPLS LDP, MPLS L3VPN, MPLS L2VPN, Multicast VPN (mVPN) and latest standard RFC protocols

31 IPv6 Support

32 Should support IP version 6 in hardware.

33 Should have IPv4 / IPv6 dual stack functionality

34 Should support IPv6 static route, OSPFv3, IS-IS support for IPv6, Multiprotocol BGP extensions for IPv6, IPv6 route redistribution.

35

The router shall support dual stack IPv6 on all interfaces and IPv6 over IPv4 tunneling, IPv6 Multicast protocols – Ipv6 MLD, PIM-Sparse Mode, and PIM – SSM,Pv6 Security Functions – ACL, IPv6 Firewall, SSH over IPv6, MPLS Support for IPv6 - IPv6 VPN over MPLS (6VPE) Inter-AS options, IPv6 VPN over MPLS (6VPE), IPv6 transport over MPLS (6PE)

36 Should support IPv6 Quality of Service

37 Should support for IPv6 Multicast

38 Should perform IPv6 transport over IPv4 network

39 Should support SNMP over IPv6 for management.

40 Quality of Service

Page 142 of 371

Sr. No.

Specifications Compliance

(Yes/No) Equipment Name: Core Router- SHQ

41

The router must be capable of doing Layer 3 classification and setting ToS/Diffserve bits on incoming traffic using configured guaranteed rates and traffic characteristics. The marking of the ToS/Diffserve bits should be non-performance impacting.

42

The router shall perform 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 etc.

43 The router shall support Strict Priority Queuing or Low Latency Queuing to

44 support real time application like Voice and Video with minimum delay and jitter.

45 The router should support the following DiffServe standards – RFC 3260, RFC 2475, RFC 2474.

46 Queuing and Scheduling must be able to be configured on as per physical port or logical port basis.

47 The router must support flow based rate limiting method based on per source address, destination address or both.

48 The router shall support at least 8 Queues per port to offer granular QoS, policing and shaping capabilities.

49 Scheduling should allow for round robin and weighted round robin.

50 The scheduling mechanism must allow for alternate priority routing traffic necessary to keep from starving other priority queues. Router should support at least 4K Queues

51 The router must provide facility to prioritize the SNMP traffic.

52 High Availability

53 VRRP, Active/active or Active/standby, Stateful failover

54 Route and Interface failover monitoring

55 Graceful Restart for OSPF, BGP, LDP, MP-BGP etc.

56

The router should be able to select a WAN path based on interface parameters such as reachability, load, throughput, delay and link cost of using a performance algorithm. Should also be able to load balance across two different service providers

57 Multicast Support

58 The router must support Protocol Independent Multicast Dense Mode (PIM-DM) and Sparse Mode (PIM-SM).

59 The multicast implementation must support source specific multicast.

60 The router must support IGMPv2 and IGMPv3 with at least 4000 multicast Groups

Page 143 of 371

Sr. No.

Specifications Compliance

(Yes/No) Equipment Name: Core Router- SHQ

61 The Router should support at least 200 Multicast VRFs

62 The router must support Multicast Listener Discovery (MLD) v2 and MLD for IPv6 as defined in RFC 2710.

63 The router must support multicast load balancing traffic across multiple interfaces.

64 The router must support Multicast Source Discovery (MSDP) as defined in RFC 3618.

65 The router must support Any cast Rendezvous Point (RP) mechanism using PIM and Multicast Source Discovery Protocol (MSDP) as defined in RFC 3446.

66 MPLS Feature-The router should have following MPLS Features from Day 1

67 MPLS LDP, MPLS L3VPN, MPLS L2VPN (EoMPLS/VPLS)

68 MPLS TE, FRR Link & Node Protection, LDP, MPLS

69 Static label, MPLS VRF-aware static labels

70 Ethernet/IP interworking, MPLS VPN - Carrier

71 Multicast VPN (mVPN)

72 Security Feature

73 Stateful firewall protection

74 Highly scalable filtering, unicast RPF, and rate limiting protects against IP spoofing and DOS attacks

75 High-performance IPsec for an additional layer of security

76 Ubiquitous security features such as port mirroring, encrypted management session traffic, secure tunneling capabilities, secure remote logins, and configurable privilege levels and user accounts

77 The proposed router should have support for 2000 IPsec tunnels from day one.

78 Performance based routing or Real Time Performance Monitoring to ensure critical traffic is taking best path

79

The proposed solution in should serve the basic payload encryption for traffic from any office to any other office location on demand. SWAN up gradation is being proposed with Carrier Supporting Carrier (CSC) / Carrier-of-Carriers VPN design where in JHSWAN customer VRF / VPN instances and route visibility will not be shared with service provider, the proposed VPN technology should support the same

80 Management and Administration Feature

Page 144 of 371

Sr. No.

Specifications Compliance

(Yes/No) Equipment Name: Core Router- SHQ

81 Console Port: It should be possible to manage a particular system locally through console port or through a telnet session over LAN/WAN.

82 The router must support management through SNMPv1, v2 and v3

83 The router must support Network Time Protocol (NTP) as per RFC 1305.

84 Routers should support Software upgrades

85 The router must support Telnet and Secure Socket Shell (SSH) access to the console. The router must support secured access for configuration backup and OS loading.

86 The router must support multiple levels of management access privileges for privileged (configuration) and non-privileged (read only) tasks shall be supported.

87 Certifications

88 Router type should be EAL3 or NDPP certified

Page 145 of 371

17.2 Internet Router

Sl.

Minimum Specification

Compliance (Yes/No) Internet Router

1 Modular platform with integrated Ethernet interfaces and slot to provide connectivity and services for varied branch-office network requirements

2 Should offer a choice of LAN, 10Gigabit Ethernet to accommodate field upgrades

to future technologies

3 Redundant Power Supplies from Day 1

4 Memory

5

RAM: Minimum 2 GB or more, USB/Flash: Minimum 512 MB or more

[The bidder should propose the equipment such that RAM/Memory utilization does not exceed beyond 70% keeping in view the future expansion/extension

mentioned in the RFP, during the project duration.

If RAM/Memory utilization goes beyond 70% (average over a period of continuous 7 days) for the equipment during the project duration, RAM/Memory shall be

upgraded/equipment replaced, as applicable, without any additional cost.

If RAM/Memory utilization goes beyond 70% (average over a period of continuous 7 days) for equipment, due to more number of expansion/extension as mentioned

in the RFP, the RAM/Memory shall be upgraded/equipment replaced at a price mutually agreed between JAP-IT and selected bidder.

The bidder would have to submit a declaration from OEM in this regard]

6 Performance

7 Routing performance: Minimum 10Gbps or more

8 (Routing + NAT + Firewall) or (Routing + NAT + QoS +ACL) performance: Minimum

600 Mbps or more

9 Routing throughput: minimum 1000 Kpps or more

10 Minimum Interface to be Populated are

11 Minimum 5 x 10/100/1000 Gigabit Ethernet WAN-routed ports.

12 1 x USB ,

13 2 x 10G SR

14 Virtual Private Network (Day 1)

Page 146 of 371

Sl.

Minimum Specification

Compliance (Yes/No) Internet Router

15

GRE, IPsec, DES (56-bit), 3DES (168-bit), AES (128-bit+) encryption, Message Digest 5 (MD5), SHA-128, SHA-256 authentication, and latest standard RFC

protocols /Features required to support current and future functionalities and Operations of JHARNET 2.0 if needed .

16 Protocols (Day 1)

17 IPv4, static routes, OSPF or EIGRP, BGP, IS-IS, IGMPv1/v2/v3, PIM SM, PIM DM, PIM SSM, MSDP, IPsec, GRE, MPLS, 802.3ad, 802.1ad, STP, Layer 2 and Layer 3

VPN

18 IPv6 (Day 1)

19 OSPFv3, RIPng, BGP, IS-IS, MLD

20 Network Address Translation/Tunneling IPv6 to IPv4

21 Multiprotocol Label Switching (Day 1)

22

Multicast VPN, OSPF and IS-IS traffic engineering extensions, Point-to-multipoint connections (P2MP LSPs), RSVP, Virtual private LAN service (VPLS), Standards-

based fast reroute, Secondary and standby label-switched paths (LSPs), LDP, Layer 2 VPNs for Ethernet connections

23 Encapsulations

24 Ethernet, 802.1q VLAN, PPP, MLPPP, HDLC, Serial, PPPoE) and all standard RFC protocols /Features required to support current and future functionalities and

Operations of JHARNET 2.0 from Day 1 if needed.

25 Integrated threat control

26 Stateful firewall, , ACL filters, DoS and DDoS protection

27 Traffic management

28 QoS, Class-based queuing with prioritization, Weighted Random Early Detection (WRED), Policy-Based Routing (PBR), Guaranteed bandwidth, Diffserv marking,

Ingress traffic marking

29 Identity management

30 LDAP, RADIUS accounting, Web-based, 802.X authentication, PKI certificate

31 High availability

32 VRRP, Active/active or Active/standby, Stateful failover

33 Route and Interface failover monitoring

34 Node redundancy by grouping a pair of devices into a cluster.

35 IEEE 802.3ad (LACP)

36 Management

37 Web User Interface, CLI

38 The router should have active probes to track and monitor real time traffic across

the network and to investigate network problems.

Page 147 of 371

Sl.

Minimum Specification

Compliance (Yes/No) Internet Router

39 Should have monitoring technology like net flow/j-flow/s-flow to randomly sample

network packets and send the samples to a monitoring station

40 Should have the capability to revert to the last known good state if the router

image, configuration and the backup configuration files become damaged beyond repair

41 Certification

42 The router should be EAL3/NDPP Certified

17.3 SHQ Core Switch

Sr Feature Description

Specifications Compliance

(Yes/No) SHQ Core Switch

Hardware & Performance Requirements

1 Architecture

Chassis based Multilayer Switch with sufficient modules/line cards to fit required transceivers/UTP ports. Chassis shall have minimum 4 payload slots. The switch must have front to back airflow. Bidders can offer solution with higher capacity in case port

configuration does not fit in.

2 System Throughput The total aggregate switching capacity shall be 10 Tbps or more. Switch must support 480 Gbps or

more per slot throughput

3 Switch Redundancy

There should not be any single point of failure in the switch. All the main components like CPU module,

switching fabric, support module, system clock, power supplies and fans etc should be in redundant

configuration. Components, like modules/power supplies/fan tray should be Hot Swappable

4 CPU Level Redundancy

The switch should have redundant CPU's working in an active-active or active-standby mode.There

should not be any traffic disruption during the CPU fail-over/change-over.

5 Flash & Memory

The proposed switch should have enough Memory (Flash and RAM) to hold the latest Software Release.

It should support all features of switch and parameters like MAC Address Table, IP Routing

Page 148 of 371

Sr Feature Description

Specifications Compliance

(Yes/No) SHQ Core Switch

Hardware & Performance Requirements

Tables, VLANs etc.at their peak values as claimed in the Data Sheets of the Switch.

6 Switch Forwarding Rates

(Layer 2) The Switch should support non-blocking Layer 2

switching and Layer 3 routing.

7 Backplane Connect

Capacity

The Backplane should be 100% Passive. Preferrably back plane free design to optimize the airflow and

power consumption.

8 Switching Architecture

The Switch should have a Truly Distributed Architecture. All Interface Modules should have all the resources for switching and Routing and should offer True Local Switching (Intra-Module and Inter-

Module).

9 Fiber Connectivity

Options

The switch must support single mode SFP SX 1550 port interfaces and must have 16 nos. of 1G ports and 8 nos. of 10G ports from day 1. Redundancy

should be available at card level

10 UTP Connectivity

Options The switch must support 1/10 G Base - T line card or

1/10G Line card

11 Number of interface

required from day one

Minimum 24x1GBaseX ports with LR Optics Loaded

Minimum 24x1G BaseT ports

Must support 4 number of line cards with minimum 8 ports each. All the ports should be wire rated.

Layer 2 Functionality

12 802.3ad Should support Industry Standard Port/Link

Aggregation for All Ports. Also Cross Module Link aggregation should be supported

13 Jumbo Frames Jumbo Frames support up to 9K Bytes on Gigabit / 10

G Ports

14 Storm Control Support for broadcast, multicast and unknown

unicast storm control to prevent degradation of switch performance from faulty end stations

15 802.1Q Should support port, subnet based 802.1Q VLANs. The switch should support 4096 vlans. The switch

must support Private VLAN or equivalent.

Page 149 of 371

Sr Feature Description

Specifications Compliance

(Yes/No) SHQ Core Switch

Hardware & Performance Requirements

16 Layer 2 scale

The switch should support minimum 128,000 no. of MAC addresses, 32 Nos. of link per Port channel and

must support more than 128 port channels per switch.

17 Spanning-Tree protocol The switch should support IEEE 802.1w RSTP and

IEEE 802.1s MSTP.

18 Multi Chassis Ether

Channel

Switch must support multi chassis ether channel / Multi Chassis Link Aggregation feature and work with

any downstream switch and server from various vendors.

Layer 3 Functionality

19 Routing Protocols Should support routing protocol IP v4 - Static routing,

OSPF v2, BGPv4, and IP v6 - BGP, OSPF v3.

20 FHRP Support Switch must support IP v4 - HSRP or VRRP and IP v6 - HSRP v6 or VRRP v6. It must also support DHCP Relay

V4 and V6.

21 VRF Functionality Switch should support VRF - Lite and VRF Route leaking functionality. The switch should support

atleast 100 VRF instances.

22 No. of Route Entries Should support minimum 32K Route entries for IPv4 and IPv6 routes. The switch must support minimum

16 way ECMP.

Security Features

23 Access Control Lists Should support Standard and Extended ACLs

24 Various type of ACLs Should support various type of ACLs like MAC Based,

Port based, Vlan Based and routed ACLs.

25 Integrated Security

Should support integrated security features like DHCP snooping with option-82, Dynamic Arp Inspection, IP Source guard and uRPF (unicast

Reverse path forwarding)

26 MAC Address Filtering Should Support MAC Address Filtering based on

source and destination address

27 AAA

Should support AAA, with CHAP, PAP. It must support LDAP, RADIUS and TACACS+ protocol as well. The

switch must support Role Based access control (RBAC).Should be able to integrate with all leading

PIM solutions

28 Access Control Enries The switch should support upto 16K ingress and egress ACLs. It should support Security and QOS

ACL's.

29 Port Security The switch should support Port-security.

Page 150 of 371

Sr Feature Description

Specifications Compliance

(Yes/No) SHQ Core Switch

Hardware & Performance Requirements

Switch Redundancy

30 Redundancy in Hardware

Must Have Redundancy for Power Supply, FANs and clocks to minimise unavailability of switch. Online

insertion and removal (OIR) support is must for modules, Power supply and FAN.

31 Stateful Supervisor

Switchover

Stateful Switchover to ensure that in case of failure of active CPU module the redundant CPU should

start switching L2/L3 traffic in less than 1 sec (in case switch has redundant CPU).

32 Hitless Software

Upgrades

Should Support Hitless software upgrades (ISSU) to reduce downtime during software upgrade. The

switch must support Fault isolcation per process and process patching to enhance the switch availability

Quality of Service

33 Ingress/Egress Queuing Should support Ingress/Egress Queuing.

34 QoS Scheduling Should support QoS scheduling with queues

supported in hardware

35 Queue per port Should support upto 4 queues per port

36 Traffic Classification Should support ACL based traffic classification

Multicasting

37 Multicast Should support H/W based IPv4 and IPv6

Multicasting

38 IGMP Should Support IGMP v1, v2 , v3, IGMP Snooping

39 PIM

Should support IPv4 Multicast with support forPIM-SM and IGMPv3.

Should support IPv6 Multicast with support for MLD, MLD v2, IGMPv3, SSM for IP and PIM-SM.

40 Multicast route

Scalability The switch should support 4K multicast routes

41 Multicast Group

Scalability Switch should support minimum 4K IGMP Group.

Management

Page 151 of 371

Sr Feature Description

Specifications Compliance

(Yes/No) SHQ Core Switch

Hardware & Performance Requirements

42 Network

monitoring/management

Switch should be manageable through NMS on per port/switch basis with common interface for all

manageable devices on the network. Should Support SNMP, RMON/RMON-II, SSH, telnet, web

management through network management software.

43 Port Mirroring

Should support port mirroring feature for monitoring network traffic of a particular port/VLAN/group of ports/entire switch. The switch should support 16

port mirroring Session and scale upto 32 port mirroring session.

44 Management interface

support

Switch should support Syslog, Power on Auto Provisioning, XML (NetConf), SSHv2, Telnet, OOB

Management port, Console Port.

45 Config rollback The switch should support configuration verification

and roll-back.

46 SNMP The switch should support SNMP v1,v2c and V3

Software

47 Software Version Version of software for supplied switch should be

latest release with necessary licenses to support all required features

IEEE Standards Compliance

48 Supported Standards

IEEE 802.1D Bridging and Spanning Tree

IEEE 802.1p QoS/CoS

IEEE 802.1Q VLAN Tagging

IEEE 802.1w Rapid Spanning Tree

IEEE 802.1s Multiple Spanning Tree Protocol

IEEE 802.1AB Link Layer Discovery Protocol

IEEE 802.3ad Link Aggregation with LACP

IEEE 802.3x Flow Control

IEEE 802.3ab 1000BASE-T

IEEE 802.3z Gigabit Ethernet

IEEE 802.3ae 10 Gigabit Ethernet

IEEE 802.3ba 40 Gigabit Ethernet

RFC 2460 IPv6

RFC 2461 Neighbor Discovery for IPv6

RFC 2462 IPv6 Stateless Address Autoconfiguration

RFC 2463 ICMPv6

49 Certification The switch should be EAL3/NDPP certified

Page 152 of 371

17.4 DMZ/Internet Switch

Sl.

Minimum Specification

Compliance (Yes/No) DMZ/Internet Switch

1 19” rack mountable with minimum Interface Cards required are

2 24 x 10/100/1000BaseT + 2 x 1/10G SFP+ ports

3 Performance

4 Aggregate Switching Capacity – minimum 80 Gbps or more

5 Throughput - minimum 68 mpps or more

6

RAM: minimum 2 GB; Flash: Minimum 512 MB or more

[The bidder should propose the equipment such that RAM/Memory utilization does not exceed beyond 70% keeping in view the future expansion/extension

mentioned in the RFP, during the project duration.

If RAM/Memory utilization goes beyond 70% (average over a period of continuous 7 days) for the equipment during the project duration, RAM/Memory shall be

upgraded/equipment replaced, as applicable, without any additional cost.

If RAM/Memory utilization goes beyond 70% (average over a period of continuous 7 days) for equipment, due to more number of expansion/extension as mentioned

in the RFP, the RAM/Memory shall be upgraded/equipment replaced at a price mutually agreed between JAP-IT and selected bidder.

The bidder would have to submit a declaration from OEM in this regard]

7 In addition to the ports mentioned above, switch should be provided with stacking

ports with minimum 80 Gbps or more stacking bandwidth

8 Software Features

9

The switches should have the capability to be clustered together with like VSS or equivalent virtualization / stacking feature by which they can be configured to act

as one single Virtual switch with single configuration file, single image and one management IP address

10 Layer 2 features

11 MAC Address: Minimum 16000 or more and it should support the technical

architecture defined in JHARNET 2.0

12 VLANs: Minimum 4000 or more

Page 153 of 371

Sl.

Minimum Specification

Compliance (Yes/No) DMZ/Internet Switch

13 ARP entries – Minimum 1000 and it should support the technical architecture of

JHARNET 2.0

14 Voice VLAN

15 Link Layer Discovery Protocol

16 STP, MSTP, RSTP

17 Multiple Registration Protocol

18 Link Aggregation Control Protocol 802.3ad (LACP)

19 Layer 3 features (Only for Internet Switch; Not required for DMZ Switch)

20 IPv4 / IPv6 unicast routes: minimum 4000 or more

21 IPv4 / IPv6 multicast routes: Minimum 4,000 or more

22 Routing protocols: RIPv1/v2, OSPF, BGP, IS-IS or equivalent and latest standard

RFC protocols /Features required to support current and future functionalities and Operations of JHARNET 2.0. from Day 1 if needed

23 Layer 3 redundancy: VRRP

24 MPLS: VRF-lite or equivalent

25 Security

26 MAC addresses per port

27 Port, VLAN, Router based ACL

28 ACL entries: Minimum 2000 or more and it should support the technical

architecture of JHARNET 2.0

29 Layer 2 – L4 ACL

30 802.1X

31 Control Plane DoS protection

32 High Availability

33 Redundant, hot-swappable power supplies from Day 1

34 Hot-swappable fans or equivalent redundancy on cooling process from Day 1

35 Quality of service

36 Layer 2 & 3 QoS

37 Hardware queues per port: 8

38 Strict priority, Shaped Deficit Weighted Round-Robin

39 802.1p, DSCP/IP Precedence trust and marking

40 Multicast

41 IGMP: v1, v2, v3, IGMP snooping

42 PIM-SM/PIM-SSM/PIM-DM

43 Management

44 Full featured CLI, Web Interface

45 RMON ( 4 groups)

Page 154 of 371

Sl.

Minimum Specification

Compliance (Yes/No) DMZ/Internet Switch

46 Traffic mirroring: port & VLAN

47 RADIUS, TACACS+

48 The switch should be EAL3/NDPP certified

17.5 SHQ Core Firewall with IPS

Sr. No.

Minimum Specification Compliance (Yes/No) SHQ Core Firewall with IPS

1 Industry Certifications and Evaluations

1.1 Firewall solution offered from OEM must be rated as ‘Leaders’ or 'Challengers' in the latest Magic Quadrant for Enterprise Firewall published by Gartner in any of

the last three years (2014, 2015, 2016)

2 Hardware Architecture

2.1 The appliance based security platform should be capable of providing firewall,

application visibility, and IPS functionality in a single appliance

2.2 The appliance should support atleast 4 * (1G / 10G) ports and 4 * 10 G ports

from Day one and should be scalable to additional 4 * 40G ports in future

2.3 The appliance hardware should be a multicore CPU architecture with a hardened

64 bit operating system to support higher memory

2.4 Proposed Firewall should not be proprietary ASIC based in nature & should be

open architecture based on multi-core cpu's to protect & scale against dynamic latest security threats.

3 Performance & Scalability

3.1 Should support atleast 20 Gbps of NGFW Real World performance throughput

(includes FW, Application Visibility & IPS)

3.2 NG Firewall should support atleast 20 million concurrent sessions or more

3.3 NG Firewall should support atleast 150,000 connections per second with

Application visibility or more

3.4 NG Firewall should support atleast 1000 VLANs

4 High-Availability Features

4.1 Firewall should support Active/Standby or Active/Active/Clustering failover

4.2 Firewall should support etherchannel functionality for the failover control &

date interfaces for provide additional level of redundancy

4.3 Firewall should support redundant interfaces to provide interface level

redundancy before device failover

Page 155 of 371

Sr. No.

Minimum Specification Compliance (Yes/No) SHQ Core Firewall with IPS

4.4 Firewall should support 802.3ad Etherchannel functionality to increase the

bandwidth for a segment.

4.5 Firewall should have integrated redundant power supply

4.6 Firewall should have redundant hot-swappable FANs

5 NGFWFirewall Features

5.2 Firewall should support creating access-rules/policies with IPv4 & IPv6 objects,

VLAN, Application, users/groups, Geolocation, URL

5.3 Firewall should support operating in routed & transparent mode

5.4 Should support Static, RIP, OSPF, OSPFv3 and BGP

5.5 Firewall should support manual NAT and Auto-NAT, static nat, dynamic nat,

dynamic pat

5.6 Firewall should support Nat66 (IPv6-to-IPv6), Nat 64 (IPv6-to-IPv4) & Nat46

(IPv4-to-IPv6) functionality

5.7 Firewall should support Multicast protocols like IGMP, PIM, etc

5.8 Should support security policies based on security group names in source or

destination fields or both

5.9 Should support capability to limit bandwidth on basis of apps / groups, Networks

/ Geo, Ports, etc

5.1 Should be capable of dynamically tuning IDS/IPS sensors (e.g., selecting rules, configuring policies, updating policies, etc.) with minimal human intervention.

5.11 Should be capable of automatically providing the appropriate inspections and

protections for traffic sent over non-standard communications ports.

5.12 Should be able to link Active Directory and/or LDAP usernames to IP addresses

related to suspected security events.

5.13 Should be capable of detecting and blocking IPv6 attacks.

5.15 The solution must provide IP reputation (both IPv4 and IPv6) feed that

comprised of several regularly updated collections of poor repuration of IP addresses determined by the proposed security vendor

5.16 Solution must support IP reputation intelligence feeds from third party and

custom lists of IP addresses including a global blacklist.

5.17 Should support URL and DNS threat intelligence feeds to protect against threats

5.18 Should support Reputation- and category-based URL filtering offering

comprehensive alerting and control over suspect web traffic and enforces policies on more than 280 million of URLs in more than 80 categories.

5.21 Should support more than 4000 application layer and risk-based controls that

can invoke tailored intrusion prevention system (IPS) threat detection policies to optimize security effectiveness.

5.22

Solution should support network-based detection of malware by checking the disposition of known files in the cloud using the SHA-256 file-hash as they transit

the network and capability to do dynamic analysis on-premise (if required in future) on purpose built-appliance.

Page 156 of 371

Sr. No.

Minimum Specification Compliance (Yes/No) SHQ Core Firewall with IPS

5.23 NGFW OEM must have its own threat intelligence analysis center and should use

the global footprint of security deployments for more comprehensive network protection.

5.24 The detection engine should support capability of detecting and preventing a wide variety of threats (e.g., malware, network probes/reconnaissance, VoIP

attacks, buffer overflows, P2P attacks, etc.).

5.25 Should be able to identify attacks based on Geo-location (both IPv4 and IPv6)

and define policy to block on the basis of Geo-location

5.26 The detection engine should support the capability of detecting variants of

known threats, as well as new threats

5.27

The detection engine must incorporate multiple approaches for detecting threats, including at a minimum exploit-based signatures, vulnerability-based

rules, protocol anomaly detection, and behavioral anomaly detection techniques. Identify and explain each type of detection mechanism supported.

6 Management

6.1 The management platform must be accessible via a web-based interface and

ideally with no need for additional client software

6.2 Solution should include troubleshooting tools like Packet tracer, capture

6.3 The management platform must provide a highly customizable dashboard.

6.4 The management platform must be capable of integrating third party

vulnerability information into threat policy adjustment routines and automated tuning workflows

6.5 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.

6.6 Should support REST API for monitoring and config programmability

6.7 The management platform must provide multiple report output types or

formats, such as PDF, HTML, and CSV.

6.8 The management platform must support multiple mechanisms for issuing alerts

(e.g., SNMP, e-mail, SYSLOG).

6.9 The management platform must provide robust reporting capabilities, including a selection of pre-defined reports and the ability for complete customization and

generation of new reports.

7 The management platform must support risk reports like advanced malware,

attacks and network

7.1

The management platform must include an integration mechanism, preferably in the form of open APIs and/or standard interfaces, to enable events and log data to be shared with external network and security management applications, such as Security Information and Event Managers (SIEMs), and log management tools.

Page 157 of 371

17.6 Blade Servers (EMS, AV, Management, etc.)

Sr. Minimum Specification Compliance (Y/N)

1. 2*8 core @2.4 Ghz or above of latest generation with 20 MB cache

2. Support for 64bit Linux / Windows Operating System as applicable, with cluster support as applicable

3. Adequate cache per processor socket

4. 512 GB RAM or higher

5. Min 2 x 300 GB (or higher) SAS hot plug drives for operating system

6.

The available bandwidth on the blade server shall be 2x 10 GbPS (minimum) for Ethernet on separate port and 2x8 GbPS (minimum) for FC on separate ports to achieve redundancy. Bidders can also provide the same solution on converged fabric.

7. Integrated RAID controller & hot plug HDD with RAID levels 0,1

8. Server should support virtualization

9. Dedicated management port

10. Any other specification

Blade Enclosure

11. Minimum 8 half width blades up to max 16 Half width blades

Page 158 of 371

17.7 SHQ Genset - 50 KVA

Sr Description Compliance

(Yes/No)

1. Rated 50KVA

2. Direct injection, water cooled engine

3. Conforming to ISO 3046 / BS 5514

4. Starting motor – Electric, battery charging alternator

5. Self-excited, self-regulated

6. Automatic voltage regulator

7. Sub-base fuel tank of min 50 litres capacity

8. MCCB /ACB of suitable rating with overload and short circuit protection

9. Voltmeter and ammeter with selector switch, KW / PF meters, Frequency meter, KWh meter

10. Indicating lamps for “Load On” and “Set Running”

11. Aluminium busbars of suitable capacity with incoming and outgoing terminations

12. Instrument fuses

13. Microprocessor based genset controller for metering, monitoring, protecting and electronic governing of the engine.

14.

Genset metering parameters like lube oil pressure, coolant temperature, engine speed (rpm), run hours, DC voltage, intake manifold temperature (wherever applicable), 3 phase volts and 3 phase amperes, frequency, kW, kVA, power factor

15. Engine protection for low lube oil pressure, high coolant temperature (alarm and shutdown)

16. Alternator protection parameters like under voltage, over voltage, over frequency, over current, under frequency

17. Auto/ manual start/ stop

18. Remote monitoring capability

19. Operating temperature range (0-60 degrees C) and humidity up to 95%

20. Acoustic enclosure specially designed to meet stringent MOEF/ CPCB norms of 75 dBA @ 1mtr at 75% load under free field conditions

Page 159 of 371

Sr Description Compliance

(Yes/No)

21. Powder coated with UV resistant powder coating, can withstand extreme environment

22. Engine: Heavy duty air cleaner, lube oil / coolant heater with thermostatic switch

23. Alternator: Thermistors, PMG excitation, space heater

24.

Microprocessor based governing, regulation, metering, monitoring and auto synchronizing control system. AMF control panel, battery charger, remote/ auto start panel, auto/ manual synchronizing panel and audio/ visual annunciation for faults.

Note: Genset at all levels should be SNMP enabled

17.8 Genset for DHQ SDHQ

Sr. No.

Description Compliance

(Yes/No)

1. Rated 7.5 KVA or above

2. water cooled engine

3. Conforming to ISO 3046 / BS 5514

4. Starting motor – Electric, battery charging alternator

5. Self-excited, self-regulated

6. Automatic voltage regulator

7. Sub-base fuel tank of min 10 litres capacity

8. 2 x 12 V dry, uncharged batteries with connecting leads and terminals

9. MCCB /ACB of suitable rating with overload and short circuit protection

10. Voltmeter and ammeter with selector switch, KW / PF meters, Frequency meter, KWh meter

11. Indicating lamps for “Load On” and “Set Running”

12. Current transformers

13. Aluminum busbars of suitable capacity with incoming and outgoing terminations

14. Instrument fuses

15. Microprocessor based controller for metering, monitoring, protecting and electronic governing of the engine.

Page 160 of 371

Sr. No.

Description Compliance

(Yes/No)

16. Genset metering parameters like lube oil pressure, coolant temperature, engine speed (rpm), run hours, DC voltage, intake manifold temperature (wherever applicable), Output-230V, frequency, kW, kVA, power factor

17. Engine protection for low lube oil pressure, high coolant temperature (alarm and shutdown)

18. Alternator protection parameters like under voltage, over voltage, over frequency, over current, under frequency

19. Auto/ manual start/ stop

20. Remote monitoring capability (SNMP based)

21. Operating temperature range (0-60 degrees C) and humidity up to 95%

22. Acoustic enclosure specially designed to meet stringent MOEF/ CPCB norms at 75% load under free field conditions

23. Powder coated with UV resistant powder coating, can withstand extreme environment

24. Engine: Heavy duty air cleaner, lube oil / coolant heater with thermostatic switch

25. Alternator: Thermistors, PMG excitation, space heater

26.

Microprocessor based governing, regulation, metering, monitoring and auto synchronizing control system. AMF control panel, battery charger, remote/ auto start panel, auto/ manual synchronizing panel and audio/ visual annunciation for faults.

17.9 SHQ UPS

Sr Detailed Technical Specifications – Uninterrupted power supply units. Complied

Yes/No

1 Make

2 Model

3 System capacity- 25kVA / 25kW scalable to 50kVA / 50kW

4 Type of redundancy- N+1

5 Backup time- 20 Min on full load.

6 Scalability – System shall be capable of scaling up to 50kVA/50kW on demand

B GENERAL SPECIFICATIONS

Page 161 of 371

Sr Detailed Technical Specifications – Uninterrupted power supply units. Complied

Yes/No

1

This specification describes the operation and functionality of a continuous duty, three-phase, solid-state, on-line double conversion static Uninterruptible Power System (UPS) hereafter referred to as the UPS. The UPS shall utilize rack-mounted N+1 redundant, scalable array architecture.

2 UPS modules contains a full rated input rectifier / boost converter (hereafter referred to as Input Converter), full rated output inverter (Kva =KW), and battery charging circuit.

3 The system shall also comprise of a user-replaceable continuous duty bypass static switch module

4 The system shall also comprise of a user-replaceable hot swappable battery modules, which can be swapped without switching of the ups modules when required.

5 The system shall also comprise of redundant main controller modules, redundant logic power supplies, which can be swapped without switching off any ups modules when required.

6

The UPS manufacturer should provide an output distribution system to distribute quality uninterrupted power for mission critical, data centre load. This distribution system should be installed outside the ups modules along with input, output & manual bypass switches in a metal enclosure which is in a rack form factor. Output distribution should happen through 3phase & neutral bus-duct.

7 The ups units & the batteries shall be scalable with out shutting down the mission critical Data Centre load.

C MODES OF OPERATIONS

1

A. Normal: The input converter and output inverter shall operate in an on-line manner to continuously regulate power to the critical load. The input and output converters shall be capable of full battery recharge while simultaneously providing regulated power to the load for all line and load conditions within the range of the UPS specifications.

2

B. Battery: Upon failure of the AC input source, the critical load shall continue being supplied by the output inverter, which shall derive its power from the battery system. There shall be no interruption in power to the critical load during both transfers to battery operation and retransfers from battery to normal operation.

3 C. Recharge: Upon restoration of the AC input source, the input converter and output inverter shall simultaneously recharge the battery and provide regulated power to the critical load.

Page 162 of 371

Sr Detailed Technical Specifications – Uninterrupted power supply units. Complied

Yes/No

4

D. Static Bypass: The static bypass shall be used to provide controller transfer of critical load from the inverter output to the bypass source. This transfer, along with its retransfer, shall take place with no power interruption to the critical load. In the event of a UPS output fault or significant output overload emergency, this transfer shall be an automatic function. Manual transfer to Static Bypass (called “Requested bypass”) shall be available in order to facilitate a controlled transfer to Maintenance Bypass

5

E. Maintenance Bypass: The system can be equipped with an optional integrated, bus connected external make-before-break Maintenance Bypass Cabinet to electrically isolate the UPS during routine maintenance and service of the UPS. The make-before-break Maintenance Bypass Cabinet shall allow for the completely electrical isolation of the UPS. An option for an external make-before-break external maintenance bypass panel shall be available

D SYSTEM CHARACTERISTICS.

1 System Capacity: The system shall be rated for full kW output.

2 UPS Input

A AC Input Nominal Voltage: 415 V, 3 Phase, 4 wire + G, 50 Hz.

B AC Input Voltage Window: 340 - 460VAC (while providing nominal charging to the battery system).

C Maximum Frequency Range: 40-70Hz

D Input Power Factor:

a. Greater than 0.99 with load at 100%

b. Greater than 0.99 with loads above 50%

E Input Current Distortion:

Input current Distortion with no additional filters:

less than 5%

F Soft-Start:

Shall be linear from 0-100% input current and shall not exhibit inrush. This shall take place over a user selectable 1- 60 second time period with a factory default of 10 seconds.

3 UPS OUTPUT.

A AC Output Nominal Output: 230V, 3 Phase, 4 wire + G, 50 Hz.

B AC Output Voltage Distortion: Less than. 2% @ 100% Linear Load. Less than 6% for SMPS load as defined by EN50091-3/IEC 62040-3.

C AC Output Voltage Regulation: +/- 1% For 100 % Linear or Nonlinear Load

D Voltage Transient Response: +/-5% maximum RMS change in a half cycle at load step 0% to 100% or 100% to 0%.

E Voltage Transient Recovery within <50 milliseconds

Page 163 of 371

Sr Detailed Technical Specifications – Uninterrupted power supply units. Complied

Yes/No

F Output Voltage Harmonic Distortion:

a. <2% THD maximum and 1% single harmonic for a 100% linear load

G Phase Angle Displacement:

a. 120 degrees +/-1 degree for balanced load

b. 120 degrees +/-1 degrees for 50% imbalanced load

c. 120 degrees +/-3 degrees for 100% imbalanced load

H Overload Rating : Normal Operation:

1) 150% for 30 seconds before transfer to Bypass

2) 125% for 10 minutes before transfer to bypass

I Overload Rating : Bypass operation

1) 125% continuous

2) 1000% for 500 milliseconds

J System AC-AC Efficiency:

Normal operation > 96% at 40% - 100% load

Battery operation > 96% at 40% to 100% load

K Output Power Factor Rating:

0.5 leading to 0.5 lagging without any derating

L Battery Protection:

The inverter shall be provided with monitoring and control circuits to limit the level of discharge on the battery system.

4 CHARGING

A The battery charging shall keep the DC bus float voltage at +/-1% of tolerance

B The battery charging circuit shall contain a temperature compensation circuit, which will regulate the battery charging to optimize battery life.

C The battery charging circuit shall remain active when in Static Bypass and in Normal Operation

5 BATTERIES

A

The UPS battery shall support an optional battery plant of modular construction made up of user replaceable, hot swappable, fused, battery modules. Each battery module shall be monitored for voltage and temperature for use by the UPS battery diagnostic. Battery charging current shall be temperature compensated.

B The battery jars housed within each removable battery module shall be of the Valve Regulated Lead Acid (VRLA) type.

C The UPS shall incorporate a battery management system to continuously monitor the health of each removable battery module. This system shall notify the user in the event that a failed or weak battery module is found.

D The Batteries shall be long life batteries (3-5year) and the battery casing shall be flame retardant type.

Page 164 of 371

Sr Detailed Technical Specifications – Uninterrupted power supply units. Complied

Yes/No

6 SOFTWARE AND CONNECTIVITY

A

Network Adaptor: The Ethernet Web/SNMP Adaptor shall allow one or more network management systems (NMS) to monitor and manage the UPS in TCP/IP network environments. The management information base (MIB) shall be provided in DOS and UNIX "tar" formats.

B Unattended Shutdown -The UPS, in conjunction with a network interface card, shall be capable of gracefully shutting down one or more servers when the UPS is operating from the battery and available runtime has reached a user defined level.

C Web Monitoring: Remote monitoring shall be available via a web browser such as Internet Explorer.

D Simple Network Management Protocol (SNMP): Remote UPS Monitoring shall be possible through a standard MIB II compliant platform

7 DISPLAY AND CONTROLS

A

Control Logic: The UPS shall be controlled by two fully redundant, user replaceable / hot-swappable Intelligence modules (IM). These modules shall have separate, optically isolated, communication paths to the power and static switch modules. Logic power for the control modules shall be derived from redundant power supplies, each having a separate AC and DC input and output. The communication of the control modules shall be of Controller Area Network (CAN Bus) and EIA485

B Graphical User Interface: A microprocessor controlled user interface/display unit shall be located on the front of the system. The display shall consist of color graphical display with 800x600 resolution.

Metered Data: the following data shall be available on the Graphical User Interface/display: Input\Output Voltages, Currents, Frequencies, Breaker & Switch Status, Battery Status, Event Log

C Event log: The display unit shall allow the user to display a time and date stamped log.

D Controls: All the ups controls or programming functions shall be accomplished by use of the display unit. The touch screen display shall facilitate these operations

8 REMOTE MONITORING

A Web Monitoring: Remote monitoring shall be available via a web browser such as Internet Explorer.

B RS232 Monitoring: Remote UPS monitoring shall be possible via either RS232 or contact closure signals from the UPS.

C Simple Network Management Protocol (SNMP): Remote UPS Monitoring shall be possible through a standard MIB II compliant platform.

Page 165 of 371

Sr Detailed Technical Specifications – Uninterrupted power supply units. Complied

Yes/No

D The UPS manufacturer shall have available software to support graceful shutdown and remote monitoring

9 ENVIRONMENTAL

A Storage Ambient Temperature: -15 to 40C

B Operating Ambient Temperature: 0°C to 40°C

C Relative Humidity: 0 to 95% Non-condensing

D Altitude: Maximum installation with no de rating of the UPS output shall be 3,000 feet (1000m) above sea level

10 FACTORY ASSISTED START-UP & MAINTENANCE

A If a factory assisted UPS start-up is requested, factory trained service personnel shall perform the following inspections, test procedures, and on-site training:

B

On-Site Operational Training: During the factory assisted start-up, operational training for site personnel shall include touch screen operation, LED indicators, startup and shutdown procedures, maintenance bypass and AC disconnect operation, and alarm information.

C

The UPS manufacturer shall have a nationwide service organization Available, consisting of manufacturer trained field service personnel to perform start-up, preventative maintenance, and service of the UPS system and power equipment. The service organization shall offer 24 hours a day, 7 days a week, 365 days a year service support in all class A cities & next day business in all class B & C cities

D Replacement parts: Parts shall be available through the nationwide service organization 365 days a year. The nationwide service organization shall be capable of shipping parts / modules anywhere in India with in stipulated time required.

Note: UPS at all levels should be SNMP enabled

Page 166 of 371

17.10 UPS for DHQ SDHQ

Technical Parameters Compliance Yes/No

UPS Topology Double Conversion On-Line

Power Rating (VA / Watts) 5 KVA

Form Factor Rack Mountable only, Rack Height should be 3U.

Input Parameter

Nominal Input Voltage 230V

Input Frequency 40-70 Hz (auto sensing)

Input Connections Hard Wire 3 wire (1PH+N+G),

Input voltage range for main operations

160 V - 280V

Input Power Factor (100 % Load)

0.99 typical

Genset compatible UPS should be Genset compatible

Paralleling option UPS should have Paralleling option

Battery Management

Battery Type Sealed Maintenance Free (SMF) / Valve Regulated Lead Acid (VRLA) type, Flooded / tubular / vented type

Battery charging Constant Current & Constant Voltage

Back up time 30 Min battery back up

Output Parameter

Nominal Output Voltage 230V

Output Voltage Note Configurable for 220 : 230 or 240 nominal output voltage

Efficiency at Full Load 94 % in online mode

98 % in green mode

Output Voltage distortion Less than 5%

Output Frequency (Sync to mains)

50/60 Hz +/- 3 Hz

Waveform Type Sine wave

Output Connections Hard Wire 3-wire (H N + G)

Bypass Built-in Bypass

Communications & Management

Interface Port(s) RJ45/RS232C

LCD Display The display interface options are visible on this LCD screen. Press any button to activate LCD, if the display is not illuminated.

Green Mode UPS should work on Green Mode

Audible Alarm Alarm when on battery : distinctive low battery alarm : overload continuous tone alarm

Page 167 of 371

Technical Parameters Compliance Yes/No

Emergency Power Off (EPO) Yes

Environmental

Operating Temperature 0° to 40°C at 100% load

40° to 50°C linearly to 75% of UPS capacity

Operating Relative Humidity 0 - 95%

Storage Temperature -15 - 50 °C

Storage Elevation 0-15000 meters

Audible noise at 1 meter from surface of unit

55.00 dBA

Monitoring SNMP based

Conformance

Regulatory Approvals EN/IEC 62040-2

Standard Warranty 5 years warranty on ups and battery.

Quality ISO 9001, ISO 14001, OHSAS 18001, BIS Certification should be submitted by the Manufacturer

17.11 UPS for BHQ HO

Technical Parameters Compliance Yes/No

UPS Topology On-Line

Power Rating (VA / Watts)

2 KVA (BHQ)

1 KVA (HO)

Back up time 1 hour

Monitoring SNMP based

17.12 Server & Network Racks (42U)

Sr Description Compliance

(Yes/No)

A Server & Network Rack Enclosure

1 Supply, Assembly and Installation of UL listed Server & Network Racks

2 The unit shall have 42U height with minimum 1070 depth. Width will be 600MM for server racks & 750mm for network racks.

Page 168 of 371

Sr Description Compliance

(Yes/No)

3 Rack should include following

4 a. Single Perforated Front Door with profile which shall have better air flow or curved profile. Minimum 85% of Open Perforated area of Front Door.

5 b. Split Perforated Rear Door for better clearance at rear side

6

c. Removable side panel split in to two for easy removal with lock. Side Panel should be of pass-through type in front and rear side, with preinstalled wire brush. This shall allow to pass the cables to side enclosure directly without mixing the air between.

7 d. Castor Wheels and adjustable leveling feet from underneath or above.

8 e. Roof includes two large cable access slots for high density cabling and brush strips for air containment. Roof to have spring loaded pints for easy roof removal and installation with cable in place.

9 f. Rack should be supplied with accessories mounting channels - 04 nos in rear (2 in left and 2 in right) to mount zero U rack PDUs. Each channel should be capable to mount 2 Rack PDUs of 32A, Single Phase.

10 g. Vendor-neutral EIA-310, 19" Rack Mounting Rail with option of adjustment in 1/4 in (6.4 mm) increments, U position numbered in front and rear.

11 h. Baying Kit to join enclosures

12 i. Hardware Kit with M6 x 16 Phillips slot screws and cage nuts.

13 j. Vertical Manager - 02, pre-installed in front side of rack, 01 in left and 01 in right. The vertical cable manager should have smooth plastic cable guides at 1 U increments to allow patch cords to enter and exit in an organized manner.

14 k. Static Load Capacity of minimum 1300 kgs and rolling load of not less than 1000 kgs

B Rack PDU for Server & Storage Racks

1 Supply, Installation, Testing and Commissioning of Rack PDU of 32A, 1Ph for for Medium Density Racks

2 Rack PDU should be with input cable length of minimum 2.5 meters IEC 309 32 A P+N+E connector to connect from floor mount PDU power extension cable.

3 Rack PDU should have minimum 36 nos C13 and 6 nos C19 socket for power distribution to IT equipment and should be mounted vertically in rear of rack occupying 0U space

Page 169 of 371

Sr Description Compliance

(Yes/No)

4

Acceptable input voltage: 220–240 VAC; Maximum input current (phase) : 32 A VDE; Overload protection (internal) : Two (2) 16 A, 1-pole hydraulic-magnetic circuit breakers.PDU should provide real-time remote monitoring (Volts, Amps, total Power- kilowatt and Total Energy- kWh) of connected loads. User-defined alarms warning system. Locally it should be able to display the Volt, Amps and Power on the LCD display affixed on the Power strip itself.

C ATS for Network Rack

1 16A ATS need to consider with min 8 nos C13 sockets for each network rack

17.13 DHQ Router

Sr Specification Compliance

(Yes/No) Equipment Name: Router - DHQ

1 Functional Requirements

2 The router must be based on architecture which does hardware based

forwarding and switching.

3

4 The router must support intelligent traffic management and QoS features to

allocate network resources on application needs and QoS priorities.

5 Router Architecture

6 The router should have Chassis based & modular architecture and should have

1:1/1:N PSU redundancy. Router should have a dedicated data plane/Processor, independent of the control plane/ Processor

7 The router must have redundant power supply module. The router must

support 220V AC power supply module. There should not be any impact on the router performance in case of one power supply fails.

8 The router must support on line hot insertion and removal of cards.

Page 170 of 371

Sr Specification Compliance

(Yes/No) Equipment Name: Router - DHQ

9

Router should have at least 4 GB RAM. It should also support at least 1GB flash memory for configuration & OS backup.

[The bidder should propose the equipment such that RAM/Memory utilization does not exceed beyond 70% keeping in view the future expansion/extension

mentioned in the RFP, during the project duration.

If RAM/Memory utilization goes beyond 70% (average over a period of continuous 7 days) for the equipment during the project duration,

RAM/Memory shall be upgraded/equipment replaced, as applicable, without any additional cost.

If RAM/Memory utilization goes beyond 70% (average over a period of

continuous 7 days) for equipment, due to more number of expansion/extension as mentioned in the RFP, the RAM/Memory shall be

upgraded/equipment replaced at a price mutually agreed between JAP-IT and selected bidder.

The bidder would have to submit a declaration from OEM in this regard]

10 Router Performance Parameter:

11 Should support minimum 8 Mpps and scalable up to 15 Mpps of forwarding

performance

12 The router must support 1,000,000 IPv4 and 1,000,000 IPv6 routes entries in

the Information Base Table (FIB/RIB) and should be scalable. Should support at least 2,000 multicast routes

13 The router should support uninterrupted forwarding operation for OSPF, IS-IS

routing protocol to ensure high-availability during primary controller card failure.

14 High availability and Reliability features

15 The Router solution must be a carrier-grade Equipment supporting the

following:

16 In-band and out-band management

17 Software rollback feature

18

The router should be able to select a WAN path based on interface parameters such as reachability, load, throughput, delay and link cost of using a

performance algorithm. Should also be able to load balance across two different service providers.

Page 171 of 371

Sr Specification Compliance

(Yes/No) Equipment Name: Router - DHQ

19 Physical Interface Parameters:

20 The router line card must have the following interface as defined in the IEEE,

ITU-T:

21 2 x 10/100/1000 Base-T Ports

22 4 x 1000 Base-X populated with 1000BASE-LX/LH SFP transceiver module

23 2x 10G port slots from Day-1 to be used for future scalability.

24 The router line card must support following interface:

25 Fast Ethernet, Gigabit Ethernet, Channelized STM1, STM4, STM16, 10G

Ethernet Ports.

26 1 empty slot for future expansion

27 Layer 3 Routing Protocols

28

The router must support the IPv4 and IPv6 stack in hardware and software. It must support both IPv4 and IPv6 routing domains separately and concurrently.

It must also support the ability to bridge between IPv4 and IPv6 routing domains. The router must have hardware assisted Network Address

Translation (NAT) capability as per RFC 1631.

29 The router must support RIPv1 & RIPv2, OSPF, BGPv4 and IS-IS, MPLS, MPLS LDP, MPLS L3VPN, MPLS L2VPN, Multicast VPN (mVPN) and latest standard

RFC protocols

30 The router should support minimum 200 VRF / VPN instances from day one

31 The router should support Multicast VPN (mVPN)

32 IPv6 Support.

33 Should support IP version 6 in hardware.

34 It should have IPv4 / IPv6 dual stack functionality

35 Should support IPv6 static route, OSPFv3, IS-IS support for IPv6, Multiprotocol

BGP extensions for IPv6, IPv6 route redistribution.

36

The router shall support dual stack IPv6 on all interfaces and IPv6 over IPv4 tunneling, IPv6 Multicast protocols – Ipv6 MLD, PIM-Sparse Mode, and PIM – SSM,Pv6 Security Functions – ACL, IPv6 Firewall, SSH over IPv6, MPLS Support

for IPv6 - IPv6 VPN over MPLS (6VPE) Inter-AS options, IPv6 VPN over MPLS (6VPE), IPv6 transport over MPLS (6PE)

37 Should support IPv6 Quality of Service

38 The router should support for IPv6 Multicast.

39 Should support IPv6 dual stack

40 Should support SNMP over IPv6 for management.

41 High Availability

Page 172 of 371

Sr Specification Compliance

(Yes/No) Equipment Name: Router - DHQ

42 VRRP, Active/active or Active/standby, Stateful failover

43 Route and Interface failover monitoring

44 Graceful Restart for OSPF, BGP, LDP, MP-BGP etc.

45

The router should be able to select a WAN path based on interface parameters such as reachability, load, throughput, delay and link cost of using a

performance algorithm. Should also be able to load balance across two different service providers.

46 Multicast Support

47 The router must support IGMPv2 and IGMPv3, with at least 2000 Multicast

Groups

48 The router must support Protocol Independent Multicast Dense Mode (PIM-

DM) and Sparse Mode (PIM-SM).

49 The Router should support at least 100 Multicast VRFs

50 The router must support multiprotocol BGP extensions for multicast.

51 The router must support multicast load balancing traffic across multiple

interfaces.

52 The router must support RFC 3618 Multicast Source Discovery Protocol

(MSDP).

53 The router must support Any cast Rendezvous Point (RP) mechanism using PIM

and Multicast Source Discovery Protocol (MSDP) as defined in RFC 3446.

54 Quality of Service:

55

The router must be capable of doing Layer 3 classification and setting ToS/Diffserve bits on incoming traffic using configured guaranteed rates and traffic characteristics. The marking of the ToS/Diffserve bits should be non-

performance impacting.

56

The router shall perform 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 etc.

57 The router should support the following DiffServe standards – RFC 3260, RFC

2475, RFC 2474.

58 The router shall support at least 16k queues or 8 queues per port to offer

granular QoS, policing and shaping capabilities

59 Queuing and Scheduling must be able to be configured on as per physical port

or logical port basis.

60 The router must support flow based rate limiting method based on per source

address, destination address or both.

Page 173 of 371

Sr Specification Compliance

(Yes/No) Equipment Name: Router - DHQ

61 Queuing must support Random Early Detection (RED) as the method for

providing intelligent packet discards to provide the congestion avoidance.

62 Scheduling should allow for round robin and weighted round robin.

63 The scheduling mechanism must allow for alternate priority routing traffic

necessary to keep from starving other priority queues.

64 The router must provide facility to prioritize the SNMP traffic.

65 Security Feature

66 Stateful firewall protection

67 Highly scalable filtering, unicast RPF, and rate limiting protects against IP

spoofing and DOS attacks

68 High-performance IPsec for an additional layer of security

69 Ubiquitous security features such as port mirroring, encrypted management

session traffic, secure tunneling capabilities, secure remote logins, and configurable privilege levels and user accounts

70 Performance based routing or Real Time Performance Monitoring to ensure

critical traffic is taking best path

71

The proposed solution in should serve the basic payload encryption for traffic from any office to any other office location on demand. SWAN up-gradation is being proposed with Carrier Supporting Carrier (CSC) / Carrier-of-Carriers VPN design where in JHSWAN customer VRF / VPN instances and route visibility will

not be shared with service provider, the proposed VPN technology should support the same

72 The router should support zone based firewall.

73 System Management and Administration

74 Routers should support Configuration rollback

75 Support for accounting of traffic flows for Network planning and Security

purposes

76 Should support extensive support for SLA monitoring for metrics like delay,

latency, jitter, packet loss

77 Routers should support Software upgrades

78 Routers should support SNMPv2 and SNMPv3

79 Device should have Console, Telnet, SSH1 and SSH2 support for management

80 Certifications

81 Router type should be EAL3 or NDPP certified

Page 174 of 371

17.14 L3 DHQ Switch

Sr Specification --- L3 Switch DHQ Compliance

(Yes/No)

1. Required Minimum Specification

2. Switch Architecture

3. The Switch should have at least 24 1G/10G ports with Line Rate forwarding

loaded with 1G LH/LX Fiber Modules

4. The Switch should support Redundant Power Supplies and should be PoE

ports with PoE+ functionality support

5. The Switch stack should be based on Distributed forwarding Architecture,

where in each stack member forwards its own information on network.

6. The Switch Stack Architecture should have centralized control and

Management plane with Active Switch and all the information should be Synchronized with Standby Switch.

7. The Switch Stack Architecture should allow the end user to stack 24 Port

Switch with 48 Port of the same model.

8. The Switch should be based on a Modular OS Architecture

9. The Switch should have RJ45 & Mini USB Console Ports for Management

10. The Switch should have USB 2.0 for OS Management (uploading,

downloading & booting of OS and Configuration)

11. The Switch should have Front to Back Airflow system.

12. The Switch should have Multicore CPU Architecture.

Page 175 of 371

Sr Specification --- L3 Switch DHQ Compliance

(Yes/No)

13.

The Switch should have at least 512 MB of Flash for storing OS and other logs.

[The bidder should propose the equipment such that RAM/Memory utilization does not exceed beyond 70% keeping in view the future

expansion/extension mentioned in the RFP, during the project duration.

If RAM/Memory utilization goes beyond 70% (average over a period of continuous 7 days) for the equipment during the project duration,

RAM/Memory shall be upgraded/equipment replaced, as applicable, without any additional cost.

If RAM/Memory utilization goes beyond 70% (average over a period of

continuous 7 days) for equipment, due to more number of expansion/extension as mentioned in the RFP, the RAM/Memory shall be upgraded/equipment replaced at a price mutually agreed between JAP-IT

and selected bidder.

The bidder would have to submit a declaration from OEM in this regard]

Page 176 of 371

Sr Specification --- L3 Switch DHQ Compliance

(Yes/No)

14.

The Switch should have at least 2GB of RAM.

[The bidder should propose the equipment such that RAM/Memory utilization does not exceed beyond 70% keeping in view the future

expansion/extension mentioned in the RFP, during the project duration.

If RAM/Memory utilization goes beyond 70% (average over a period of continuous 7 days) for the equipment during the project duration,

RAM/Memory shall be upgraded/equipment replaced, as applicable, without any additional cost.

If RAM/Memory utilization goes beyond 70% (average over a period of

continuous 7 days) for equipment, due to more number of expansion/extension as mentioned in the RFP, the RAM/Memory shall be upgraded/equipment replaced at a price mutually agreed between JAP-IT

and selected bidder.

The bidder would have to submit a declaration from OEM in this regard]

15. The Switch should have atleast 1 10/100/1000 dedicated Ethernet

Management Port

16. The Switch should have at least 2 fans and incase of failure of any one of those the other fans should automatically speed up. Fans should be field

replaceable

17. The Switch should have power savings mechanism wherein it should reduce

the power consumption on ports not being used.

18. The switch should be Rack Mountable and should not take space more than

1RU.

19. Switch Performance

20. The Switch should have atleast 88G nonblocking switching bandwidth.

21. The switch should have at least 64 Mpps of forwarding rate.

22. The Switch should have at least 200 Gbps Bandwidth

23. The Switch should support atleast 32000 MAC Addresses

Page 177 of 371

Sr Specification --- L3 Switch DHQ Compliance

(Yes/No)

24. The Switch should support atleast 24000 IPv4 routes

25. The Switch should support at least 4000 VLAN ID's

26. The Switch support support 9198 bytes of Jumbo Frames

27. Layer 3 Features

28. The switch should support routing protocols such OSPF, BGPv4, IS-ISv4.

29. The Switch should support IPv6 Routing capable protocols such as OSPFv3 in

hardware.

30. The Switch should support Policy Based Routing (PBR)

31. The Switch should support IP Multicast and PIM, PIM Sparse Mode, PIM

Dense Mode, PIM Sparse-dense Mode & Source-Specific Multicast for Wired and Wireless Clients.

32. The switch should support basic IP Unicast routing protocols (static, RIPv1 &

RIPv2) should be supported.

33. The switch should support IPv6 & IPv4 Policy Based Routing (PBR)

34. Layer 2 Features

35.

The Switch should be able to discover (on both IPv4 & IPv6 Network) the neighboring device giving the details about the platform, IP Address, Link

connected through etc, thus helping in troubleshooting connectivity problems..

36. The switch should support Detection of Unidirectional Links (in case of fiber

cut) and to disable them to avoid problems such as spanning-tree loops.

37. The switch should support centralized VLAN Management, VLANs created

on the core switch should be propogated automatically.

38. The switch should support 802.1d, 802.1s, 802.1w Spanning-Tree &

itsEnhancement for fast convergence.

39. The switch should support 802.1q VLAN encapsulation.

40. The switch should support 802.3ad (LACP) to combine multiple network

links for increasing throughput and providing redundancy.

41. Network Security Features

Page 178 of 371

Sr Specification --- L3 Switch DHQ Compliance

(Yes/No)

42. The switch should have Port security to secure the access to an access or

trunk port based on MAC address to limit the number of learned MAC addresses to deny MAC address flooding.

43. The switch should support DHCP snooping to prevent malicious users from

spoofing a DHCP server and sending out roughe addresses.

44. The switch should support Dynamic ARP inspection (DAI) to ensure user

integrity by preventing malicious users from exploiting the insecure nature of ARP.

45. The switch should support IP source guard to prevent a malicious user from spoofing or taking over another user’s IP address by creating a binding table

between the client’s IP and MAC address, port, and VLAN.

46.

The switch should support Unicast Reverse Path Forwarding (RPF) feature to mitigate problems caused by the introduction of malformed or forged

(spoofed) IP source addresses into a network by discarding IP packets that lack a verifiable IP source address.

47. The switch should support Bidirectional data support on the SPAN port to

allow the intrusion detection system (IDS) to take action when an intruder is detected.

48. The switch should support flexible & multiple authentication mechanism,

including 802.1X, MAC authentication bypass, and web authentication using a single, consistent configuration.

49. The switch shoud support RADIUS change of authorization and

downloadable Access List for comprehensive policy management capabilities.

50.

The switch should support Private VLANs to restrict traffic between hosts in a common segment by segregating traffic at Layer 2, turning a broadcast

segment into a nonbroadcast multiaccess like segment to provide security & isolation between switch ports, which helps ensure that users cannot snoop

on other users’ traffic.

51. The switch should support Multidomain authentication to allow an IP phone

and a PC to authenticate on the same switch port while placing them on appropriate voice and data VLAN.

Page 179 of 371

Sr Specification --- L3 Switch DHQ Compliance

(Yes/No)

52. The switch should support MAC address notification to allow administrators

to be notified of users added to or removed from the network.

53. The switch should support IGMP filtering to provide multicast

authentication by filtering out nonsubscribers and limits the number of concurrent multicast streams available per port.

54. The switch should support VLAN ACLs on all VLANs prevent unauthorized

data flows from being bridged within VLANs.

55. The switch should support IPv6 ACLs that can be applied to filter IPv6 traffic.

56. The switch should support Port-based ACLs for Layer 2 interfaces to allow

security policies to be applied on individual switch ports.

57.

The switch should support Secure Shell (SSH) Protocol/Kerberos, and Simple Network Management Protocol Version 3 (SNMPv3) to provide network

security by encrypting administrator traffic during Telnet and SNMP sessions

58. The switch should support TACACS and RADIUS authentication to facilitate

centralized control of the switch and restricts unauthorized users from altering the configuration.

59. The switch should support Multilevel security on console access to prevent

unauthorized users from altering the switch configuration.

60. The switch should support Bridge protocol data unit (BPDU) Guard or

equivalent

61. The switch should support Spanning Tree Root Guard (STRG) or equivalent

62. The Switch should support IPv6 RA Guard/DHCPv6 guard or snooping

63. The Switch should support Dynamic VLAN, ACLs, Multi-Auth VLAN Assignment, MAC Based Filtering & Web Authentication security

mechanism

64. Quality of Service (QoS) & Control

Page 180 of 371

Sr Specification --- L3 Switch DHQ Compliance

(Yes/No)

65.

The switch should support 802.1p CoS and DSCP Field classification using marking and reclassification on a per-packet basis by source and destination

IP address, MAC address, or Layer 4 Transmission Control Protocol/User Datagram Protocol (TCP/UDP) port number.

66.

The Switch should support Rate limiting based on source and destination IP address, source and destination MAC address, Layer 4 TCP/UDP

information, or any combination of these fields, using QoS ACLs (IP ACLs or MAC ACLs), class maps, and policy maps.

67. Application Visibility

68. The Switch should support Flexible Neflow v9 or equivalent from day 1.

69. Standards & Compliance (Switch Should support all the mentioned

Standards)

70. IEEE 802.1s

71. IEEE 802.1w

72. IEEE 802.1x

73. IEEE 802.1x-Rev

74. IEEE 802.3ad

75. IEEE 802.3af

76. IEEE 802.3at

77. IEEE 802.3x full duplex on 10BASE-T, 100BASE-TX, and 1000BASE-T ports

78. IEEE 802.1D Spanning Tree Protocol

79. IEEE 802.1p CoS Prioritization

80. IEEE 802.1Q VLAN

81. IEEE 802.3 10BASE-T specification

82. IEEE 802.3u 100BASE-TX specification

83. IEEE 802.3ab 1000BASE-T specification

84. IEEE 802.3z 1000BASE-X specification

85. RMON I and II standards

86. SNMPv1, SNMPv2c, and SNMPv3

87. The switch should be EAL3/NDPP certified

Page 181 of 371

17.15 SDHQ, BHQ, Horizontal Office Router

Sr Specification Compliance

(Yes/No) SDHQ, BHQ, HO Router

1. Router Architecture:

2. Modular platform support multi-core Processor with integrated Ethernet interfaces and slot to provide connectivity and services for varied branch-

office network requirements

3. Should provide an option of LAN, Serial, E1/T1, 2G/3G/4G LTE to

accommodate field upgrades to future technologies

4. The Router should support out of band management access via USB and

Console port

5. The router must support redundant power supply

6. Router Performance Parameter:

7. Should support minimum 100 Mbps of performance scalable up to 200 Mbps

Page 182 of 371

Sr Specification Compliance

(Yes/No) SDHQ, BHQ, HO Router

8.

Router should have at least 1 GB RAM. It should also support minimum 256 MB flash memory for configuration & OS backup.

[The bidder should propose the equipment such that RAM/Memory utilization does not exceed beyond 70% keeping in view the future

expansion/extension mentioned in the RFP, during the project duration.

If RAM/Memory utilization goes beyond 70% (average over a period of continuous 7 days) for the equipment during the project duration,

RAM/Memory shall be upgraded/equipment replaced, as applicable, without any additional cost.

If RAM/Memory utilization goes beyond 70% (average over a period of

continuous 7 days) for equipment, due to more number of expansion/extension as mentioned in the RFP, the RAM/Memory shall be

upgraded/equipment replaced at a price mutually agreed between JAP-IT and selected bidder.

The bidder would have to submit a declaration from OEM in this regard]

9. Physical Interface Support:

10. The router line card must have the following interface as defined in the IEEE,

ITU-T:

11. SDHQ: 8x10/100/1000 Base-T Ports

BHQ/HO: 2x10/100/1000 Base-T Ports for Routing

12.

SDHQ: 2x1G Base-X populated with 1000BASE-LX/LH SFP transceiver module

BHQ/HO: 4x1G Base-X populated with 1000BASE-LX/LH SFP transceiver module

13. Minimum 1 empty slot for future expansion

14. Layer 3 Routing Protocols

15. The router must support OSPF, BGPv4 and IS-IS, MPLS, MPLS LDP, MPLS

L3VPN, MPLS L2VPN, Multicast VPN (mVPN) and latest standard RFC protocols

16. The router should support minimum 50 VRF / VPN instances from day one

Page 183 of 371

Sr Specification Compliance

(Yes/No) SDHQ, BHQ, HO Router

17. The Router should support Policy-Based Routing (PBR) for Traffic

Management

18. IPv6 Support

19. IPv6 / IPv4 dual stack functionality

20. The Router should support SNMP over IPv6

21.

The Router should support IPv4/IPv6 Dual Stack. The router should support IPV6 route advertisement guard, IPv6 Neighbor discovery, IPv6 Snooping,

IPv6 DHCPv6, IPv6 source guard and destination guard features for protection against IPv6 attacks

22. It should support IPv6 static route, OSPFv3, IS-IS support for IPv6

23. Security Feature

24. The Router should support SSHv2 Enhancements

25. The Router should support Multicast VPN Inter-AS Support

26. The Router should support VRF Aware Firewall Firewall features and also

Zone Based Firewall Feature

27. The Router should support 802.1q VLAN

28. The Router should have Multi-VRF Support (VRF lite)

29. Should Support all VPN Technologies with enhanced IPSEC Security feature

set and also support MPLS VPN Feature set from Day-1

30. The Router should support Access control lists (ACLs) for IPv4 and IPv6

31. The Router should support QoS for Virtual Private Networks

32. Multicast Support

33. The Router should support BGP Router Reflector

34. The Router should support Multicast BGP (MBGP)

35. The Router should support PIM Version 1, 2

36. The Router should support Point-to-Point Protocol (PPP) and Multilink Point-

to-Point Protocol (MLPPP) and PPP over Ethernet (PPPoE)

37. The Router should support MPLS (Multiprotocol Label Switching)

38. System Management and Administration

39. Routers should support Configuration rollback

40. The Router should support SNMP v1,2,3(Simple Network Management

Protocol)

41. Router should have Console, Telnet, SSH1 and SSH2 support for management

42. Routers should support Software upgrades

43. Certification

Page 184 of 371

Sr Specification Compliance

(Yes/No) SDHQ, BHQ, HO Router

44. Router type should be EAL3 or NDPP certified

17.16 L3 Switch for SDHQ, Horizontal Office

Sr Specification Compliance

(Yes/No) L3 Switch for SDHQ, HO

1 General

2 The Switch should have minimum 24 x 10/100/1000 base-T PoE Ports and 4 x

1G SFP ports (LX)

4 Should have internal Redundant Power supply

5 Support for Configuration and image rollback

6 Should support IPv4 & IPv6 Layer 3 forwarding in hardware

7

Should have at least 1GB RAM & minimum 512MB Flash memory

[The bidder should propose the equipment such that RAM/Memory utilization does not exceed beyond 70% keeping in view the future expansion/extension

mentioned in the RFP, during the project duration.

If RAM/Memory utilization goes beyond 70% (average over a period of continuous 7 days) for the equipment during the project duration,

RAM/Memory shall be upgraded/equipment replaced, as applicable, without any additional cost.

If RAM/Memory utilization goes beyond 70% (average over a period of

continuous 7 days) for equipment, due to more number of expansion/extension as mentioned in the RFP, the RAM/Memory shall be

upgraded/equipment replaced at a price mutually agreed between JAP-IT and selected bidder.

The bidder would have to submit a declaration from OEM in this regard]

Page 185 of 371

Sr Specification Compliance

(Yes/No) L3 Switch for SDHQ, HO

8 Performance

9 Should support stacking facility with dedicated stacking port and support

minimum total stacking bandwidth of 160 Gbps. Should support stacking of eight switches into a virtual switch.

10 Should have 56 Gbps Switching capacity & 41 Mpps forwarding rate

11 Fully non-blocking backplane and wire-speed throughput with minimal latency

12 MAC Address table : 30000

13 Should support 24000 routes

14 Layer 3 feature

15 Basic IP unicast routing protocols (static, RIPv1, and RIPv2) should be

supported from day 1.

16 Should have future support for IPv4 and IPv6 routing support including OSPF,

IS-IS, BGP, policy based routing & Multicast routing

17 Layer 2 feature

18 IEEE 802.1Q VLAN encapsulation. At least 1000 VLANs should be supported.

Support for 4000 VLAN IDs.

19 Support for Voice VLAN which will simplify telephony installations by keeping

voice traffic on a separate VLAN for easier

20 Administration and troubleshooting.

21 Centralized VLAN Management. VLANs created on the Core Switches should be

propagated automatically.

22 IEEE 802.1d, 802.1s, 802.1w, 802.3ad standard support from day-1

23 Link Aggregation Protocol (LACP)

24 Support for Detection of Unidirectional Links (in case of fiber cut) and to

disable them to avoid problems such as spanning-tree loops.

25 The Switch should be able to discover the neighboring device giving the details

about the platform, IP Address, Link connected through etc, thus helping in troubleshooting connectivity problems.

26 Per-port broadcast, multicast, and storm control to prevent faulty end stations

from degrading overall systems performance.

Page 186 of 371

Sr Specification Compliance

(Yes/No) L3 Switch for SDHQ, HO

27 Support for Multicast VLAN registration (MVR) to continuously send multicast streams in a multicast VLAN while isolating the streams from subscriber VLANs

for bandwidth and security reasons.

28 Network Security Features

29

Support for mechanisms to improve the network’s ability to automatically identify, prevent, and respond to security threats and also to enable the

switches to collaborate with third-party solutions for security-policy compliance and enforcement before a host is permitted to access the network.

Thus preventing the spread of Viruses & worms.

30 IEEE 802.1x to allow dynamic, port-based security, providing user

authentication.

31 Port-based ACLs for Layer 2 interfaces to allow application of security policies

on individual switch ports.

32 Support for SSHv2 and SNMPv3.

33 Support for Network Admission Control, IP source Guard, MAC Limiting

34 RADIUS authentication to enable centralized control of the switch and restrict

unauthorized users from altering the configuration.

35 MAC address notification to allow administrators to be notified of users added

to or removed from the network.

36 Dynamic ARP Inspection or equivalent which can ensure user integrity by preventing malicious users from exploiting the insecure nature of the ARP

protocol.

37

DHCP snooping to allow administrators to ensure consistent mapping of IP to MAC addresses. This can be used to prevent attacks that attempt to poison the

DHCP binding database, and to rate-limit the amount of DHCP traffic that enters a switch port.

38 Port security to secure the access to an access or trunk port based on MAC

address.

39 Multilevel security on console access to prevent unauthorized users from

altering the switch configuration using local database or through an external AAA Server.

40 Spanning tree feature to shut down Spanning Tree Protocol enabled interfaces

when BPDU’s are received to avoid accidental topology loops.

41 Security ACL entries – At least 1000.

Page 187 of 371

Sr Specification Compliance

(Yes/No) L3 Switch for SDHQ, HO

42 Quality of Service (QoS) & Control

43 Standard 802.1p CoS and DSCP

44 Control- and Data-plane QoS ACLs

45 Eight egress queues per port to enable differentiated management of up to

four traffic types across the stack.

46 Support for congestion avoidance mechanism

47 Strict priority queuing mechanisms

48 There should not be any performance penalty for highly granular QoS

functions.

49

Future support for feature which will provide rate limiting based on source and destination IP address, source and destination MAC address, Layer 4 TCP and UDP information, or any combination of these fields, using QoS ACLs (IP ACLs

or MAC ACLs), class maps, and policy maps.

50 Switch should support at least 500 aggregate polices

51 Management

52 Command Line Interface (CLI) support for configuration & troubleshooting

purposes.

53 For enhanced traffic management, monitoring, and analysis, upto four RMON

groups (history, statistics, alarms, and events) must be supported.

54 Domain Name System (DNS) support to provide IP address resolution with

user-defined device names.

55 FTP/ Trivial File Transfer Protocol (TFTP) to reduce the cost of administering

software upgrades by downloading from a centralized location.

56 Network Timing Protocol (NTP) based on RFC 1305 to provide an accurate and

consistent timestamp to all intranet switches.

57 SNMP v1, v2c, and v3 and Telnet interface support delivers comprehensive in-band management, and a CLI-based management console provides detailed

out-of-band management.

58 RMON I and II standards

59 SNMPv1, SNMPv2c, and SNMPv3

60 Safety and Compliance

61

EN 60950-1 Second Edition

IEC 60950-1 Second Edition

CISPR22 Class A

Page 188 of 371

Sr Specification Compliance

(Yes/No) L3 Switch for SDHQ, HO

EN55022 Class A

VCCI Class A

62 Certification

63 Switch OEM should be in the Gartner’s Leaders or Challengers quadrant for Wired and Wireless LAN Access Infrastructure in any of the last three years

(2014, 2015, 2016)

64 The switch should be EAL3/NDPP certified

17.17 L2 SWITCHES – DHQ, SDHQ, BHQ, HORIZONTAL OFFICES

Sr Specification --- L2 Switches

Compliance (Yes/No)

L2 Switch DHQ,SDHQ,BHQ,HO

1 General Features

2 The switch should support a minimum of 24 nos. 10/100/1000

Ethernet Ports

3 The switch should support a minimum of 4 SFP Uplinks with LH/LX

Modules

4 Performance and Scalability

5 The switch should support Forwarding bandwidth of 48 Gbps

Page 189 of 371

Sr Specification --- L2 Switches

Compliance (Yes/No)

L2 Switch DHQ,SDHQ,BHQ,HO

7

The switch should support a with min 128 MB of Flash memory and 512 MB of RAM

[The bidder should propose the equipment such that RAM/Memory utilization does not exceed beyond 70% keeping in view the future

expansion/extension mentioned in the RFP, during the project duration.

If RAM/Memory utilization goes beyond 70% (average over a period of continuous 7 days) for the equipment during the project duration, RAM/Memory shall be upgraded/equipment replaced, as applicable,

without any additional cost. If RAM/Memory utilization goes beyond 70% (average over a period

of continuous 7 days) for equipment, due to more number of expansion/extension as mentioned in the RFP, the RAM/Memory shall be upgraded/equipment replaced at a price mutually agreed

between JAP-IT and selected bidder. The bidder would have to submit a declaration from OEM in this

regard]

8 The switch should support 1023 VLANs

9 The switch should support Jumbo frames of 9216 bytes

10 The switch should support 16000 Unicast MAC addresses

11 Stacking

12 The switch should support Stacking with capacity to cater a

maximum of 4 switches in a single stack

13 Stacking should support 40 Gbps of throughput

14 Stacking should support QoS to be configured across the entire stack

15 PoE & PoE+

16 The switch should support PoE (IEEE 802.3af) and PoE+ (IEEE

802.3at)

17 The switch should have 370W of Available PoE Power

18 The switch should support 24 ports up to 15.4W or 12 ports up to

30W

19 Power Supply

20 The switch should support an auto-ranging power supply with input

voltages between 100 and 240V AC

21 The switch should support an External Redundant Power Supply

Page 190 of 371

Sr Specification --- L2 Switches

Compliance (Yes/No)

L2 Switch DHQ,SDHQ,BHQ,HO

22 Layer-2 Features

23 The switch should support Automatic Negotiation of Trunking

Protocol, to help minimize the configuration & errors

24 The switch should support IEEE 802.1Q VLAN encapsulation

25 The switch should support Per-port broadcast and multicast storm

control to prevent faulty end stations from degrading overall systems performance

26 The switch should support Unidirectional Link Detection Protocol

(UDLD) or equivalent and Aggressive UDLD or equivalent

27 The switch should support Local Proxy Address Resolution Protocol (ARP) working in conjunction with Private VLAN Edge to minimize

broadcasts and maximize available bandwidth.

28 The switch should support IGMP v1, v2 , v3 Snooping

29 The switch should support MVR (Multicast VLAN Registration)

30 L3 Features

31 The switch should support Inter-VLAN routing

32 The switch should support IPv4 unicast Static Routing

33 The switch should support 16 IPv4 Static routes

34 Management

35 The switch should support Command Line Interface (CLI) support for

configuration & troubleshooting purposes.

36 The switch should support Serial Console Port

37 The switch should support USB Console Port

38 The switch should support SNMPv1, SNMPv2c, and SNMPv3

39 Network security features

40 The switch should support IEEE 802.1x to allow dynamic, port-based

security, providing user authentication.

41 The switch should support Private VLAN

42 DHCP Features

Page 191 of 371

Sr Specification --- L2 Switches

Compliance (Yes/No)

L2 Switch DHQ,SDHQ,BHQ,HO

43

The switch should support DHCP snooping to allow administrators to ensure consistent mapping of IP to MAC addresses DHCP binding

database, and to rate-limit the amount of DHCP traffic that enters a switch port.

44 The switch should support DHCP Interface Tracker (Option 82)

feature to augment a host IP address request with the switch port ID.

45 The switch should support DHCP Option 82 data Insertion

46 The switch should support DHCP Option 82 Pass Through

47 The switch should support DHCP Option 82 - Configurable Remote ID

and Circuit ID

48 The switch should support DHCP Snooping Statistics and SYSLOG

49 IPv6 Features

52

Switch OEM should be in the Gartner’s Leaders or Challengers quadrant for Wired and Wireless LAN Access Infrastructure in any of

the last three years (2014, 2015, 2016)

or

The Switch OEM should have minimum two installations for SWAN Projects in India (PO copy or Client certificate to be submitted in

regard indicating the same)

53 The switch should be EAL3/NDPP certified

17.18 IP Telephony System

Centralized IP Telephony

Sr Minimum Specifications Compliance

(Yes/No) IP Telephone System

1. The IP telephony system should be a converged communication

System with ability to run TDM and IP on the same platform using same software load based on server and Gateway architecture.

Page 192 of 371

Sr Minimum Specifications Compliance

(Yes/No) IP Telephone System

2.

The system should be capable of supporting analog and IP Telephones. System should support up to 7000 users on the same hardware that is

supplied as part of this RFP. However the IP EPABX system / cluster should have the capability to scale up to 15000 users (with additional

hardware) to achieve the future capacity.

3. All the users to be managed in a single database, which is managed centrally, no multiple databases. CLI facility for all users should be

provisioned from day 1.

4. The system should be based on server gateway architecture with

external server running on Linux OS. No card based processor systems should be quoted.

5. The voice network architecture and call control functionality should

support both SIP/H.323

6.

The call control system should be fully redundant solution with no single point of failure and should provide 1:1 redundancy. The solution must provide geographical redundancy by separating the servers over

LAN/WAN. i.e. if the server in the main data center fails, the other server, which is installed at geographically different location over

LAN/WAN should take over the entire communication network load.

7. The system to have distributed architecture and the centralized

control for all the IP PBX entities in the network.

8. The communication feature server and gateway should support IP V6

from day 1 so as to be future proof.

10. It should be possible for the IP phone to be connected on the same

line which is connected to the computer i.e. Single wire to desk.

11.

Call control server / appliance should be Intel based hardware with necessary configuration to support the desired expandability. No

proprietary hardware is acceptable. It is desired to have support for Virtualisation.

12. The system software version offered should be the latest release as on

the date of supply of EPABX as available globally.

13. The offered solution must have standards based QoS implementation.

14. System should allow direct registration / profile creation of SIP

endpoints onto it and perform all functions of Proxy / Registrar / Redirect etc

15. In progress Internal / PSTN Calls at each of the locations should not be

interrupted in the event of Call Server failure or WAN link failure.

16. Quality of Services (QoS) would be configured to administer the call

and ensure voice traffic get priority over normal traffic.

17. The System should support Call Admission Control to configure

number of calls that can be active between locations.

Page 193 of 371

Sr Minimum Specifications Compliance

(Yes/No) IP Telephone System

18. Should support Active Directory integration for directory

synchronization and user authentication.

19. Call processing and call control functionality

20. Should support signaling standards / Protocols – SIP, H.323, Q.Sig.

21. Voice CODEC support - G.711, G.729, G.729ab & G.722

22. Video codecs: H.264

23. Video (SIP/H.323)

24. Support for configuration database (contains system and device

configuration information, including dial plan)

25. Having inbuilt administration web based administration. No additional

thick client for administration on the Admin PC. Should also support HTTPS for management.

26. Call control system should provide for SIP trunks for integration with

other exchanges or Applications for interoperability. Bidder to bundle atleast 100 SIP/IP trunk licenses with the offer.

27. Should support 6 party adhoc conferencing.

28. Should support atleast 15 meet-me audio conference of upto

minimum of 6 party in each conference

29.

System should be supplied with support for adhoc Videoconference using Video phones. It should be provisioned to support atleast 5

Video conferences using video phones with 6 party in each conference. In a Videoconference, video of active speaker should be

displayed on the video phone of all other participants.

30. System Management and monitoring

31. The System should have GUI support web based management console

32. System should provide management tool to monitor system

performance, device status, device discovery and CTI applications.

33. Should provide alert notifications for troubleshooting performance

34. Generate various alerts online on management console when values

go over / below preconfigured threshold levels

35. Should monitor the system in real-time on a set of preconfigured

parameters.

36. The management platform must provide different levels for accessing

the system based on the role being played by the user who is accessing the system. The administrator should have the highest authority.

37. Security

38. The protection of signaling connections over IP by means of

authentication, Integrity and encryption should be carried out using TLS.

39. The password and Access Control must Include the following:

Page 194 of 371

Sr Minimum Specifications Compliance

(Yes/No) IP Telephone System

40. # Passwords to prevent the possibility of an aggressor to easily read or

deduce system or account access password.

41. # Password aging with Configurable time periods.

42. System should support SRTP for media encryption and signaling

encryption by TLS.

43. Secure HTTP support for Call Server Administration, Serviceability,

User Pages, and Call Detail Record Analysis and Reporting Tool. Should support Secure Sockets Layer (SSL) for directory.

44.

Phone Security: TFTP files (configuration and firmware loads) are signed with the self-signed certificate of the TFTP server. The Call

Server system admin will be able to disable http and telnet on the IP phones

45. System Features

46. Hunt groups

47. Dial-plan partitioning

48. The system should support at least 12 digit numbering scheme.

49. Distributed call processing

50. Hotline and private line automated ring down (PLAR)

51. Multi-Level Precedence and Preemption (MLPP)

52. Q.SIG (International Organization for Standardization [ISO])

53. SIP trunk (RFC 3261) and line side (RFC 3261-based services)

54. SIP trunk Call Admission Control (SIP CAC)

55. Time-of-day, and day-of-week routing and restrictions

56.

The proposed system should support automatic route selection (ARS) and least Cost routing (LCR) features to route the calls based on

priorities related to user profile, tariff, and network availability, along the most cost-effective path. This service will be transparent for users

and irrespective of the physical carrier connection.

57. Distinctive Ringing: The system should provide audibly different

station ringing patterns to distinguish between internal and external calls

58. IP Phone Address Book Synchronizer—allows users to synchronize

address books

59. User Features

60. User should be able to log in from any IP Phone using username and

password and all the privilege should extend to that physical IP phone

61.

Mobility features providing Simultaneous ringing on both Desk phone and GSM Mobile phone. This feature should allow for seamless

transfer of a live call from Mobile phone to desk phone and vice-a-versa.

62. Should support at least 6 party Ad-hoc conferencing on IP phones

Page 195 of 371

Sr Minimum Specifications Compliance

(Yes/No) IP Telephone System

63. Message-waiting indicator (MWI)

64. Abbreviated Dial

65. Call park and pickup

66. Call status per line (state, duration, number)

67. Calling Line Identification (CLID)

68. Calling party name identification

69. Direct inward dial (DID)

70. Direct outward dial (DOD)

71. Directory dial from phone—corporate, personal

72. Directories—missed, placed, received calls list stored on IP phones

73. Distinctive ring (on net vs. off net)

74. Shared Line support

75. Multiple line appearances per phone

76. Station volume controls (audio, ringer)

77. Transfer

78. Video (SIP/H.323)

79. Boss-secretary feature support

80. On-hook dialing

81. Call waiting

82. Call Conference

83. Soft Client with Presence Services

84. Solution should provide a "presence" application for users, so that they can see the availability status of their contacts in their contact

list.

85. The common supported status for this application should be available,

busy, idle, away etc.

86. Should support the users to see other user’s IP phone’s on/off hook

states

87. The instant messaging application should support manual setting of

user status to: Available, Away, Do Not Disturb (DND) etc.

88. Shall provide support for open protocols like XMPP.

89. Presence based IM client should be available for Desktops (Windows &

Mac), as well as for Mobile phones (Android / iPhone)

90. Should support management of contact list and personal settings from

Presence based desktop application

91. Video Telephony Features and Support

92.

The call control system should provide integrated video telephony features to the users so that user with IP Phone and video telephony

end point should be able to place video calls with the same user model as audio calls with a single dial plan.

Page 196 of 371

Sr Minimum Specifications Compliance

(Yes/No) IP Telephone System

93. The users should be able to transfer video calls to other Video phone

users.

94. Call-Server should provide a common control agent for signaling, configuration, and serviceability for voice and video end points.

95. Call control system should handle CODEC and video capabilities of the endpoints, bandwidth negotiation to determine if video/audio call can

take place.

96. Attendant Console

97. Operator console should be PC based software client and should also

have the provision of connecting a IP hard phone in case needed.

98. Should Support features like answer, transfer, hold, park, join, and

conference - all from a fast and intuitive application.

99. Should be able to Easily view missed calls in the Call History panel.

100. Operators can log into and out of hunt groups directly from the

application.

101. Should support Speed Dial.

102. Should be able to Enable operators to add individual contacts directly to their searchable directory so they have the flexibility they need to

create useful directory groups.

103.

Should enable Operators to create their own speed dial groups, displayed as tabs across the top of the directory. Groups can include a

mix of synchronized contacts and contacts manually added by the operator.

104. Should support presence Integration

105. Each operator can customize the layout of Attendant Console

Standard to make it more efficient and comfortable.

106. Should support Password-protect key configuration settings to prevent

accidental changes by your end users.

107. Upgrade Protection for Software Licenses:

108.

Bidders should include Upgrade Protection for all the Software Licenses quoted for this requirement. The Upgrade Protection should

cover period of 5 years. During this 5 year period the bidder should provide software upgrade of any major and minor release free of cost

to customer.

109. 4 line Phone or higher Specifications

110. The phone should meet the following specifications

111. The phone should be SIP based.

112. Should have 3.5” or higher diagonal Display

113. Should have full duplex speaker phone

114. It should support G.711, G.722, G.729a audio compression codecs

Page 197 of 371

Sr Minimum Specifications Compliance

(Yes/No) IP Telephone System

115. Should provide the directory services to the user by displaying the missed, received and dialed call details including the caller ID and

calling time.

117. Should have 3 or more programmable line/soft keys

118. Should support IEEE 802.3af POE Class 1, and external AC power

adapter option.

119. The phone should have two 10/100 BASE-T Ethernet ports or two

10/100/1000 BASE-T Ethernet ports, one for the LAN connection and the other for connecting to PC/laptop

120. The phone should support QoS mechanism through 802.1p/q.

122. The phone and IP PBX should be from the same OEM for better

interoperability.

123. Personal Desk based VC endpoint/Specialized VC devices

124.

The solution should be an OEM integrated executive video phone with a minimum 14" display, codec, inbuilt integrated camera, inbuilt

Microphones and speakers. All the components 14" display, codec, camera, microphones should be from the same OEM. The codec

should be tightly integrated with the 14" screen, so that less space is occupied on the Executive's table. The system should also function as a

PC Monitor.

125. H.264 and 1080p with 16:9 aspect ratio, SIP/H.323 and should

seamlessly register to the proposed SIP IPPBX

126. The system should support resolutions up to 1080p with BFCP

standard

127. G.722,G.711, or equivalent

128. Wired 2 x 10/100/1000

129. The system should be interoperable with the centralized IP PBX

software for Unified Communication

130. Android/equivalent

17.19 Voice Gateway

Sr.

Voice Gateway / IP PBX

Compliance (Yes/No) Specification

Page 198 of 371

1 Should provide 2 x 10/100 interfaces or 2 x 10/100/1000 interfaces

2 Gateway should be modular with minimum 1 slots for voice interface

3 Shall support variety of Voice interfaces like FXO, FXS, BRI, Channelized PRI

(E1)

4 Should be provided with 4 x E1 ports Day 1 to terminate 4 PRIs

5 It shall support redundant power supply

6 It should support embedded hardware encryption acceleration, voice capable

digital signal processor (DSP) slots or equivalent

7 It should support embedded Voice capable digital signal processor (DSP) slots

or equivalent feature

8 Protocol Support

9 Should support cRTP to compress voice (RTP) streams

10 QoS Features

11 Classification and Marking: Policy based routing, IP Precedence, DSCP, MPLS

exp bits

12 Security Features

13 Management

14 Shall have support for management thru Telnet, SSH, Secure Web based

management thru HTTPS and SNMPv3 and Out of band management through Console and external modem for remote management

15 Should have the ability to monitor events and take informational, corrective,

action when the monitored events occur or when a threshold is reached

17.20 Enterprise Monitoring System (EMS)

Page 199 of 371

Sr Minimum Specification Compliance

(Yes/No) EMS

1.

Vendor should provide required hardware Operating System and Database along with the latest version of NMS software that should be seamlessly

integrate with the existing setup of NMS/EMS software running for existing JharNet

• The Monitoring Solution should provide Network Monitoring of Complete IT Infrastructure. The product should be able to monitor all of the below

requirement. • Network Fault & Performance Monitoring

• Traffic Flow Monitoring • Link(s) Monitoring

• Device performance monitoring • The Monitoring Solution should provide Unified Architectural design offering

seamless common functions including but not limited to: i. Event and Alarm management,

ii. Auto-discovery of the IT environment, iii. Performance and availability management

iv. SLA Management, notifications v. Reporting and performance metrics

vi. Configuration Management Proposed NMS/EMS solution should be able to integrate with existing

NMS/EMS Helpdesk solution running for JharNet.

Device configuration

2.

The solution must automatically populate a list of interfaces exporting Flow traffic to any of its collection devices without user intervention or individual

configuration of the reporting interfaces on the system.

The proposed system should 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:

Capture running configuration

Capture startup configuration

Upload configuration

Write startup configuration

Upload firmware

The proposed system should 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

Traffic monitoring

3.

The bidder must provide a solution for collecting Flow data from multiple devices simultaneously across the network. The proposed system must spot

Page 200 of 371

Sr Minimum Specification Compliance

(Yes/No) EMS

potential bottlenecks with color-coded indicators for interfaces that breach defined threshold and durations

The proposed traffic monitoring system must help solving performance problems faster using real-time reports and alarms for every interface on the

network.

The proposed traffic monitoring system must be able to track 100% of all flow traffic on the network and identify malicious behavior with all IP conversations

Fault monitoring

4.

View status, performance, threshold

Apply de-duplication and correlation with monitoring

View thresholds, outages, and trends

Receive SNMP traps directly from devices

Generate and display events and alarms

Acknowledge, escalate, and clear alarms

Detect device faults based on data collected from devices

The Fault Management consoles must provide the topology map view from a single central console.

The proposed Fault Management system should integrate with existing setup of NMS/EMS software running at Jharkhand SDC & JharNet and provide topology

of complete infrastructure in a single console.

The proposed Fault Management console must also provide asset inventory reports and SLA reporting for the managed network infrastructure.

The system must provide visualization tools to display network topology and device to device connectivity. The system must also be able to document

connectivity changes that were discovered since the last update

The system should provide discovery & inventory of heterogeneous physical 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.

The proposed solution should provide out of the box root cause analysis with multiple root cause algorithms inbuilt for root cause analysis.

The system must use advanced root-cause analysis techniques for comprehensive analysis of infrastructure faults

The system should be able to support SNMP UPS devices for fault monitoring of power failure issues.

Network view

5.

View your devices organized by their logical relationships, by their locations, or by their device type

Select logical, location, or device-type groupings to perform tasks on multiple devices at a time

Page 201 of 371

Sr Minimum Specification Compliance

(Yes/No) EMS

Search for devices in your network

Define filters to selectively view specific logical, location, or device-type groupings

6. Help Desk

7. The EMS solution should be able provision integrated Helpdesk solution using

ITIL V3 or latest processes

Reporting

o System shall identify over-and under-utilized links and assist in maximizing the utilization of current resources.

o System shall provide Performance of Network devices like CPU, memory & buffers etc. LAN and WAN interfaces and network segments.

o It shall provide Real time network monitoring and Measurement off end-to-end Network/ system performance & availability to define service levels and

further improve upon them.

o Detailed analysis of performance metrics and response time for the network shall be made available.

o System shall identify how device resources are affecting network performance, document current network performance for internal use and

service level agreements (SLA).

o Service Level report that shows the elements with the worst availability and worst response time-the two leading metrics used to monitor SLAs.

o It shall provide full-fledged Service Level monitoring and reporting capability. Administrator shall be able to define metrics to be measured, measure on such metrics and do comprehensive monitoring and web-based reporting based on

availability/downtime/response etc.

o The system shall have a Web-based user interface and provide service level reporting using a console. It shall support data collectors distributed across locations on collection systems, which shall be able to gather and measure

statistics from the IT infrastructure.

o It shall be able to monitor and report on availability, delay of target IP nodes – i.e. router interfaces – and also monitor and provide reports on historical utilization of CPU, memory of critical monitored servers running SNMP and

system agents.

o The type of engineering reports available for troubleshooting, diagnosis, analysis and resolution purposes must conform the following:

o Trend Reports

o Status at-a-glance Reports/Headline Report

o Top N Utilization reports

o E-mail notification when pre-defined thresholds are violated.

o Historical graphs on the network performance and past trends, and automated process restarts when required.

Page 202 of 371

Sr Minimum Specification Compliance

(Yes/No) EMS

8.

Managing Network Service Levels

The system should provide an outage summary that gives a high level health indication for each service as well as the details and root cause of any

outage.

Root cause analysis of infrastructure alarms must be applied to the managed Business Services in determining service outages.

SLA violation alarms must be generated to notify whenever an agreement is violated or is in danger of being violated.

The system must provide the capability to designate planned maintenance periods for services and take into consideration maintenance periods defined at

the IT resources level. In addition the capability to exempt any service outage from impacting an SLA must be available.

The system must provide the capability of Advanced Correlation for determining Service health, performing root cause analysis, and fault isolation.

The system must provide a historical reporting facility that will allow for the generation of on-demand and scheduled reports of Business Service related metrics/Performance Metrics with capabilities for customization of the report

presentation

9. The Solution should be capable of calculating penalty as per the Service level

agreement parameters

10. The solution should be able to capture and store system audit logs for a period

of minimum one year. The logs stored should be non-tamperable

17.21 AAA Appliance

Sl. No.

AAA Appliance Compliance

(Yes/No)

1 The AAA Server should provide authentication services to all the users connecting to the network, should enforce security policies on the end stations.

2

The AAA Server should offer centralized command and control for all user authentication, authorization, and accounting from a Web-based, graphical interface, and distribute those controls to hundreds or thousands of access gateways in the network.

Page 203 of 371

Sl. No.

AAA Appliance Compliance

(Yes/No)

3 The AAA Server should provide the manageability and administration of user access for routers, VPNs, firewalls, voice over IP (VoIP), wireless solutions, and switches using IEEE 802.1x access control.

4 The same AAA Server should leverage access framework to control administrator access and configuration for all RADIUS enabled network devices in your network.

5

Should support flexible 802.1X authentication type, including Extensible Authentication Protocol Transport Layer Security (EAP-TLS), Protected EAP (PEAP), and EAP-Message Digest Algorithm 5 (EAP-MD5), EAP-FAST, MS-CHAP v1 and v2, CHAP, etc

6 Support access control lists for any Layer 3 device, including Routers, Switches, Firewalls, and VPNs

7 Restrictions such as time of day and day of week, as well as user and device group profiles.

8 The AAA Server should have a Web-based user interface to simplify and distribute configuration for user profiles, group profiles.

9 The AAA Server should be able to support large networked environments with support for redundant servers, remote databases, and user database backup services.

10 Lightweight Directory Access Protocol (LDAP) authentication forwarding support for authentication of user profiles stored in directories from leading directory vendors

11

Different access levels for each AAA Server administrator-and the ability to group network devices-enable easier control and maximum flexibility to facilitate enforcement and changes of security policy administration over all the devices in a network.

12 The proposed AAA Server should be used across virtually any network access server from the same vendor.

13 The AAA Server should offer token server support for any One-Time Password vendor that provides an RFC 2865-compliant RADIUS interface (such as RSA, etc).

14

The AAA Server should support the capability to act as a policy decision point in Policy Control deployments. Should support using policies that if configured should evaluate Host Agent, determine the state of the host, and send client ACLs to appropriate host state.

Page 204 of 371

Sl. No.

AAA Appliance Compliance

(Yes/No)

15

Evaluation of the host credentials should enforce many specific policies, such as OS patch level and antivirus DAT file version. It should also record the results of policy evaluation for use with your monitoring system. Policies should be evaluated locally by AAA Server or can be the result returned from an external policy server to which the AAA Server forwards credentials.

16 Should support RADIUS/TACACS+ based device admin over IPv4 and IPv6 networks

17 RADIUS/TACACS+ should support per command authorization and accounting

18 RADIUS/TACACS+ should support attribute substitution for shell profiles

19 RADIUS/TACACS+ should support authentication like CHAP/MSCHAP

20

Support capability to allow administrators to classify access requests according to network location, membership in a network device group, or other specific RADIUS attribute values sent by the network device through which the user connects.

21 Should support secure syslog

22 Should be appliance based OR Virtual Image with capability to manage AAA Services for at least 1000 Devices.

17.22 Web Security Appliance

Page 205 of 371

Sl. No.

Feature Web Security Appliance Compliance

(Yes/No)

1 Proposed solution should be in Leader / Challenger

quadrant from last 3 years

2 Appliance

Requirement and Functionality

The solution should be a hardened Web Proxy, Caching, Web based Reputation filtering, URL filtering, Antivirus

and Anti-malware appliance. All the functionalities should be in a single appliance only.

3 Operating System The appliance based Solution should be provided with

hardened Operating System.

4 Operating System

Performance

The underlying operating system and hardware should be capable of supporting at least 5000 users from day

with licenses

5 Proposed appliance should have minimum of 32GB of

RAM and 1 Tb of Disk space

6 Operating System

Security

The operating system should be secure from vulnerabilities and hardened for web proxy and caching

functionality.

7 Support multiple

deployment options

The solution should allow to deploy the appliance in explicit proxy as well as transparent mode together.

8 Proxy Chaining

The solution should support proxy configuration in a Chain. The Lower end proxies at spoke locations should be able to forward the request to an Higher end proxies

at Hub Location forming a Chain of Proxies

9 DNS Splitting

The solution should support configuration to use Split DNS. It should be able to refer to different DNS for

Different Domains e.g. (root dns for all external domains and internal DNS for organization domain

Page 206 of 371

Sl. No.

Feature Web Security Appliance Compliance

(Yes/No)

10

IP Spoofing support in

transparent mode deployments

The solution should have facility to do IP spoofing. When enabled, requests originating from a client should retain the client’s source address and appear to originate from

the client instead of the appliance. This is useful in scenarios where policies are based on original IP and

logging/reporting is required to track activity of individual IP basis.

11 High Availability Should support active/active High Availability mode

12 Proxy support The proposed solution should be a Fast Web Proxy and

should support HTTP, FTP and HTTPS proxy.

13 HTTPS Decryption The solution should support HTTPS decryption

14 HTTPS decrypted traffic scanning

The solution should support scanning of the https decrypted traffic by the on-board anti-malware and/or

anti-virus engines.

15

HTTPS decryption controls

The solution should provide the flexibility of deciding whether to decrypt https traffic or not to the solution

administrator. The solution should offer three aspects to decide. These are:

16 1) URL category based decryption

17 2) Web Reputation based decryption

18 3) Default action for the specific policy

19 HTTPS decryption

policy

HTTPS decryption should provide flexibility to have multiple decryption policies and should not be just a

Global action

20

Protocol Tunneling

Should support the functionality to block applications that attempts to tunnel non-HTTP traffic on ports

typically used for HTTP traffic.

21 Should support the functionality for blocking non-SSL

traffic on SSL ports & should also support the functionality to tunnel the transaction.

22 Native FTP protection

The solution should act as an FTP proxy and enable organizations to exercise

Page 207 of 371

Sl. No.

Feature Web Security Appliance Compliance

(Yes/No)

23 granular control, including: allow/block FTP connections,

24 restrict users/groups, control uploads/downloads, and

25 restrict sent/received files to certain types or sizes.

26 File download and

size restrictions

The solution should be capable of blocking specific files downloads and based on size and per user group basis. It

should also provide option to block object using MIME File types.

27 IP based Access

Control

The solution should allow administrator to define access to internet based on IP addresses, range of IP addresses, subnet basis or CIDR. It should also support to be forced for Authentication from Specific IP addresses, Subnet or

CIDR's

28 Multiple

Authentication Server Support

The solution should support Multiple Auth Servers / Auth Failover using Multi Scheme Auth (NTLM and

LDAP). It should also support authentication exemption.

29 Application and Protocol Control

The solution should support granular application control over web eg. Facebook controls like block file upload,

block posting text, enforcing bandwidth limits on application types.

30 Layer 4 Traffic

Monitoring

Should support detection of Phone Home attempts occurring from the entire Network. It should also detect the PC's that are already infected with Malware in the

Network across all network ports that attempts to bypass port 80.

31 Bandwidth restrictions

The solution should support providing bandwidth limit/cap for streaming media application traffic. This

should be possible at the Global level as well as at a per policy level.

32 Anti Malware

The appliance should have support for atleast 2 industry known Anti Malware/Anti Virus engine that can scan

HTTP, HTTPS and FTP traffic for web based threats, that can range from adware, browser hijackers, phishing and

pharming attacks to more malicious threats such as rootkits, Trojans, worms, system monitors and

Keyloggers and as defined by the organizations policy.

Page 208 of 371

Sl. No.

Feature Web Security Appliance Compliance

(Yes/No)

33 Malware

Protection

The dual AV/Malware engines should protect at least against the follow types of malware/threats: Adware, Browser Helper Object, Commercial system monitor software, Dialer, Generic spyware, Hijacker, Phishing

URL, potentially unwanted applications, Trojan downloader, virus, worm etc.

34 Web Reputation

The solution should provide Web Reputation Filters that examine every request made by the browser (from the initial HTML request to all subsequent data requests) –

including live data, which may be fed from different domains to assign a web based score to determine the

likelihood that it contains url-based malware.

35 Web Reputation

parameters

The Web Reputation Filters should have capability to analyze more than 100 different web traffic and

network-related parameters to accurately evaluate the trustworthiness of a URL or IP address.

36 Solution should also support in participating by providing

information to the cloud based servers to increase the efficacy & reputation based scoring.

37 Customizable Web

Reputation

The Appliance should have customizable setting in the Web Based Reputation Services, like Allow, Scan and

Block based on the scoring settings by the Administrator.

38 Incoming/Outgoing

Traffic scanning The solution should scan for Incoming and outgoing

traffic.

39

Outbound connection control

on all ports and protocols

The solution shall provide option for detecting and blocking spyware activity trying to connect to the

outside Internet and shall effectively mitigate malware

40 URL filtering The solution should have an inbuilt URL filtering

functionality with multiple pre-defined categories.

Page 209 of 371

Sl. No.

Feature Web Security Appliance Compliance

(Yes/No)

41 Custom URL

filtering

The solution should support creation of custom URL categories for allowing/blocking specific destinations as

required by the Organisation.

42 Url Filtering

Options

The web Proxy should support following actions like allow, monitor, block, time-based access. Should also

support displaying a warning page but allows the user to continue clicking a hypertext link in the warning page.

43 Dynamic

Categorization

Provision should be available to enable Real Time Dynamic categorization that shall classify in real time in case the URL the user is visiting is not already under the

pre-defined or custom categories database.

44 Reporting Mis- categorization

The solution should have facility for End User to report Mis-categorisation in URL Category.

45 URL check & submission

Support portal should give facility to end user to check URL category and submit new URL for categorization

46 Filtering Content

Solution should support filtering adult content from web searches & websites on search engines like google.

47

48

Signature based application control

The solution should support signature based application control. For instance, it should allow Facebook but

should support blocking of only chat or file transfer or playing games within Facebook. This blocking should be

based on signature and not URL. The application signature database should be updated periodically by

the vendor. Mention the number of signatures available in the current release or mention the number of web based applications that can be blocked by the current

signature set.

49

50

End User Notification

Solution should support following end user notification functionalities.

51 The proxy should support the functionality to display a custom message to the end user to specify the reason

the web request is blocked.

52 When the website is blocked due to suspected malware or URL-Filters it should allow the end user to report that

the webpage has been wrongly misclassified.

Page 210 of 371

Sl. No.

Feature Web Security Appliance Compliance

(Yes/No)

53 The solution should support the functionality of

redirecting all notification pages to a custom URL to display a different block page for different reasons.

54

Should support the functionality to force users to explicitly agree to the terms and conditions for browsing the World Wide Web from the organization’s network to

let the user know that the Organisation is monitoring their web activity.

55 Remote support

The remote support from principal company should be available via India Toll Free and Email. The Support

Portal access should be provided for Case management, knowledgebase, new version information, tools etc.

56 Secure Remote

Access

The Support Engineers should be able to login to appliance using secure tunneling methods such as SSH

for troubleshooting purposes

57 Diagnostic Tools The appliance should have diagnostic network utilities like telnet, traceroute, nslookup and tcpdump/packet

capture.

58 Updates and

Upgrades The appliance should provide seamless version upgrades

and updates.

59

Appliance should support a web interface that includes a tool that traces & can simulate client requests as if they were made by the end users and describes Web Proxy processes the request for troubleshooting purpose. It should support simulating HTTP GET & POST requests.

60 Secure Web Based

management The appliance should be manageable via HTTP or HTTPS

61 CLI based

management The appliance should be manageable via command line

using SSH

62 Serial Console

access For emergency, the appliance should have serial console

access

Page 211 of 371

Sl. No.

Feature Web Security Appliance Compliance

(Yes/No)

63 Ethernet

Management Should have provision for separate Ethernet for

managing the appliance

64 Web Logs The Proxy Log should be scalable. The log formats shall

include Apache, Squid and W3C.

65 Log retention &

rollover

Solution should support automatic “rollover” & archive the log file when it reaches admin defined maximum file-

size or time interval like daily/weekly rollover of logs.

66 Should support compressing rolled over log files before storing them on disk to reduce disk space consumption.

67

Log transfer

The appliance should support following mechanism to transfer log files:

68 Should support remote FTP client to access the appliance

to retrieve log files using an admin or operator user’s username and password.

69 Periodically pushing log files to an FTP server

70 Periodically pushes log files using the secure copy protocol to an SCP server on a remote computer

71 Sending logs to a remote syslog server confirming to RFC

3164.

72 Retention Period The retention period should be customizable. Options

should be provided to transfer the logs to an FTP server using FTP or SCP.

73 User Reports Informative and exhaustive set of reports on User

Activity and URL filtering activities (GUI to report past activity, top usage users and top malware threat)

74 Bandwidth Reports Reports on Bandwidth Consumed / Bandwidth Saved

75 Detailed logging

Product to maintain detailed proxy access logs that can be searched via filters, for easy location of any desired

access of the user and to see how the product dealt with it

76 Off Box Reporting Solution should also support centralized reporting.

77 L4 traffic reports Detailed report on an IP basis should be provided on the

L4 traffic monitoring / Network Layer Malware Detection.

Page 212 of 371

Sl. No.

Feature Web Security Appliance Compliance

(Yes/No)

78 Blocked by

reputation & malware reports

It should support reporting web requests blocked due to web reputation & blocked by malware

79 Report Formats Solution should support generating a printer-friendly

formatted pdf version of any of the report pages. Should also support exporting reports as CSV files.

80 Scheduling of

Reports Solution should support to schedule reports to run on a

daily, weekly, or monthly basis.

81 System Reports Should support system reports to show CPU usage, RAM

usage, percentage of disk space used for reporting & logging.

82 Updates and

Upgrades

Support should cover all upgrades for the time period the licenses and support purchased from principal

vendor

83 IP V6 Support Should have the ability to proxy, monitor, and manage

IPv6 traffic.

17.23 VC – Endpoints

Sr. No.

Description Minimum Specification Parameter Compliance (Yes/No)

VC Endpoint

The proposed system must support PAL with a PTZ camera. The codec must be based on ITU standards The VC End Point should be a codec based hardware. No software based solution is accepted here. All components of the VC system like Codec, Camera and Microphone should be from the same OEM.

1 Package Full HD 1080p camera, codec, Microphone Array, cables, and

remote control

2 Video Standards and Resolutions

It should support H.323, SIP standards for communications.

Page 213 of 371

Sr. No.

Description Minimum Specification Parameter Compliance (Yes/No)

VC Endpoint

It should support, H.263, H.264 AVC/SVC,H.264 High Profile

or better

It should support 1080p 60fps, 1080p 30 fps, 720p 60 fps

and 720p 30fps , 480p30/4CIF or better

3 Content

Standards and Resolutions

It should support content sharing using standard based H.239 and BFCP over SIP

It should transmit both people and content simultaneously to the far end location at 1080p @30 fps and/or 1080p60

FPS

4 Audio Standards

and Features It should support G.711, , G.722, G.722.1, AAC LC /AAC-LD or

better

It should support 20kHz bandwidth with crystal clear audio

Automatic Gain Control and Automatic Noise Suppression

Instant adaptation of echo cancellation

5 Video and Audio

Inputs 1 x HD input for connecting main HD camera

1 x HDMI/DVI input for connecting PC/Laptop to share HD

content

1 x Microphone Input(Support for minimum 2 mics)

1 x 3.5mm stereo line-in

6 Video and Audio

Outputs 1 x HDMI output for connecting main monitor

1 x HDMI output for connecting second monitor on day one

1 x 3.5 mm stereo line-out

7 Other Interfaces 1 x 10/100/1000 LAN port

2 x USB 2.0 for software upgrade or connecting external

devices

8 Camera It should support 1080p60fps with 10x optical zoom and 65°

field of view.

It should support PAN Range of +/90° and above and Tilt of

10 +/- or +/- 25

9 Network Features H.323 and SIP bandwidth up to 3 Mbps point to point call

IPv4 and IPv6 support from day one

Auto Gatekeeper Discovery

IP Precedence

H.323 based Packet Lost Recovery

10 Security Media Encryption (H.323, SIP): AES-128,

Authenticated access to admin menus, web interface and

telnet API

Page 214 of 371

Sr. No.

Description Minimum Specification Parameter Compliance (Yes/No)

VC Endpoint

Endpoint password policy configuration should be offered

11 Other Standards H224/H.281, H.323 Annex Q, H.225, H.245, H.241, H.239,

H.243, H.460

Auto sensing power supply. 230V @ 50Hz

17.24 VC – MCU

Sr. No.

Description Specification Parameter Compliance

(Yes/No) VC MCU

1 System The proposed MCU should be able to integrate with the existing

NIC Video Conference Solution

The MCU shall be at least 1U provided with all the necessary

accessories to integrate into a 19 inches or 23 inches rack. The MCU should support redundant power supply from day 1

The MCU shall operate on a non-Windows based operating

system, hardware based and redundant power supply

The MCU shall have 2x10/100/1000 Mbps Ethernet interface for IP

communication and dedicated serial/USB connection for maintenance/upgrade.

2 System

Capacity

The MCU should support 180 ports at HD1080p (transmit and receive) up to 4Mbps on IP in continuous presence mode with 30fps and H.264 resolution and AES encryption on the MCU.

The MCU when working at a 480p30/4CIF FPS and 16:9 resolution

(transmit and receive). The MCU should support a minimum of 720 ports.

The MCU should be able to maintain the dynamic resource allocation capacity for 1080p, 720p and 480p30/4CIF participants

simultaneously without / with having to reboot or change any configuration. The MCU should have provision to support a mix conference with 682 ports @ 480p30/4CIF and 38 ports @HD

720P from day one.

Page 215 of 371

Sr. No.

Description Specification Parameter Compliance

(Yes/No) VC MCU

The MCU should also support H.320 with at least 2 PRIs on the

same box (internal or external) without loss of capacity or functionality.

The MCU should be flexible enough to support 50 PSTN Audio

Ports without any change in hardware. Same MCU must be flexible enough to support min 50 VOIP audio ports

3

Video Standards

and Resolutions

The MCU should support H.323, SIP standards for communications.

The MCU should support H.263, H.264 AVC/ SVC, H.264 High

Profile

The MCU should support, 1080p 30 fps, 720p 60 fps and 720p

30fps and 480p30/4CIF

4

Content Standards

and Resolutions

The MCU should support content sharing using standard based H.239 and BFCP over SIP with HD 1080p30 p resolution

The MCU should support H.239 and encryption in ISDN,SIP &

H.323 modes

5

Audio Standards

and Features

It should support G.711, , G.722, G.722.1, AAC LC /AAC-LD or better

It should support 20kHz bandwidth with crystal clear audio and

stereo sound.

Automatic Gain Control and Automatic Noise Suppression

Instant adaptation echo cancellation

6 MCU

Features The MCU shall support aspect ratio of 16:9 and 4:3.

The MCU shall support a mix of resolutions in both Voice Activated mode and Continuous Presence. Each endpoint shall receive at the maximum of its capacity without reducing the capacity of another.

The MCU shall support user management by implementing strong password policy implementing maximum no. of concurrent user

sessions and user session timeout etc.

Page 216 of 371

Sr. No.

Description Specification Parameter Compliance

(Yes/No) VC MCU

Dynamic CP layout adjustment (MCU will choose the best video layout according to the number of participants in the

conference).Must support embedded site naming, Active speaker with border highlight video participant. The MCU must also

support the ability to view at least 16 sites minimum simultaneously on the screen. These sites can be any sites as

selected by the administrator and not restricted to the last 16 sites that were active.

The MCU should support distributed architecture with intelligent

and automatic call routing.

The MCU should be able to register and authenticate with H.323

gatekeeper / any other like Microsoft Lync.

7 Conference

Feature The MCU shall support conferences that permanently exist but use

no resources if no participants are in the conference.

The MCU shall support a reservation plug-in for scheduling calls.

Lecture and presentation mode

The MCU shall allow users to create conferences on the fly from

their endpoints without the need of an operator and PC.

The MCU should support User and managed mute control, DTMF

support.

The MCU shall allow participants to change the layout they see using their endpoint’s remote control. This shall not affect the

layout that anyone else sees.

The MCU must support minimum 10 conference layouts

The MCU must support scheduled, on demand calls and hybrid calls in any combination across Port capacity and it should be

possible to schedule/support multiple multiparty conferences on the MCU from day one.

8

Network and

Security Features

The MCU shall support AES encryption using H.235 V3 for every participant without affecting any other feature, functionality or

port count.

The MCU must support separation of management and media

networks.

The MCU must support TLS for SIP

QoS ---Diffserv, IP Precedence. The MCU must provide standards based on method of compensating and correcting for packet loss

of media streams.

Page 217 of 371

Sr. No.

Description Specification Parameter Compliance

(Yes/No) VC MCU

The MCU shall interoperate with multiple vendors’ endpoints. The

supported mediums should be IP v4 and IP v6.

End to end solution should be from same OEM to avoid any

interoperability issues. The MCU should be interoperable with endpoints of different make especially the legacy systems.

17.25 VC Gatekeeper

Sr. Description Specification Parameter Compliance

(Yes/No) VC Gatekeeper

1 System The System should be 19” rack mountable appliance with

minimum 1U size or more.

The System should be supplied with necessary power cards, cables, connectors, CD’s, manuals, bracket accessories, wire

managers and other appropriate accessories.

2 System

Capacity The system should support registration of atleast 720 and above

H.323 and SIP devices.

The system should support minimum 720 concurrent calls and

should support 1000 concurrent calls in future through software license.

3 Gatekeeper

Features H.323 administrative zone establishment

Call establishment within a zone and between zones with

admission control

Bandwidth and session management within a zone and between

zones

Address lookup and resolution, and translation between E.164

and IP addresses

Support H.323 gatekeeper Interoperability and Interworking

between SIP

Page 218 of 371

Sr. Description Specification Parameter Compliance

(Yes/No) VC Gatekeeper

The gatekeeper should support Active Directory integration and enable each user with a personal meeting room created with the

AD fields.

4 SIP Features

The Server should have ability to create multiple SIP trunks to over SIP based call control platforms. Supported configurations include Microsoft Lync or other standards based UC platforms

from the same OEM or third party

The server should support SIP trunking to connect Gatekeeper to other SIP Platforms for Unified Communications (UC) integration

5 Bridge (MCU) Virtualization

The gatekeeper should be able to register multiple MCU’s

The Gatekeeper can actively monitor the MCUs and know their

usage level, availability and status

If any of the MCU goes down then the Gatekeeper should be

able to route the call to the next available MCU

It should uses advanced routing policies to distribute voice and

video calls among Multipoint Control Units, or MCUS), creating a single resource pool.

The system acts much like a virtual MCU, greatly simplifying video

conferencing resource management and improving efficiency.

The Gatekeeper should have redundant power supply from Day 1

17.26 Video Conferencing solution

Video Conferencing Endpoint

Sr Features Specifications Compliance

(Yes/No)

1. Form Factor

The Video conferencing endpoint should be for a minimum 55” full HD display, full HD 1080p codec, single full HD

Camera, with 7” or better touch panel and dual microphones. The unit should be wall mounted

2. Video

Standards H.263, H.264

3. H.264 in an Encrypted call should be possible

4. H.264 should be possible when sending or receiving two live

video sources e.g. Presenter and Presentation.

5. Video Frame

Rate Should support 30 fps & 60fps (frames per second) with

1080p resolution from day one

Page 219 of 371

Sr Features Specifications Compliance

(Yes/No)

6. Video Features

Ability to send and receive two live simultaneous video sources in a single call, so that the image from the main

camera and PC or document camera can be seen simultaneously.

7. Should support H.239 and BFCP protocols with 1080p

resolution

8. Video Output The 55” display monitor

9. Video Input Should have at least one HD video Input to connect an

integrated full HD camera with full functionalities as mentioned in the camera specifications.

10.

Should have HDMI input to connect PC / Laptop directly to the Video conferencing system and display resolutions

WXGA / HD720p along with PC Audio.

11. Audio

12. Audio

standards supported

G.711, G.722, G.722.1, 64 kbps MPEG-4 AAC-LD or equivalent standards must be supported.

13. Other

Desirable features

Noise Reduction, Automatic Gain control, Acoustic Echo Canceller, Active Lip synchronization

14. Audio Inputs 1 x Microphone Input (Support for minimum 2 mics). 2

needs to be supplied from day one.

15. The microphones must be standard based microphones.

16. The pickup of the microphones should be at least 10 feet

from the microphone.

17. Echo Cancellation for every input must be available.

18. Network

Interfaces

1 LAN / Ethernet - 10/100/1000 Mbps

full duplex

19. Should have support for IPV4 and IPV6

20. Bandwidth IP - at least 6 Mbps

21. Network

Capabilities Packet Loss Based Downspeeding

22. H.323/ IP Features

Differentiated Services( QOS):

23. DiffServ

24. Standards based- Packet Loss Recovery feature on H.323 call

25. Should support URL Dialing

26. Support for H.245 DTMF tones in H.323

27. SIP Features The endpoints must support SIP in addition to H323

protocol. Calls can be made on SIP or H323 without having to restart or reconfigure the endpoint.

Page 220 of 371

Sr Features Specifications Compliance

(Yes/No)

28. The endpoint must register with any standard SIP server.

29. Must support data sharing capability in SIP calls for dual

stream transmit and receive.

30. Security

31. Menu Control Password protected system menu

32. Encryption of

video call ITU-T standards based Encryption of the video call

33. Call should be encrypted end-to-end on IP

34.

Should support Standards-based: H.235 v3 and AES Encryption via Automatic key generation and exchange. The

same should be available in a call with Video with presentation (dual video)

35. Ability to manually turn encryption On or OFF should be

there.

36. Automatic key generation and exchange

37. Camera CMOS or equivalent

38. Minimum of 8x or better camera with optical zoom

39. 1920 x 1080 pixels progressive @ 60fps

40.

The complete integrated unit Camera , codec, screen, mounting kit, touch panel, microphones should be from the

same manufacturer.

41. Should have at least 65 degrees field of view (horizontal)

42. Directory services

Should support Local and Global directories.

43. Should support LDAP and H.350 protocols for directory

transfer.

44. It should support remote software update using HTTP,

HTTPS/secure copy (SCP)

45. Interoperability

& Open Standards

VC endpoint must be open standards based and not based on proprietary protocols and should be interoperable with

the proposed SIP based IPPBX with a single dial plan

46.

VC endpoint must inter operate from day one using standards based video and audio compression with other

open standards based VC endpoints and MCUs from various OEMs. Any additional hardware / software required should

be supplied day one.

47. Software Based

Video Clients

The desktop client should be HD720p based and should work on android/ios/windows PC/Laptop. The solution should be provided for 300 desktop clients for users at

primarily at block and SDHQ level

48. The desktop client should be software upgraded from the

central server

Page 221 of 371

Sr Features Specifications Compliance

(Yes/No)

49. The desktop client should have video, chat/group chat and

presentation share capability

50. The desktop client should be WebRTC based or browser

based or application based

51. The solution should have firewall traversal solution

52. The bidder needs to provide required Web Cameras and

Audio kits (speakers and microphones) for the desktop users

53 The point to point call between room endpoints to

endpoint and soft client to soft client should not require MCU ports

17.27 VC Recording

Sr Description Specification Parameter Compliance

(Yes/No) VC Recording

1 Application

Features Records single point and multipoint conferences with full

H.239 and BFCP content capture

High definition (HD) support with 720p and 1080p H.264 video

Playback of video content from endpoints/ web browsers

API support for third party integrations

H.323 standards-based for use with third party conferencing

systems

2 Audio/Video

Support Live Video Resolutions: C(S)IF, 4CIF, SD, HD 480p30 720p30

and HD1080p

Audio support: G.711 a and u, G.722, G.722.1, or better

Records in Window Media (WMV) / H.264/ MP4 video formats

3 Recording

Should support 5 concurrent video conferencing recording sessions with full video, audio and content. Upgradable to support up to 10 concurrent video conferencing recording

session with full video, audio and content without change in main hardware.

Records audio/video at varying bit rates – 128kb/s or higher

Up to1080p HD record / playback, record calls in single point

and multipoint calls

Configurable recording templates to specify multiple bit rates

for streaming/ recording, video file formats and content options

Page 222 of 371

Sr Description Specification Parameter Compliance

(Yes/No) VC Recording

IVR support to provide users visual / verbal indicators of status (recording,) or on the display /PC during desktop conference

Multiple methods for recording – direct from a video

endpoint, MCU / bridge or from the admin user interface

4 Playback Archived playback to H.323 endpoint /PC using web browser

/mobile IOS and Android )

Search and sorting options for archives from endpoint

interface/laptop /PC using web browser / Mobile ( IOS and Android)

Offload converted video content for playback on other

multimedia devices

Windows media download option for video editing or

distribution using editing option through third party software

5 Streaming High Definition – one 1080p live stream, otherwise flexible

enough to stream 5 or more recorded conferences max up to 1080p 30 resolution .

Multicast / Unicast up to 720 concurrent web viewers

6 Capacity Up to 600 hours of storage at 1080p resolution of H.323 video,

audio and content

7 Security User and endpoint viewing and recording rights authorization

AES media encryption

TLS/SSL and HTTPS Support

8 Other Features System should be appliance based solution and should not be a

software based solution. The appliance should be from the same OEM(quoting MCU and endpoints)

The Recording should have redundant power supply from Day

1

Page 223 of 371

17.28 Anti-Virus Solution

Sr. No Specification Compliance

(Y/N)

1 All the Solutions should be virtualization aware providing flexibility of deploying the solution both in Virtualization and physical environment.

2

The antivirus solution should have enhanced protection from Network virus/Worms, Trojans, Key loggers, Intrusions, Conceivably harmful websites/Phishing sites, Malicious behavior, data loss, web based threats, root kits, mixed threats, real-time compressed executable files, spyware/gray ware etc.

3 Should have Compressed File Detection and Repair and should also be able to reduce the risk of virus/malware entering the network by blocking files with real-time compressed executable files.

4 Should have Unknown Virus Detection & Repair. Should have behavioral & Heuristic scanning to protect from unknown viruses.

5

Must be capable of cleaning viruses/malware even without the availability of virus cleanup components. Using a detected file as basis, it should be able to determine if the detected file has a corresponding process/service in memory and a registry entry, and then remove them altogether

6 Must have the capability to detect and clean Virus and also perform different Scan Actions based on the virus type (Trojan/ Worm, Joke, Hoax, Virus, other)

7 Should have buffer overflow protection integrated with AV scan engine for protection from threats/exploits that uses buffer overflow vulnerability regardless of presence of signature / OS patches

8 Should have cloud-client infrastructure with Reputation services like File Reputation, Web Reputation & Email Reputation working in correlation.

9

Should have centralized management console to give administrators transparent access to all clients and servers on the network and also provide automatic deployment of security policies, AV signatures, and software updates on every client and server. ""

10

Should support Active Directory integration and also have security compliance to leverage Microsoft Active Directory services to determine the security status of the computers in the network and also have logical group based on IP addresses (Subnets).

11 Establish separate configuration for internally versus externally located machines (Policy action based on location awareness)

Page 224 of 371

Sr. No Specification Compliance

(Y/N)

12 Should have Configurable Scanning.

13 Must have behavior monitoring to restrict system behavior and malicious changes in applications, keeping security-related processes always up and running.

14 Should have device control to regulate the access to external storage devices and network resources, and also provide the granular level access like No Access, Read Only, Read & write, Full Access etc.""

15 Must provide the flexibility to create firewall rules to filter connections by IP address, port number, or protocol, and then apply the rules to different groups of users

16 Must reduce network traffic generated when downloading the latest signature by downloading only incremental updates of signatures and scan engine.

17 Reduces network bandwidth consumed during pattern updates. The bulk of pattern definition updates only need to be delivered to the cloud or some kind of repository and not to many endpoints

18 Should be able to update definitions & scan engine on the fly, without a need for reboot or stopping of services on servers.

19 Must have the flexibility to roll back the Virus Pattern and Virus Scan Engine if required

20 Should have the capability to assign a client the privilege to act as a update agent for the update other clients virus definitions also.

21 Should enable administrators to easily move clients (who have changed departments, for example) from one physical parent server to another simply by dragging and dropping through the central management console.

22 Should have role based administration with active directory integration to add the custom role type and also use the predefined roles as per requirement.

23 Should have multiple client deployment options like Web install page, Remote installation, MSI/EXE package installation, Login Script, Vulnerability Scanner etc.

24 Should have enhanced tamper protection that guards against unauthorized access and attacks, protecting users from viruses that attempt to disable security measures.

25 Should support 32bit and 64bit operating systems

26 Should have Cache files for scans which can help up to 40% improvement to speed performance.

27 Should have a feature of scan cache based on digital signatures or on-demand scan cache.

Page 225 of 371

Sr. No Specification Compliance

(Y/N)

28 It should recognize a missed event on a machine, which was switched off, and restart the same when machine is turned on.

29

Should have feedback option so that if any threat (new/earlier) is found, then relevant data can be automatically collected and transferred to the research team for further analysis to be conducted, and consequently, advanced solutions can evolve and be provided.

30 Should have enhanced tamper protection that guards against unauthorized access and attacks, protecting users from viruses that attempt to disable security measures.

31

Should support plug-in modules designed to add new security features without having to redeploy the entire solution, thereby reducing effort and time needed to deploy new security capabilities to clients and servers across the network

32 Must have Plug-in solutions - State full Inspection Firewall/IPS, VDI, Data Protection, Mac Protection, and Mobile Protection without any additional installation and should provide single console

33 Must provide Data Loss Protection as a plug-in solution with the capability of data protection with multichannel monitoring, robust rules, and predefined policy templates.

34 Data Protection must have File Attribute, Key words and Pattern based technology in single solution.

35 The solution must support IPv6 and must be capable of blocking and detecting of IPv6 attacks.

36 Data Protection should work in both environment - Workgroup and AD with User/ Group/Domain based policy creation option.

17.29 Network Passive Components

a. UTP/STP Cable

Description Compliance (Y/N)

Category 6A or latest Unshielded Twisted / Unshielded Foiled Twisted 4 pair cable shall be compliant with TIA/EIA-568-C.2 Category 6A, ISO

11801-2co2 Class E. Cat6A cable should be tested up to 800MHz. The cable should meet all the requirements of IEEE 802.3an. 4 Connector ETL Certificate need to be submitted for quoted part codes.

Page 226 of 371

Description Compliance (Y/N)

Category 6A or latest UTP/ U/FTP cables shall extend between the work area location and its associated telecommunications closet and consist of 4 pair, 23 AWG, UTP/U/FTP.

The 4 pair Unshielded/ Foiled Twisted Pair cable shall be UL Listed

All Category 6A or latest cables shall meet or exceed the following characteristics:

Construction: 4 twisted pairs separated by internal X shaped, 4 channel, polymer spine / full separator. Half shall not be accepted.

Conductor Solid bare Copper

Conductor Diameter 0.56±0.005mm (23 AWG)

Insulation :High Density Polyethylene

Jacket Flame Retardant PVC

Outer Diameter 8mm nominal

Temperature Range -20° to +70°C

b. 24 Port UTP/ STP Jack Panel

Description Compliance (Y/N)

Should be made of powder coated steel, in 24 port Cat6A or latest configurations.

Allow for a minimum of 200 re-terminations without signal degradation below standards compliance limit.

Have port identification numbers on the front of the panel.

Should have self-adhesive, clear label holders (transparent plastic window type) and white designation labels with the panel, with optional color labels / icons.

IDC: Suitable for 22-26 AWG stranded and solid wire compatible with both 110 & Krone punch down tools

Each port / jack on the panel should be individually removable on field from the panel.

Improved cable management with optional cable management bar

The Cat-6A or latest transmission performance is in compliance with the ANSI/TIA/EIA 568C.2 standard

Page 227 of 371

c. Single Port UTP/STP information Outlet

Description Compliance (Y/N)

Single Port

Write on labels in transparent plastic window – supplied with plate

Screw hole covers – to be supplied with plate

Face Plate with shutter

Should be able to support variety of jacks – UTP, STP, Fiber, Coax etc.

Category 6A or latest, TIA568 C.2 standard

All information outlets, 22-26 AWG copper cable shall:

Use insulation displacement connectors (IDC)

Allow for a minimum of 200 re-terminations without signal degradation below standards compliance limits.

Be constructed of high impact, flame-retardant thermoplastic with color and icon options for better visual identification.

Shutter is on face plate / Information Outlet

Insertion force: 20N max ( IEC 60603-7-4 )

IDC : Housing PC + glass fiber , UL 94 V-2, 568A/B configuration

d. UTP/STP Patch Cord -1Mtr

Description

Compliance

(Y/N)

Category 6A UTP/STP Patch Cord (Factory Crimped) --1Mtr

The Patch Cord shall, at a minimum comply with proposed TIA/EIA-568-C.2

Commercial Building Cabling Standards Transmission Performance Specifications

for 4 pair Category 6A Cabling or latest.

RJ45 Jack: Housing: ABS+PC, UL94V-0, Black colour

Contact Bracket: PC, UL 94V-2, transparent colour

RJ45 Jack Contact: Material: Phosphor bronze with nickel plated, Finish: 50 micro-

inch gold plated on plug contact area

IDC: Housing: PC + glass fiber., grey colour, UL 94V-2

Terminal: Phosphor Bronze with tin plated

Conductor: 24 AWG multi-strands

Conductor: Bare Copper

Insulation: HDPE/ LSZH

Material: PVC UL94V-0

Cycle: at least 750times.

Operating temperature: 10oC to 80oC / -20°C to +60°C

Page 228 of 371

e. UTP/STP Patch Cord -2Mtr

Description

Compliance

(Y/N)

Category 6A or latest UTP/STP Patch Cord (Factory Crimped) --2Mtr

The Patch Cord shall, at a minimum comply with proposed TIA/EIA-568-C.2

Commercial Building Cabling Standards Transmission Performance Specifications

for 4 pair Category 6A Cabling or latest .

RJ45 Jack: Housing: ABS+PC, UL94V-0, Black colour

Contact Bracket: PC, UL 94V-2, transparent colour

RJ45 Jack Contact: Material: Phosphor bronze with nickel plated, Finish: 50 micro-

inch gold plated on plug contact area

IDC: Housing: PC + glass fiber., grey colour, UL 94V-2

Terminal: Phosphor Bronze with tin plated

Conductor: 24 AWG multi-strands

Conductor: Bare Copper

Insulation: HDPE/LSZH

Material: PVC UL94V-0

Cycle: at least 750times.

Operating temperature: 10oC to 80oC / -20°C to +60°C

17.30 Link Load Balancer

Sl. Link Load Balancer Compliance

(Yes/No)

1 The proposed device should be a dedicated purpose built hardware Load Balancer appliance. It should not be a part of UTM, Firewall module or Router functionality.

2 The appliance should have 32 GB RAM and 512 GB SSD drive

3 The appliance should have 4 gigabit copper ports, 2 x 1GbE SFP ports and 2 x 10GbE SFP+ ports

4 The appliance should have minimum 20 Gbps throughput from day one

5 Should provide minimum 4M concurrent connections

6 Appliance should provide full ipv6 features from day one. OEM should be IPv6 gold-certified and OEM should be listed vendor for ipv6 phase-2 certification.

7 Load balancing Features

8 Support for multiple internet links in Active-Active load balancing and active-standby failover mode.

9 Should support Outbound load balancing algorithms like round robin, Weighted round robin, shortest response, target proximity and dynamic detect.

10 Should support inbound load balancing algorithms like round robin, Weighted round robin, target proximity & dynamic detect.

Page 229 of 371

Sl. Link Load Balancer Compliance

(Yes/No)

11 Should support Static NAT, Port based NAT and advanced NAT for transparent use of multiple WAN / Internet links.

12 IPV6 support with IPv6 to IP4 and IPv4 to IPv6 translation and full IPv6 support.

13 In case of link failure, device should detect it in less than 30 seconds and divert the traffic to other available links.

14 Shall provide individual link health check based on physical port, ICMP Protocols, user defined l4 ports and destination path health checks.

15 Should provide mechanism to bind multiple health checks, support for Application specific VIP health check and next gateway health checks.

16 Should support persistency features including RTS (return to sender) or equivallent features.

17 High Availability and Cluster

18 Should provide comprehensive and reliable support for high availability based on Per VIP based Active-active & active standby unit redundancy mode.

19 Statefull session failover with Connection mirroring support

20 Appliance should not have any limitations for connection mirroring

21 Should support Fast Failover link to synchronize configuration at boot time of HA

22 Support for multiple communication links for realtime configuration synchronizations including HA group, gateway health check, decision rules, SSF sessions etc.. and heartbeat information

23 Must have support for secondary communication link for backup purpose

24 should support floating IP address and group for statefull failover support. Appliance must have support 256 floating ip address for a floating group

25 should support built in failover decision conditions including unit failover, group failover and reboot

26 should also have option to define customized rules for gateway health check - the administrator should able to define a rule to inspect the status of the link between the unit and a gateway

27 Configuration synchronization at boot time and during run time to keep consistence configuration on both units.

28 Security and Application Performance

29 Should provide performance optimization using TCP connection multiplexing, TCP buffering and IEEE 802.3ad link aggregation.

30 should support TCP optimization options including windows scaling, timestamp & Selective Acknowledgement for enhanced TCP transmission speed.

31 TCP optimization option configuration must be defined on per virtual service basis not globally.

32 optional software based compression for HTTP based application,SSL acceleration and high speed HTTP processing on same appliance.

33 Should support QOS for traffic prioritization, CBQ , borrow and unborrow bandwidth from queues.

Page 230 of 371

Sl. Link Load Balancer Compliance

(Yes/No)

34 Should provide QOS filters based on port and protocols including TCP, UDP and ICMP Protocols.

35 Should support rate shaping for setting user defined rate limits on critical application.

36 should support integrated firewall module to protect the device itself from network based DOS and DDOS attacks.

37 Appliance should have security features like reverse proxy firewall, Syn-flood and dos attack protection features from the day of installation .

38 Management

39 The appliance should have extensive report like http squid or customized http logging with inbuilt tcpdump and log collecting functionality

40 The appliance should have SSH CLI, Direct Console, GUI interface for configuration and reporting, SNMP, Single Console per Cluster, XML-RPC with inbuilt reporting.

41 The appliance should be dual bootable to fall back to last working configuration

42 The appliance should support alerting mechanism like mail, Syslog and snmp.

43 OEM should have TAC availability with toll free number. In case bidder fails to support, OEM should provide post implementation support through TAC center engineer

44 OEM must be present in the latest Gartner Leader's or Challenger’s Magic quadrant (2016)

Page 231 of 371

17.31 Technical Specification for Air Conditioner 1 Air Conditioner 2 tons (SHQ)/1.5 tons (DHQ/SDHQ), 5-star Split

Air Conditioner with Voltage Stabilizer

Nominal Capacity: 2 ton (SHQ)/1.5 ton

(DHQ/SDHQ)

Cooling capacity: 7 kW ± 2%

Electricity input: 230V/50Hz/Single Phase

Coefficient of performance: 3.5 (Minimum)

Max. Ambient temperature: 480 C ± 5%

Moisture removal rate: 2 ± 10% litre/ hour

Air flow rate: 5.6 cmm (Min)

Noise level

Indoor unit: Less than 45 db

Outdoor unit: Less than 55 db

Function modes: Auto/Cool/Fan/Dry – shall have

sleep and power saving modes

Other features: - Automated vertical swing for

horizontal louvers

- Antifreeze thermostat

Compress: Rotary type

Body surface finish: powder coated/high quality

paint finish

Air filtering unit: Activated carbon cartridge,

dust proof and antibacterial filter

Length of tubing: 15 m or as per the installation

requirement

Remote handset: LCD display with night glow

Voltage Stabilizer: Stabilizer having ISI quality

certification and rating that matches with the

power rating of the A/C unit

Compliance

(Y/N)

Page 232 of 371

17.32 Point to Multi Point radios specification

5.8Ghz base station sector radio up to 50 Mbps Aggregated Throughput

S. No

Description Compliance (Yes/No)

1 Radio System should operate in India WPC Band 5.825Ghz – 5.875Ghz in accordance with GSR 38 (E) dated 19th Jan 2007 for outdoor deployment

2 The Radio should support AES-128 / FIPS 197 encryption and vendor should provide necessary certifications

3 The Radio System should have the feature of mitigation of mutual interference between multiple radios of same vendor installed at same site/tower for TDD Intra site synchronization

4 Radio System should support synchronization mechanism of transmission timing of different Hub-Sites in order to eliminate mutual interference between multiple sites for TDD Inter site synchronization through GPS Sync Unit

5 The SSID/Link ID should be in encrypted form over the air preventing sniffing by other vendor products

6 The Enclosure of the radio system should be of at least IP66 (NEMA4x) / NEMA 6 or equivalent, certified by International Accredited Lab

7 The Radio System should support the Quality of Service based on 4 Queue according to 802.1p/Diffserve

8 The BS Radio System must deliver actual/net usable aggregate throughput of up to 50Mbps with Single sector base station radio

9 Time and date synchronization facility should be available for time stamping of logs

10 Radio System should support OFDM MIMO2x2 technology.

11 Radio system should operate on TDMA duplexing mode

12 Radio System should support Channel Bandwidth minimum of 5/10 MHz user configurable in 5 Mhz steps

13 The Base station sector Radio should support maximum of +22 dBm (Tx Power on Antenna Port)

15 The Base station sector radio should support 60/90/120 degree coverage External sector antenna

16 Radio should cover distance of 15 Kms or better

17 The radio System should support SNMPv1, SNMPv3 & Telnet.

18 The Outdoor Radio unit Operating temperature should be -35°to +55° Celsius

19 The base station sector radio should support dual stack IPv4 & IPv6 IP Address

20 The radio system should have the feature of controlling assured bandwidth management for each connected CPE, any obstruction/interference at one CPE should not have impact on the performance of other CPEs in the same sector.

21 The user should able to configure upload and download percentage in step of 1%. Radio should support Symmetric & asymmetric bandwidth configurable upto 85%: 15% in either direction.

Page 233 of 371

22 Latency should not exceed 25ms

24 The Radio should support channel accuracy of ±10ppm

25 Radio System should support MTU size of 2000 bytes or higher increasing fragmented frame size by limiting overheads and delivering higher data for a given duration of time

26 The radio must have provision of Initiation of software reset command to either side radio from Link management software, and should not have a HW based reset button for security reasons.

27 Should have provision of Registration of CPE only from Base Station end for added security. No Registration of CPE to BS should be permitted from CPE end.

28

Software upgrade-

(i) Radio System should support the upgradion of firmware/software over the air

(ii) Radio System should support Scheduled / Delayed SW upgrade.

(iii) Radio System should support Bulk software upgrade of multiple site equipment.

29 The system should have the feature of bulk backup of software & configuration of entire sector and associated CPEs to enable ease of restoring configuration or upgrade/downgrade.

30 User must be able to define separate VLAN for management and data traffic, to isolate management traffic from user data traffic.

31

(i) Performance Monitoring logs, event logs and provision for monitor logs must be available through Element management software

(ii) Radio should have capability to store the performance logs for up to 30 days for downloading when required.

(iii) Radio system should support download of link diagnostics information logs from the radio for fault analysis.

32 Event/Alarms log should be supported in the system

34 The system should have the feature of indications of current modulation available identify interference/performance.

35 Radio System should support LAN Interface 10/100 Base T interface with Auto negotiation (IEEE802.3)

36 Radio System should support Framing/Coding IEEE802.3/U standard on Ethernet Interface to the network

37 Temperature supported should be for outdoor radios -35° C to 55° C and indoor units 0°C to 50°C

38 Humidity supported should be for outdoor radios 95% condensing and for indoor units 90% non-condensing

39 Radio should support Wind speed (operational) of 180 km/h.

40 The radios should support Regulations - FCC PART 15,part C, WPC - GSR-38-E for wireless

41 The Radio should support safety standards - UL 60950-1, UL 60950-22

42 The BS radio should have provision to configure at least 5 or more destinations for sending SNMP traps to network supervisors and managers

Page 234 of 371

43 The BS radio should have provision to enable/disable access via Telnet/Web interface for preventing unauthorized access

44 The BS radio should support RADIUS client.

45 The BS radio should have provision to disable temporarily connection to network behind the CPE for diagnostic purposes such as broadcast/multicast storm from customer network.

46 BS Radio must support Dynamic Bandwidth Allocation

47 BS Radio must support Syslog

48 BS Radio support PPS of 165000 packets per second

47

i. The PoE unit should support 1x10/100/1000 Mbps Ethernet LAN ports, Auto negotiation IEEE 802.3u.

ii. The PoE unit should support Framing/Coding IEEE802.3

iii. The PoE unit should support impedance of 100 Ohms

iv. DC-PoE with wide range 20-60VDC should be supported for the Base Station radio

v. The power consumption of PoE should be Maximum < 5 W

vi. Temperature supported should be for PoE units 0°C to 50°C

vii. The humidity should be up to 90% non-condensing

CPE of 5.8 GHz Ethernet Radio of up to 10 Mbps aggregate throughput

Item

Deviations/Remarks

1 The radio system offered should consist of outdoor and indoor equipment, antenna, cables, system software and all other hardware required for operation, monitoring & configuration of the link.

2 Radio System should operate in India WPC Band 5.825Ghz – 5.875Ghz in accordance with GSR 38 (E) dated 19th Jan 2007 for outdoor deployment

3 CPE radio should support Automatic Transmit Power Control (ATPC) to limit the power and reduce unnecessary interference to other CPEs in the proximity.

4 CPE should support maximum TX power up to 21 dBm

5 Radio System should support Channel Bandwidth minimum of 5/10 MHz user configurable in 5 Mhz steps

6 Offered radio should support external Antenna according to the link budget required

7 Radio should cover distance of 15 Kms or better

8 Modulation technology supported should be OFDM – MIMO 2 x 2 and Diversity, FEC k = 1/2, 2/3, 3/4, 5/6

9 Radio system should operate on TDMA duplexing mode

10 CPE radio should support smart dynamic assured capacity controlled by Base station

12 Latency should be lower than 25ms between BS and CPE LAN ports

13 Should support throughput Capacity upgrade license to 50 mbps without changing hardware

Page 235 of 371

14 To support multiple applications and traffic requirements, the radio should support Symmetric & Asymmetric Transmit ratio up to 85%:15% in any direction @ 20/40 MHz Channel size.

15 CPE Radio should support adaptive modulation

16 Radio System should support MTU size of 2000 bytes or higher, increasing fragmented frame size by limiting overheads and delivering higher data for a given duration of time

17 The Radio system should support dual stack IPv4 & IPv6 IP Address

18 The Radio System should support the Quality of Service according to IEEE 802.1p, TOS/ Diffserve

19 Radio system should support VLAN according to IEEE 802.1q standards; Should also support Double tagging Q in Q (DVLAN); should support 4 Levels of Queues. Separate VLAN for management and traffic should be supported

20 The CPE radio must have provision of Initiation of soft reset command from Link management software, and should not have a HW based reset button for security reasons.

21 The Radio should support AES-128 / FIPS 197 encryption and vendor should provide necessary certifications

22 Input AC Voltage- 110 – 240 VAC or Input DC Voltage- -20 to -60 VDC

23 The power consumption of Radio should be Maximum < 12 W

24 Should support SNMPv1 & SNMPv3,Telnet, web based management

25 CPE should support ATPC in uplink direction to minimize unwanted interference

26 For ease of field management, should be able to manage Base Station and CPEs using a single Computer / Laptop- one point missing

27

(i) Radio System should support the upgradion of firmware/software over the air through element management software tool

(ii) Radio System should support Scheduled based / Delayed SW upgrade through element management software tool

(iii) Radio System should support Bulk software upgrade of multiple site equipment.

28 Event/Alarms log should be supported in the system

29 Temperature supported should be for outdoor radios -35° C to 55° C and indoor units 0°C to 50°C

30 Humidity supported should be for outdoor radios 95% condensing and for indoor units 90% non-condensing

31 Radio should support Wind speed (operational) of 180 km/h.

32 Radio System should support LAN Interface 10/100 Base T interface with Auto negotiation (IEEE802.3)

33 Radio System should support Framing/Coding IEEE802.3/U standard on Ethernet Interface to the network

34 The radios should support Regulations - FCC PART 15,part C, WPC - GSR-38-E for wireless

35 The Radio should support safety standards - UL 60950-1, UL 60950-22

36 The system should have the feature of RSSI indications per radio chain of MIMO to enable fine alignment in azimuth and elevation planes on CPE

Page 236 of 371

37 The system should have the feature of indications of current modulation available identify interference/performance.

38

i. The PoE unit should support 1x10/100/1000 Mbps Ethernet LAN ports, Auto negotiation IEEE 802.3u.

ii. The PoE unit should support Framing/Coding IEEE802.3

iii. The PoE unit should support impedance of 100 Ohms

iv. DC-PoE with wide range 20-60V DC should be supported for the Base Station radio

v. The power consumption of PoE should be Maximum < 5 W

vi. Temperature supported should be for PoE units 0°C to 50°C

vii. The humidity should be up to 90% non-condensing

17.33 New outside Van specification

Sr. Description Compliance

Yes/No

1. TRANSPORTABLE VSAT VAN-KU Band

2.

Vehicle with complete body building to have insulated walls, rooftop for mounting 1.2 meter antenna system, fitted with racks as per

specification, Built-in Air conditioning system, extra strengthening of rear suspension.

3. Complete Vehicle Engineering, changes in internal structure,

integration and supply of following facilities.

4. 3 KVA Generator set

5. 2 KVA UPS System with 10 minutes battery backup

6. Rugged Power Distribution panel

7. AC / DC Power cables

8. 19" standard equipment rack with shock absorbers

9. Electrical fitting, tube lights and wall fans

10. Installation Tool Kit

11. RF/IF baseband interconnection cables, connectors, adapters and other

accessories

12. Mechanical stabilizing and leveling jacks.

13. Bare Vehicle Registration, Insurance etc.

14. Life time RTO Tax and Final registration charges at Site

Antenna system

15. 1.2M Vehicle mounted antenna structure-Roof top type

16. 1.2M Reflector along with Tx/Rx feed (Ku band)

17. Satellite Interactive terminal (IDU)

18. Ku Band 4 BUC, F Conn.

Page 237 of 371

Sr. Description Compliance

Yes/No

19. Ku-Band LNBC

20. Installation and Integration material

Additional items:

21. External AC 1/1.5 Ton specialized mobile A./C

22. Video conferencing system with PTZ camera,

23. 14" Color TV

24. Laptop - Latest configuration

25. Ethernet Cables- 35 Meters

26. Fire extinguisher

27. Foot Pump

28. Earthing Kit

29. 8 port Ethernet hub/switch

30. Single channel VOIP terminal

31. Standard telephone instrument

32. Handy cam( Optional)

Page 238 of 371

18 Annexure I: List of districts

Sr. No. District Name

1 Palamu

2 Garhwa

3 Latehar

4 Chatra

5 Hazaribagh

6 Koderma

7 Giridih

8 Ramgarh

9 Bokaro

10 Dhanbad

11 Lohardaga

12 Gumla

Sr. No. District Name

13 Simdega

14 Ranchi

15 Khunti

16 West Singhbhum

17 Saraikela Kharsawan

18 East Singhbhum

19 Jamtara

20 Deoghar

21 Dumka

22 Pakur

23 Godda

24 Sahibganj

Page 239 of 371

19 Annexure II: List of sub-divisions

Sr. No. SDHQ

1 Barhi

2 Bermo

3 Bundu

4 Chaibasa Sadar

5 Chakradharpur

6 Chandil

7 Chas

8 Chatarpur

9 Chatra Sadar

10 Daltonganj

11 Deogarh

12 Dhalbhum

13 Dhanbad Sadar

14 Dumka Sadar

15 Garhwa Sadar

16 Ghatshila

17 Godda Sadar

18 Gumla Sadar

19 Hazaribagh Sadar

Sr. No. SDHQ

20 Hussainabad

21 Jamtara Sadar

22 Khunti Sadar

23 Koderma Sadar

24 Latehar Sadar

25 Lohardaga Sadar

26 Nagaruntari

27 Pakur Sadar

28 Rajmahal

29 Ramghar Sadar

30 Sahebganj Sadar

31 Saraikela Sadar

32 Madhupur

33 Simdega Sadar

34 Ranchi Sadar

35 Giridih Sadar

36 Ranka

37 Mahuadar

38 Jagannathpur

Note: All Sadar sub-divisions may be connected as horizontal offices as they are located in the same

premises as the district headquarters

Page 241 of 371

20 Annexure III: List of blocks

Sr.

No. DISTRICT BLOCK

1

BOKARO

BERMO

2 CHANDANKIARI

3 CHANDRAPURA

4 CHAS

5 JARIDIH

6 GUMIA

7 KASMAR

8 NAWADIH

9 PETERBAR

10

CHATRA

GIDHAUR

11 CHATRA Sadar

12 HUNTERGANJ

13 ITKHORI

14 KANHACHATTI

15 KUNDA

16 LAWALONG

17 MAJURHEND

18 PATHALGADA

19 PRATAPPUR

20 SIMARIA

21 TANDWA

22

DEOGHAR

DEOGHAR SADAR

23 MARGOMUNDA

24 DEVIPUR

25 KARON

26 MADHUPUR

27 MOHANPUR

28 PALOJORI

29 SARATH

30 SARWAN

31 SONARAY THARHI

32

DHANBAD

East TUNDI

33 DHANBAD Sadar

34 BAGHMARA

35 BALIAPUR

36 NIRSA

Sr.

No. DISTRICT BLOCK

37 GOBINDPUR

38 JHARIA

39 TOPCHANCHI

40 TUNDI

41

DUMKA

DUMKA Sadar

42 GOPIKANDAR

43 JAMA

44 JARMUNDI

45 KATHIKUND

46 MASALIA

47 RAMGARH

48 RANISHWAR

49 SARAIYAHAT

50 SHIKARIPARA

51

E. SINGHBHUM

BAHARAGORA

52 JAMSHEDPUR

Sadar

53 CHAKULIA

54 DHALBHUMGARH

55 DUMARIA

56 BODAM

57 GHATSILA

58 GURBANDHA

59 MUSABANI

60 PATAMDA

61 POTKA

62

GARHWA

BARDIHA

63 GARHWA Sadar

64 BISHUNPURA

65 BHANDARIA

66 BHAWANATHPUR

67 CHINIYA

68 DANDA

69 DANDAI

70 DHURKI

71 KANDI

Page 242 of 371

Sr.

No. DISTRICT BLOCK

72 KETAR

73 KHARAONDHI

74 MAJHIAON

75 MERAL

76 RAMKANDA

77 RAMNA

78 RANKA

79 SAGMA

80 NAGAR UNTARI

81

GIRIDIH

BAGODAR

82 BENGABAD

83 GIRIDIH Sadar

84 BIRNI

85 DEORI

86 RAJDHANWAR

87 DUMRI

88 GANDE

89 GAWAN

90 JAMUA

91 PIRTANR

92 SARIYA

93 TISRI

94

GODDA

BASANTRAI

95 BOARIJOR

96 GODDA Sadar

97 MAHAGAMA

98 MEHERMA

99 PATHARGAMA

100 POREYAHAT

101 SUNDARPAHARI

102 THAKURGHANTI

103

GUMLA

GUMLA Sadar

104 BASIA

105 BISHUNPUR

106 CHAINPUR

107 ALBERT EKKA

108 DUMRI

109 GHAGHRA

Sr.

No. DISTRICT BLOCK

110 KAMDARA

111 PALKOT

112 RAIDIH

113 SISAI

114 VERNO

115

HAZARIBAG

HAZARIBAG Sadar

116 BARHI

117 BARKAGAON

118 BARKATHA

119 BISHNUGARH

120 CHALKUSHA

121 CHAUPARAN

122 CHURCHU

123 DARI

124 DARU

125 ICHAK

126 KATKAMDAG

127 KATKAMSANDI

128 KEREDARI

129 PADMA

130 TATIJHARIA

131

JAMTARA

FATEHPUR

132 JAMTARA Sadar

133 KUNDAHIT

134 NALA

135 NARAYANPUR

136 KARMATAND -

VIDYASAGAR

137

KHUNTI

KHUNTI

138 ERKI

139 KARRA

140 MURHU

141 RANIA

142 TORPA

143

KODERMA

CHANDWARA

144 DOMCHANCH

145 KODERMA Sadar

146 JAINAGAR

Page 243 of 371

Sr.

No. DISTRICT BLOCK

147 MARKACCHO

148 SATGAWAN

149

LATEHAR

LATEHAR Sadar

150 BALUMATH

151 BARIATU

152 BARWADIH

153 CHANDWA

154 GARU

155 HERHANJ

156 MAHUADANR

157 MANIKA

158

LOHARDAGA

BHANDRA

159 KARRO

160 KISKO

161 LOHARDAGA

162 KURU

163 PESHRAR

164 SENHA

165

PAKUR

PAKUR Sadar

166 AMRAPARA

167 HIRANPUR

168 LITIPARA

169 MAHESHPUR

170 PAKURIA

171

PALAMU

BISHRAMPUR

172 CHAINPUR

173 CHHATARPUR

174 HAIDARNAGAR

175 HARIHARGANJ

176 DALTONGANJ

177 HUSSAINABAD

178 LESLIGANJ

179 MANATU

180 MOHAMADGANJ

181 NAWABAZAR

182 NAWADIH

183 PANDU

184 PARHWA

Sr.

No. DISTRICT BLOCK

185 PANKI

186 PATAN

187 PIPRA

188 SATBARWA

189 TARHASI

190 UNTARI Road

191

RAMGARH

CHITARPUR

192 RAMGARH

193 DULMI

194 GOLA

195 MANDU

196 PATRATU

197

RANCHI

ANGARA

198 BERO

199 BUNDU

200 BURMU

201 CHANHO

202 ITKI

203 KANKE

204 KHELARI

205 LAPUNG

206 MANDAR

207 NAGRI

208 NAMKUM

209 ORMANJHI

210 RAHE

211 RATU

212 SILLI

213 SONAHATU

214 TAMAR

215

SAHIBGANJ

BARHAIT

216 SAHIBGANJ Sadar

217 BARHARWA

218 BORIO

219 MANDRO

220 PATHNA

221 RAJMAHAL

222 TALJHARI

Page 244 of 371

Sr.

No. DISTRICT BLOCK

223 UDHUA

224

SARAIKELA-K

SARAIKELA Sadar

225 ADITYAPUR

226 CHANDIL

227 GOBINDPUR

228 ICHAGARH

229 KHARSAWAN

230 KUCHAI

231 KUKRU

232 NIMDIH

233

SIMDEGA

SIMDEGA Sadar

234 BANO

235 BANSJOR

236 BOLBA

237 JALDEGA

238 KERSAI

239 KOLEBIRA

240 KURDEG

Sr.

No. DISTRICT BLOCK

241 PAKARDANR

242 THETAITANGAR

243

W.

SINGHBHUM

ANANDPUR

244 BANDGAON

245 CHAKRDHARPUR

246 GOELKERA

247 GUDRI

248 HATGAMHARIYA

249 JAGANNATHPUR

250 JHINKPANI

251 KHUNTPANI

252 KUMARDUNGI

253 MAJHGAON

254 MANJHARI

255 MANOHARPUR

256 NOAMUNDI

257 SONUA

258 CHAIBASA Sadar

259 TONTO

Note: All Sadar blocks may be connected as horizontal offices as they are located in the same premises as

the district headquarters

Page 246 of 371

21 Annexure IV: List of Connected Horizontal Offices

State headquarters (Ranchi)

Sl. No. Horizontal Offices Existing mode of

connectivity

Approximate

Distance

(in meter)

Nearest

Location

1 Bank Treasury, Hatia RF 500 M SNC

2 Office of the CEO RF 3000 M SNC

3 Director Education RF 4000 M Nepal House

4 Police HQ OFC 3000 M SNC

5 Treasury Project Building OFC 2700 M SNC

6 Bank Treasury, Doranda RF 2000 M Nepal House

7 Special Branch OFC 3300 M SNC

8 Advocate General OFC 200 M High Court

9 SP Wireless RF 2000 M DHQ, Ranchi

10 TA Building OFC 300 M SNC

11 Treasury (Nepal House) OFC 200 M Nepal House

12 Chief Secy. Residence OFC 200 M Audrey House

13 ATI Building OFC 200 M Audrey House

14 TC Block (Revenue) OFC 500 M SNC

15 CM Sec Leased Line 25000 M SNC

16 Vidhan Sabha Leased Line 3000 M SNC

17 Audrey House Leased Line 24000 M SNC

18 JSEB OFC 800 M SNC

19 High Court Leased Line 8000 M SNC

20 Rani Ki Kothi Leased Line 10000 M SNC

21 Project Building OFC 2500 M SNC

22 FFP OFC 2200 M SNC

23 Nepal House Leased Line 10000 M SNC

24 MDI OFC 2000 M SNC

25 Forest Leased Line 8000 M SNC

Page 247 of 371

District headquarters

Sl. No. District Horizontal Offices Existing mode of connectivity

Approximate Distance from

DHQ (in meter)

1

Giridih

DTO OFC 150

2 Civil Surgeon OFC 400

3 DPRO OFC 110

4 Dist. Judge OFC 400

5 Employment Office OFC 3000

6 Forest RF 3000

7 SP Office RF 5000

8 Jail RF 10000

9 Mining RF 1000

10 PHED RF 2000

11 PWD Road RF 2000

12 Sub Registry Office, Rajdhanwar OFC -

13 Employment Exchange RF 2500

14 Bank Treasury RF 500

15 APMC RF 5000

16

Garhwa

Jail OFC 600

17 Treasury OFC 700

18 Court OFC 800

19 DC Residence OFC 800

20 Agriculture OFC 900

21 Forest OFC 900

22 Animal Husbandry OFC 1000

23 PWD Road OFC 1200

24 Civil Surgeon OFC 2000

25 EE Electric Supply RF 2000

26 Employment Exchange Office OFC -

27 EE PHED RF 3500

28 Bank Treasury OFC 4000

29

Bokaro

Dist. Judge OFC 300

30 DTO OFC 300

31 Jail OFC 10000

32 Electric Supply RF 7000

33 Education RF 10000

34 Municipal RF 6000

35 Water Resources RF 6000

Page 248 of 371

Sl. No. District Horizontal Offices Existing mode of connectivity

Approximate Distance from

DHQ (in meter)

36 Forest RF 5000

37 DIG RF 4000

38 DC Residence RF 4000

39 DC Sales Tax RF 1500

40 APMC RF 5000

41 Employment Exchange OFC 450

42 SP Office LL 150

43

Palamu

DDC OFC 200

44 Municipal OFC 200

45 Court OFC 300

46 Bank Treasury OFC 200

47 Forest OFC 500

48 DC Residence OFC 1500

49 Divisional Commissioner OFC 3500

50 PWD Road OFC 300

51 SSA OFC 5000

52 Commercial Tax OFC 200

53 Panchayati Raj OFC 80

54 Consumer Forum OFC 120

55 Jail RF 1500

56 Industries RF 3500

57 Civil Surgeon RF 2000

58 PHED RF 2000

59 Electric Supply RF 3000

60

Deoghar

Court OFC 200

61 DDC OFC 150

62 Sales Tax OFC 400

63 DTO OFC 1500

64 SP Office OFC 600

65 PWD Road OFC 150

66 DC Residence OFC 400

67 Treasury OFC 500

68 Municipal OFC 700

69 Forest RF 1500

70 Jail RF 1500

71 Baba Temple RF 5000

72 Zila Parishad RF 2000

Page 249 of 371

Sl. No. District Horizontal Offices Existing mode of connectivity

Approximate Distance from

DHQ (in meter)

73 Civil Surgeon RF 7000

74 District Industry RF 7000

75 EE Electric Supply RF 4000

76 EE PHED RF 3000

77 JAP-5 LL -

78 SSA RF 4000

79 APMC RF 9000

80 Registrar LL 30

81

Dhanbad

Bank Treasury OFC 300

82 Panchayati Raj OFC 400

83 Commercial Tax OFC 600

84 DTO OFC 2000

85 PHED OFC 450

86 Civil Surgeon OFC 450

87 DDC OFC 2000

88 PWD Building OFC 2200

89 Judge OFC 200

90 Jail OFC 250

91 SP OFC 250

92 Industries RF 2500

93 DC Residence RF 2500

94 JAP-3, Govindpur RF -

95 Employment RF 2800

96 SSA RF 2000

97 APMC RF 6000

98

Dumka

Forest OFC 1000

99 Judge OFC 1000

100 Bank Treasury OFC 1000

101 Divisional Commissioner OFC 700

102 DDC OFC -

103 Industry OFC 1000

104 PWD Building OFC 1000

105 PWD Road OFC 700

106 Treasury OFC -

107 Municipal OFC 2000

108 Welfare OFC -

109 Education OFC 1500

Page 250 of 371

Sl. No. District Horizontal Offices Existing mode of connectivity

Approximate Distance from

DHQ (in meter)

110 APMC OFC 3000

111 SSA OFC 3000

112 Jail RF 2000

113 Civil Surgeon RF 3000

114 Agriculture RF 2000

115 Electric Supply RF 8000

116 DC Residence RF 3000

117 PHED RF 2000

118 Water Resources RF 2000

119 Consumer Forum OFC 500

120

Jamshedpur

DTO OFC 100

121 MESO OFC 200

122 PF Officer OFC 300

123 DPRO OFC 400

124 Registrar OFC 450

125 Jail OFC 18000

126 PWD Road OFC 5000

127 PWD Building OFC 5000

128 SSA RF 5000

129 DC Residence RF 5000

130 Employment RF 14000

131 Civil Surgeon RF 4000

132 District Judge RF 5000

133 Forest RF 5000

134 e-Court LL 5000

135 AIDA OFC 16000

136 Jail LL 18000

137 Bank Treasury RF 8000

138 Election Office OFC 400

139

Godda

Welfare OFC 400

140 Municipal OFC 700

141 Treasury OFC 700

142 Court OFC 1000

143 Civil Surgeon OFC 400

144 Fisheries OFC 700

145 Employment OFC 700

146 Mines & Minerals OFC 500

Page 251 of 371

Sl. No. District Horizontal Offices Existing mode of connectivity

Approximate Distance from

DHQ (in meter)

147 Forest RF 4000

148 DC Residence RF 3000

149 Commercial Tax RF 3000

150 Agriculture RF 6000

151 Electric Supply RF 1000

152 PHED RF 1000

153 Bank Treasury LL 2000

154

Gumla

MESSO OFC 100

155 Industry OFC -

156 Treasury OFC 400

157 District Judge OFC 500

158 DC Residence OFC 700

159 Jail OFC 800

160 Forest OFC 1000

161 Fisheries OFC 1000

162 Agriculture OFC 1000

163 Irrigation OFC 900

164 EE PHED OFC 900

165 PWD Road OFC 2000

166 Cooperative OFC 2000

167 Municipal OFC 3000

168 Employment Exchange OFC 300

169 Education RF -

170 Bank Treasury LL 3000

171

Jamtara

Forest OFC 1000 (from

SDHQ)

172 DC Residence RF 1200

173 Civil Surgeon RF 800

174 PHED RF 4000

175 Municipal RF 7500

176 Jail RF 7000

177 Employment OFC 1700

178 Agriculture RF 8000

179 APMC RF 3000

180 Treasury Office OFC -

181 Court OFC 10000

Page 252 of 371

Sl. No. District Horizontal Offices Existing mode of connectivity

Approximate Distance from

DHQ (in meter)

182 Bank Treasury OFC 800 (from

SDHQ)

183

Koderma

Sub Registrar OFC 110

184 District Judge OFC 800

185 Electric Supply OFC 8000

186 Civil Surgeon OFC 800

187 Forest officer RF 2000

188 Jail RF 1000

189 DC Residence RF 3000

190 Labour Superintendent RF 8000

191 Municipal RF 12000

192 APMC RF 15000

193 Employment Exchange OFC 250

194 Bank Treasury LL 1500

195

Latehar

DC Residence OFC 1000

196 Forest Officer OFC 2000

197 Electric Supply OFC 2000

198 Agriculture OFC 2000

199 Animal Husbandry OFC 2000

200 District Judge OFC 600

201 PWD Building OFC 700

202 Jail OFC 500

203 Municipal OFC 500

204 PHED OFC 600

205 Civil Surgeon OFC 800

206 DTO RF 5000

207 Bank Treasury OFC 900

208

Pakur

APMC OFC 200

209 Animal Husbandry OFC 1500

210 Electric Supply OFC 1500

211 DC Residence OFC 1500

212 PWD Building OFC -

213 Civil Surgeon OFC 7000

214 Jail OFC 400 (from

SDHQ)

215 PHED OFC 400 (from

SDHQ)

Page 253 of 371

Sl. No. District Horizontal Offices Existing mode of connectivity

Approximate Distance from

DHQ (in meter)

216 Judge OFC 400 (from

SDHQ)

217 Forest RF 5000

218 Municipal RF 150 (from

SDHQ)

219 Education RF 150 (from New

Building)

220 PHED RF 400 (from

SDHQ)

221 Employment Exchange Office OFC -

222 RWD OFC -

223 SBI Maheshpur OFC 2000

224 Commercial Tax LL 2000 (from

SDHQ)

225

Lohardaga

SP Office OFC 130

226 District Program Office OFC 100

227 DDC OFC 150

228 Jail OFC 1000

229 Judge OFC 1200

230 DC Residence OFC 1400

231 PWD Building OFC 1000

232 Industry OFC 600

233 Civil Surgeon RF 2500

234 Agriculture RF 2000

235 Electric Supply RF 3000

236 DWO (District Welfare Office) OFC -

237 Employment Exchange OFC 100

238 Water Resources RF 350

239

Ranchi

Commissioner Office OFC 150

240 Municipal OFC 200

241 Mining OFC 300

242 Employment OFC 500

243 SP Office OFC 150

244 DTO OFC 100

245 DC Office OFC 300

246 Treasury OFC 100

247 Election Office OFC 400

248 Education OFC 800

Page 254 of 371

Sl. No. District Horizontal Offices Existing mode of connectivity

Approximate Distance from

DHQ (in meter)

249 Judge OFC 500

250 Commercial Tax OFC 500

251 DC Residence RF 1500

252 Industry RF 2000

253 Jail LL 12000

254 PHED RF 7000

255 Electric Supply RF 2000

256 Civil Surgeon RF 1500

257 JHALSA, Ranchi RF 2000

258 IRB-5, Hatia OFC -

259 Bandobast Office OFC -

260 Mahila Probation Office, Namkum OFC -

261 Residential Office, Hon'ble CM OFC -

262 Drinking Water & Sanitation, Dhurwa OFC -

263 Yojna Bhawan, Nepal House OFC -

264 New Auditorium, Project Building OFC -

265 Civil Aviation, Hinoo LL -

266 PMU Cell, Vidhan Sabha OFC -

267 JPSC OFC -

268 DC Office Building (Phase-2) OFC -

269 Guest House OFC -

270 Helpline, JSEB OFC -

271 SIRD, South Campus LL -

272 State Labour Institute, Doranda OFC -

273 Sub Registry Office, Hinoo LL -

274 Ranchi-Khunti Co-operative Bank LL -

275 PHED Office, South Ranchi OFC -

276 State Election Commission OFC -

277 RIMS LL 5000

278 JAP-1, Doranda RF -

279 AG (A&E) Office RF 2500

280 Residence of CJ OFC 500

281 Drug Control Centre LL -

282 Lokayukt RF 1500

283 Residence of PS-IT OFC 500

284 Raj Bhawan LL 1000

285 CS Residence LL 2000

Page 255 of 371

Sl. No. District Horizontal Offices Existing mode of connectivity

Approximate Distance from

DHQ (in meter)

286 CM Residence OFC 1500

287 Agriculture RF 5000

288

Sahibganj

Jail OFC 700

289 District Judge OFC 200

290 DTO OFC 300

291 DDC OFC 500

292 DC Residence RF 700

293 SP Office RF 2000

294 Commercial Tax RF 5000

295 Municipal RF 7000

296 Forest RF 5000

297 Civil Surgeon RF 4000

298 Agriculture RF 8000

299 Forest Rest House RF 8000

300 PHED RF 8000

301 Bank Treasury LL 8000

302 Registrar OFC 200

303

Hazaribagh

Commercial Tax OFC 110

304 Divisional Commissioner OFC 170

305 DC Office OFC 110

306 DDC OFC 150

307 DTO OFC 250

308 Sub Registry OFC 200

309 Programme Officer OFC 250

310 Education OFC 150

311 DC Residence RF 1500

312 PHED RF 2500

313 Civil Surgeon RF 2500

314 Forest RF 2800

315 Judge OFC 400

316 SSA RF 1800

317 Electric Supply RF 1500

318 Industry RF 200

319 Jail RF 400

320 APMC RF 2500

321 Bank Treasury RF 500

322 Saraikela Agriculture OFC 4000

Page 256 of 371

Sl. No. District Horizontal Offices Existing mode of connectivity

Approximate Distance from

DHQ (in meter)

323 Labour Superintendent OFC 4000

324 Forest OFC 5000

325 Civil Surgeon OFC 4000

326 Municipal RF 6000

327 DC Residence RF 4000

328 Jail RF 6000

329 PHED RF 7000

330 Sub Registry Office, Chandil OFC -

331 Employment Exchange OFC 3000

332 Bank Treasury OFC 5000

333

Chaibasa

Excise Superintendent OFC 200

334 Court OFC 300

335 DC Office OFC 450

336 Sales Tax OFC 450

337 EE PHED RF 1500

338 Forest Office RF 2000

339 DDC RF 2000

340 SSA RF 2000

341 Civil Surgeon RF 1500

342 Electric Supply RF 4000

343 Industry RF 4000

344 DC Residence RF 4000

345 Consumer Forum OFC 450

346 Commissioner RF 5000

347 Jail RF 2000

348

Simdega

Treasury OFC 400

349 Agriculture OFC 600

350 Judge OFC 400

351 Jail RF 600

352 PHED RF 900

353 Electric Supply RF 3000

354 Civil Surgeon RF 1300

355 Residential Office, DC OFC -

356 Civil Court OFC -

357 Water Resources RF 700

358 Bank Treasury RF 1000

359 Chatra DDC OFC 500

Page 257 of 371

Sl. No. District Horizontal Offices Existing mode of connectivity

Approximate Distance from

DHQ (in meter)

360 District Judge OFC 500

361 Municipal OFC 4000

362 PWD Road OFC 4500

363 Jail OFC 4700

364 DC Residence OFC 1500

365 Employment OFC 5000

366 Agriculture RF 4000

367 Electric Supply RF 1500

368 Forest RF 4500

369 SSA RF 5000

370 Civil Surgeon RF 4500

371 Bank Treasury RF 4000

372 E E PHED RF 3500

373 Khunti

DC Office LL 1000

374 DC Residence, Khunti OFC 500

375

Ramgarh

SBI LL 1000

376 Sub Registry Office, Gola OFC -

377 Employment Exchange Office OFC -

378 Residential Office, DC OFC -

379 DC Office LL 8000

Page 258 of 371

Sub-divisional headquarters

Sl. No. Sub-division Sl. No. Horizontal

Offices Mode of

connectivity

Approximate Distance (in

meter)

1 Rajmahal

1 Jail RF 3000 M

2 Addl. CJM RF 1500 M

3 Health RF 1500 M

2 Chatra 4 SDO OFC 150

5 LRDC OFC 250

3 Palamu 6 Addl. CJM OFC 200

4 Nagarutari 7 Health RF 250

5 Garhwa 8 Election OFC 150

9 DCLR OFC 150

6 Latehar 10 Election OFC 100

7 Gumla 11 Sub-Registrar OFC 300

8 Ghatshila

12 Treasury OFC 100

13 Health RF 3500

14 SBI LL 6000

15 Jail RF 1500

16 Addl. CJM RF 5000

9 Saraikela 17 Health RF 1000

10 Chakradharpur

18 Treasury RF 50

19 SBI LL 1000

20 Health RF 2500

11 Deoghar 21 SDO OFC 200

22 Election OFC 200

12 Madhupur

23 Court OFC 600

24 SBI LL 4000

25 Treasury RF 100

13 Lohardaga 26 Addl. CJM OFC 100

14 Berhi 27 Health RF 2500

15 Ramgarh 28 Treasury OFC 30

16 Bermu

29 Addl. CJM OFC 200

30 SBI RF 500

31 Jail RF 3000

32 Health RF 3000

17 Khunti 33 Sub-Registrar OFC 150

34 Addl. CJM OFC 300

Page 259 of 371

Sl. No. Sub-division Sl. No. Horizontal

Offices Mode of

connectivity

Approximate Distance (in

meter)

35 SBI LL 1000

36 Health OFC 250

37 Jail OFC 500

18 Bundu 38 Health RF 3000

19 Jagannathpur 39 SDHQ OFC -

20 Mahuadar 40 SDHQ OFC -

21 Ranka 41 SDHQ OFC -

Page 260 of 371

22 Annexure V: Indicative list of new Horizontal Offices to be

connected

Sr. No. Location Horizontal Office Nearest Location Approx. Distance

(in meter)

1 Bokaro Animal Husbandry Chas BHQ 300

2 Bokaro Civil Surgeon DHQ 250

3 Bokaro Control Room DHQ 250

4 Bokaro District Education Officer DTO 150

5 Bokaro District Agriculture Officer Chas BHQ 150

6 Bokaro District Co-operative officer Court 250

7 Bokaro District Mining Officer Court 250

8 Bokaro Executive Engineer PWD –

Building Court 250

9 Bokaro Executive Engineer PWD -

Road Chas BHQ 500

10 Bokaro Finance (RASTRIYA BACHAT

) DTO 150

11 Bokaro Fisheries Chas BHQ 250

12 Bokaro Sarv Siksha Abhiyan (SSA) DHQ 3000

13 Bokaro Social Defence DHQ 4000

14 Bokaro Water Resources DHQ 8500

15 Bokaro Irrigation Court 250

16 Chatra Animal Husbandry Jail or SBI 150

17 Chatra District Co-operative officer - 7000

18 Chatra District Industries Office DDC Building 100

19 Chatra Excise Superintendent

Officer Jail 400

20 Chatra Executive Engineer PWD –

Building PWD Road 200

21 Chatra Fisheries PHED 130

22 Chatra Labour Superintendent Jail 500

23 Chatra Irrigation SBI 5000

24 Palamu Animal Husbandry DHQ 3500

25 Palamu Arts Sports & Culture DHQ 200

26 Palamu DIG PHED 500

27 Palamu District Agriculture Officer Sadar 500

28 Palamu District Co-operative officer Sadar 700

Page 261 of 371

Sr. No. Location Horizontal Office Nearest Location Approx. Distance

(in meter)

29 Palamu District Horticulture Officer DHQ 4000

30 Palamu District Land Acquisition

Officer Commercial Tax 100

31 Palamu District -Manager State

Food Corp. DHQ 1000

32 Palamu District Mining Officer DHQ 500

33 Palamu District Employment Office Industry 1500

34 Palamu Executive Engineer PWD –

Building Sadar 600

35 Palamu Fisheries DHQ 1500

36 Palamu Food DHQ 1000

37 Palamu IG DHQ 1500

38 Palamu Labour Superintendent Industry 1500

39 Palamu Sarv Siksha Abhiyan (SSA) Industry 700

40 Palamu Water Resources PHED 100

41 Palamu Irrigation PHED 1500

42 Deogarh Consumer Court Vikas Bhawan 70

43 Deogarh District Statistical Office Vikas Bhawan 40

44 Deogarh Labour Office SDHQ 600

45 Deogarh Irrigation + WRD Offices SDHQ 800

46 Deogarh Labour Court SDO Deoghar 70

47 Deogarh PWD Building SDHQ 80

48 Deogarh CJM Court DJ 80

49 Deogarh Fast Track Court DJ 150

50 Deogarh Family Court DJ 150

51 Deogarh Soil Conservation Office DHQ 600

52 Deogarh District Control Room DHQ 80

53 Deogarh District Fishery Office Electric Supply 1500

54 Deogarh T B Hospital Jail 1500

55 Deogarh Sadar Hospital Jail 1200

56 Deogarh Employment Exchange Municipal 1500

57 Deogarh District Mining Office Municipal 1500

58 Deogarh District Cooperative Office Municipal 80

59 Deogarh District Excise Office Jail 1000

60 Deogarh District Animal Husbandry SSA 500

61 Deogarh District Education office SSA 600

62 Deogarh Panchayat Training Sansthan, Deoghar

Industry 1500

Page 262 of 371

Sr. No. Location Horizontal Office Nearest Location Approx. Distance

(in meter)

63 Deogarh Circuit House (Old & New),

Deoghar Zila Parishad 600

64 Deogarh MINES & BHUTAUTA

BIBHAG PWD BUILDING 100

65 Deogarh JALCHHAJAN BHIBHAG C.B. 110

66 Deogarh DC RECORD ROOM DHQ 100

67 Deogarh GENERAL SECTION DHQ 100

68 Deogarh ZILA PARISHAD DHQ 2000

69 Deogarh NAGAR NIGAM DHQ 4000

70 Deogarh SSA (SHIFTING) DHQ 1500

71 Deogarh ANIMAL HUSBANDARY

(SHIFTING) DHQ 2000

72 Deogarh ADM SUPPLY DHQ 100

73 Deogarh SP RESIDENCE DHQ 1000

74 Deogarh CONSUMER OFFICE SDHO 200

75 Deogarh District Control Room SBI 400

76 Deogarh District Mining Officer DHQ 2000

77 Deogarh District Panchayati Raj

Office NIC 200

78 Deogarh District PRO PWD Road 200

79 Deogarh Executive Engineer PWD-

Building PWD Road 200

80 Deogarh Fisheries SSA 400

81 Deogarh IG SBI 300

82 Deogarh Science & Technology Sadar Block 2000

83 Deogarh Statistic Education 200

84 Deogarh Animal Husbandry Sadar Block 600

85 Deogarh PHED Mechanical Division Water Resource 400

86 Deogarh RDD Education DHQ 1500

87 Deogarh CJM District Judge 250

88 Deogarh REO DHQ 2000

89 Deogarh RDD excise Commissioner 200

90 Deogarh Employment Exchange Sadar Block 1500

91 Jamshedpur Labour Superintendent Nearest Employment 3000

92 Jamshedpur Factory Inspector,

Jamshedpur Nearest SBI, Bank 2000

93 Jamshedpur District Fire Officer Nearest Employment 3000

94 Jamshedpur District Soil Conservation

Officer, Jamshedpur Nearest Sadar Block 4000

Page 263 of 371

Sr. No. Location Horizontal Office Nearest Location Approx. Distance

(in meter)

95 Jamshedpur District Fishery Officer old

new Fishery Officer Nearest Sadar Block 4000

96 Jamshedpur District Agriculture Officer Nearest Sadar Block 4000

97 Jamshedpur District Animal Husbandry

Officer Nearest Sadar Block 4000

98 Jamshedpur District Horticulture Officer Nearest Sadar Block 4000

99 Jamshedpur District Pollution Control

Board, Adityapur DHQ 10000

100 Jamshedpur Civil Defence DHQ 5000

101 Jamshedpur Principal, M.G.M. College DHQ 8000

102 Jamshedpur Superintendent, M.G.M.

Hospital DHQ 3000

103 Jamshedpur Special Officer, JNAC DHQ 2000

104 Jamshedpur Special Officer, MNAC DHQ 5000

105 Jamshedpur Special Officer, Jugsalai

Municipality DHQ 10000

106 Jamshedpur MVI, Kolhan From Messo 100

107 Jamshedpur Secretary, Bazar Samity,

Parsudih Nearest Sadar Block 4000

108 Jamshedpur Rail SP Nearest Sadar Block 5000

109 Jamshedpur Forest Conservation work

Niyojan Office Nearest Forest RF

Office 4000

110 Jamshedpur Civil Surgeon Nearest Sadar Block 4000

111 Jamshedpur Jharkhand Arms Police-6 DHQ 7000

112 Jamshedpur Employment Executive,

Ghatsila From SDHQ 6000

113 Jamshedpur Cooperative Society,

Ghatsila From SDHQ 2000

114 Jamshedpur Supply Ghatsila - 250

115 Jamshedpur Jamshedpur Circuit house DC Residence 250

116 Jamshedpur Principal, ITI Burma mines DHQ 8000

117 Jamshedpur District Sports Officer SSA 3000

118 Jamshedpur F.C.I. JSR Block 4000

119 Jamshedpur Apna Bazar JSR Block 4000

120 Jamshedpur Jamshedpur co-operative

store - 600

121 Jamshedpur D.B. B.S.R.T.C. Employment 3000

122 Jamshedpur Add. Comm. Income Tax DHQ 2000

123 Jamshedpur District Tourist Information

centre Commercial Tax 250

Page 264 of 371

Sr. No. Location Horizontal Office Nearest Location Approx. Distance

(in meter)

124 Jamshedpur Inspector S.P.C. Animal JSR Block 3000

125 Jamshedpur Atomic Energy, Khashmahal JSR Block 3000

126 Jamshedpur Environmental Dept. Govt.

(Sonari Airport) DC residence 5000

127 Garhwa APMC DHQ 3500

128 Garhwa Arts Sports & Culture DTO 100

129 Garhwa Control Room DHQ 3000

130 Garhwa District Co-operative officer DTO 110

131 Garhwa District -Manager State

Food Corp. DHQ 4000

132 Garhwa District Sanitation Mission DHQ 3500

133 Garhwa Finance DTO 90

134 Garhwa Fisheries DHQ 3500

135 Garhwa Food DHQ 2000

136 Garhwa Higher Education DHQ 4000

137 Garhwa MESO Officer - (Tribal Sub

plan District) DHQ 110

138 Garhwa Nazarat - Deputy Collector Collector ground

floor-2 95

139 Garhwa Urban DHQ 4000

140 Garhwa Water Resources DHQ 2500

141 Garhwa Irrigation DHQ 2500

142 Garhwa UIDI DHQ 2000

143 Garhwa ADDL CJM SDHQ 2000

144 Garhwa HEALTH SDHQ 4000

145 Garhwa WELFARE SDHQ 110

146 Garhwa JAIL SDHQ 4000

147 Garhwa Forest SDHQ 3000

148 Garhwa District Session Judge SDHQ 1000

149 Giridih PWD BUILDING DIVISION - 2000

150 Giridih DISTRICT PUBLIC

RELATIONSHIP OFFICE - 1500

151 Giridih LABOUR OFFICE - 1500

152 Giridih DSWO - 1500

153 Giridih SARWSHIKSHA ABHIYAN

OFFICE - 500

154 Giridih MUNICIPALITY - 400

155 Giridih PHED-2 - 1500

Page 265 of 371

Sr. No. Location Horizontal Office Nearest Location Approx. Distance

(in meter)

156 Giridih WEST FOREST DIVISION - 3000

157 Giridih District Samadeshta, Home

Guard - 4000

158 Giridih Science Building - 500

159 Giridih EE, Building Division - 1500

160 Giridih EE, NREP - 500

161 Giridih EE, Special Division - 500

162 Giridih EE, Minor Irrigation - 1500

163 Giridih District Mining Office - 1500

164 Godda Zila PARISAD DHQ 500

165 Godda INDUSTRIES OFFICE DHQ 400

166 Godda District SSA & DPRO DHQ 320

167 Godda PWD ROAD PHED 320

168 Godda District Animal Husbandry Agriculture 220

169 Godda Consumer Forum Municipal 200

170 Godda Minor Irrigation Commercial Tax 700

171 Gumla Social Security Excise 60

172 Gumla Revenue Excise 100

173 Gumla Land Reforms Excise 50

174 Gumla Legal Section Excise 1000

175 Gumla NIC DHQ 1000

176 Gumla NIC Training Room DHQ 70

177 Gumla GML DIC Electric Office 4000

178 Gumla DTO, Silam Electric Office 4000

179 Gumla Library Irrigation 150

180 Gumla District Science Building Irrigation 110

181 Gumla DPRO SDHQ 200

182 Gumla Statistical DHQ 150

183 Gumla SSA DHQ 150

184 Gumla Special Division Messo 70

185 Gumla DCE Employment

Exchange 80

186 Gumla Conservator Of Forest Forest Office 1100

187 Hazaribagh Animal Husbandry SDHQ Hazaribagh 3000

188 Hazaribagh APMC DHQ Hazaribagh 5000

189 Hazaribagh Arts Sports & Culture DHQ Hazaribagh 1500

190 Hazaribagh District Agriculture Officer DHQ Hazaribagh 3500

Page 266 of 371

Sr. No. Location Horizontal Office Nearest Location Approx. Distance

(in meter)

191 Hazaribagh District Co-operative officer Civil Court Hazaribagh 500

192 Hazaribagh District Horticulture Officer DHQ Hazaribagh 4000

193 Hazaribagh District -Mgr. State Food

Corp. DHQ Hazaribagh 3500

194 Hazaribagh District Mining Officer DHQ Hazaribagh 2000

195 Hazaribagh District Employment Office DHQ Hazaribagh 4000

196 Hazaribagh Dy. Collector Rev. Section DC Building 300

197 Hazaribagh Executive Engineer PWD-

Building DHQ Hazaribagh 3000

198 Hazaribagh Executive Engineer PWD-

Road DHQ Hazaribagh 1500

199 Hazaribagh Fisheries SDHQ Hazaribagh 2500

200 Hazaribagh Irrigation DHQ Hazaribagh 2000

201 Hazaribagh UIDAI DDC 105

202 Hazaribagh SDO, Berhi SDHQ Barhi 300

203 Hazaribagh SUB-ELECTION, Berhi SDHQ Barhi 300

204 Hazaribagh WELFARE, Berhi SDHQ Barhi 300

205 Jamtara Control Room (Police) DHQ 110

206 Jamtara DDC Data cell DHQ 105

207 Jamtara District Planning Office DHQ 90

208 Jamtara DRDA Office. DHQ 110

209 Jamtara Establishment (DDC) DHQ 110

210 Jamtara Excise Superintendent office DHQ 100

211 Jamtara District Sanitation Mission PHED 100

212 Jamtara Sarv Sikhsha Abhiyan(SSA) PHED 90

213 Jamtara Water Resource - 600

214 Jamtara District Project Officer,

UIDAI DHQ 90

215 Jamtara Project Director, ITDA RRDA 70

216 Jamtara Deputy Collector Land

Reform Office SDHQ 100

217 Jamtara District Land Acquisition

Office DHQ 90

218 Jamtara Executive Engineer, REO DHQ 90

219 Jamtara Executive Engineer, Minor

Irrigation DHQ 100

220 Jamtara Executive Engineer, NREP DHQ 100

221 Jamtara Measurement Office DHQ 105

222 Jamtara District Industrial Office DHQ 110

Page 267 of 371

Sr. No. Location Horizontal Office Nearest Location Approx. Distance

(in meter)

223 Jamtara District Statistic Office DHQ 110

224 Jamtara District Dairy Development

Office DHQ 80

225 Jamtara District Animal Husbandry

Office Jamtara BHQ 200

226 Jamtara Executive Engineer PWD

Road SDHQ 700

227 Jamtara District Fisheries Office SDHQ 2000

228 Jamtara Civil Surgeon DHQ 700

229 Jamtara Executive Engineer, Zila

Parishad SDHQ 600

230 Jamtara Executive Engineer, Road

Construction SDHQ 700

231 Jamtara Executive Engineer, Electrical Division

DHQ 3500

232 Jamtara Executive Engineer, Irrigation Division

DHQ 3000

233 Jamtara Soil Conservation Office DHQ 3000

234 Jamtara Labour Superintendent

Office DHQ 1500

235 Jamtara District Cooperative Office SDHQ 140

236 Jamtara District Public and Relation

Office DHQ 190

237 Koderma CIVIL SERGEON OFFICE Jail 1000

238 Koderma Samajik vaniki pramandal Court 700

239 Koderma Fishery office DDC 90

240 Koderma Dairy development office DHQ 7000

241 Koderma Suchana & jansampark

office SDHQ 200

242 Koderma National saving office DDC 60

243 Koderma DSP office, Koderma SDHQ 90

244 Koderma NREP office, Koderma DDC 110

245 Koderma CO Markacho JharNet Control Room 100

246 Koderma CO Chandwara JharNet Control Room 110

247 Koderma APMC office Labour 3000

248 Koderma Municipal office Labour 3000

249 Koderma Electricity office Labour 600

Page 268 of 371

Sr. No. Location Horizontal Office Nearest Location Approx. Distance

(in meter)

250 Koderma Zila Parishad SDHQ 70

251 Lathehar APMC DHQ 2000

252 Lathehar District Education Officer Civil Surgeon 900

253 Lathehar District Co-operative officer Civil Surgeon 1500

254 Lathehar District Horticulture Officer Agriculture 120

255 Lathehar District Land Acquisition

Officer SDO 120

256 Lathehar District Mining Officer Civil Surgeon 2000

257 Lathehar District PRO SP 180

258 Lathehar District Programming

Officer - 120

259 Lathehar District Sanitation Mission PHED 130

260 Lathehar Executive Engineer PWD-

Building PHED 800

261 Lathehar Executive Engineer PWD-

Road DHQ 2000

262 Lathehar Fisheries Agriculture 1000

263 Lathehar Labour Superintendent DHQ 4500

264 Lathehar Irrigation DC Residence 350

265 Lathehar WELFARE SDO 120

266 Lathehar Revenue SDO 100

267 Lohardaga Fisheries office DHQ 2000

268 Lohardaga Agri. P. Mktg. Committee Civil Surgeon 3000

269 Lohardaga Consumer Forum District Court 250

270 Pakur Election Office DHQ 450

271 Pakur District Welfare Office DHQ 450

272 Pakur District Panchayati Raj

Office DHQ 500

273 Pakur PWD Building DHQ 450

274 Pakur District Mining Office Commercial Tax 200

275 Pakur Excise Superintendent

Office DHQ 450

276 Pakur District Co-operative Office DHQ 500

277 Pakur District Animal Husbandry Sadar Block 300

278 Pakur Consumer Forum Employment 120

279 Pakur Planning Office DTO 150

280 Pakur Sarv Siksha Abhiyan (SSA) Registry 650

281 Pakur Water Resource Office DHQ 450

Page 269 of 371

Sr. No. Location Horizontal Office Nearest Location Approx. Distance

(in meter)

282 Pakur Agriculture Office Old Agriculture Office 500

283 Pakur Fisheries Office DHQ 5000

284 Pakur Miner Irrigation DHQ 500

285 Ranchi RRDA SDHQ 400

286 Ranchi District Probation office DHQ 3000

287 Ranchi Lokayukt office DHQ 2000

288 Ranchi Jharkhand Tribal

Development Society SDHQ 3500

289 Ranchi PWD DHQ 500

290 Ranchi Ground Water Directorate DHQ 400

291 Ranchi Zila Parishad DHQ 500

292 Ranchi RIMS DHQ/SDHQ 6000

293 Ranchi Civil Surgeon DHQ 2000

294 Ranchi ITI DHQ 7000

295 Ranchi Tassar Vibhag DHQ 7000

296 Ranchi Zila Krishi Utpannan Vibhag DHQ 7000

297 Ranchi State Election DHQ 3000

298 Ranchi APMC DHQ 7000

299 Ranchi FOREST SDHQ - BUNDU 600

300 Ranchi SBI SDHQ - BUNDU 1800

301 Ranchi BLOCK SUPPLY OFFICER SDHQ - BUNDU 110

302 Ranchi NAC BEHIND THE DHQ -

KHUNTI 200

303 Ranchi AGRICULTURE AHEAD THE SADAR

BLOCK - KHUNTI 600

304 Ranchi S.P. OFFICE BEHIND THE DHQ -

KHUNTI 200

305 Ranchi MESO OPPOSITE THE SADAR

BLOCK - KHUNTI 350

306 Ranchi FOREST AHEAD THE SADAR

BLOCK - KHUNTI 500

307 Ranchi SOCIAL SECURITY DHQ BUILDING -

KHUNTI 70

308 Sahibganj District Statistical office DHQ 100

309 Sahibganj District Nazarat Section DHQ 1000

310 Sahibganj District Legal section DHQ 100

311 Sahibganj Revenue Section DHQ 1000

312 Sahibganj DCLR office SDHQ Sahibganj 80

313 Sahibganj Executive Magistrate S.D.O SDHQ Sahibganj 90

314 Sahibganj President DTO 350

Page 270 of 371

Sr. No. Location Horizontal Office Nearest Location Approx. Distance

(in meter)

315 Sahibganj District Animal Husbandry Sadar Block 300

316 Sahibganj District Planning officer Vikash Bhawan 100

317 Sahibganj Special officer Paharia

Welfare Vikash Bhawan 100

318 Sahibganj Executive Engineer N.R.E.P

SBG Vikash Bhawan 100

319 Sahibganj Executive Engineer special

Division Vikash Bhawan 100

320 Sahibganj Executive R.W.D (W) Vikash Bhawan 100

321 Sahibganj Program office D.R.D.A Vikash Bhawan 100

322 Sahibganj Account officer D.R.D.A Vikash Bhawan 100

323 Sahibganj Bazar Samiti (A.P.M.C) Forest 450

324 Sahibganj District Consumer office DHQ 300

325 Sahibganj District Public Relation

Office DHQ 1200

326 Sahibganj Asst. Labour Superintendent DHQ 1500

327 Sahibganj District Employment officer DHQ 60

328 Sahibganj District Co-Operative Officer Commercial TAX 400

329 Sahibganj District Fisheries Officer Agriculture 200

330 Sahibganj Bank Connected to Treasury

(SBI) DHQ 6000

331 Saraikela District Forest Division

Office DC Residence 250

332 Saraikela DPRO DC Residence 400

333 Saraikela District Garden Office Agriculture Office 100

334 Saraikela District Industry Office DC Residence 500

335 Saraikela District Factory Superintendent

Sadar Block 400

336 Saraikela District Statistics Office DHQ 100

337 Saraikela District Cooperation Office SDHQ 500

338 Saraikela District Tuberculosis Office DC Residence 450

339 Saraikela District Animal Husbandry

Office Jail 450

340 Saraikela Sub Divisional Animal

Husbandry Office Jail 450

341 Saraikela Civil Surgeon DC Residence 350

342 Saraikela District Ayush Medical

Office DC Residence 400

343 Saraikela District Malaria Control SDHQ 350

344 Saraikela District Education Office DHQ 300

Page 271 of 371

Sr. No. Location Horizontal Office Nearest Location Approx. Distance

(in meter)

345 Saraikela Karyapalak Nagar Panchayat SDHQ 800

346 Saraikela Karyapalak Nagar Parshad

Aadityapur Ghamaria Block 10000

347 Saraikela Excise Office DHQ 30

348 Saraikela Co Miming Office SDHQ 300

349 Saraikela District Land Protection

Office Saraikela Block Office 400

350 Saraikela Cow Development Office Saraikela Block Office 300

351 Saraikela District Fishers Office Saraikela SDHQ 350

352 Saraikela NREP DHQ 90

353 Saraikela PHED Saraikela SDHQ 3000

354 Saraikela PHED Aadityapur Ghamaria Block 10000

355 Saraikela Electric Division Saraikela SDHQ 250

356 Saraikela Electric Division Aadityapur Ghamaria Block 10000

357 Saraikela Rural Engineer Organization Saraikela SDHQ 1000

358 Saraikela Building Division Saraikela SDHQ 800

359 Saraikela Minor Irrigation

Department DC Residence 650

360 Saraikela Road Construction

Department Saraikela SDHQ 2000

361 Saraikela Special Division DHQ 85

362 Saraikela District Engineer District

Council Saraikela SDHQ 2000

363 Saraikela Auctions (Neelmi) Section Saraikela SDHQ 60

364 Saraikela Supply Section Saraikela SDHQ 70

365 Saraikela Revenue Section Saraikela SDHQ 80

366 Saraikela Record Section Saraikela SDHQ 75

367 Saraikela General Section Saraikela SDHQ 80

368 Saraikela Confidential Section Saraikela SDHQ 70

369 Saraikela Najarat Section Saraikela SDHQ 85

370 Saraikela Water Eczema DHQ 60

371 Simdega NAC Saraikela SDHQ 110

372 Simdega Forest office Saraikela SDHQ 1500

373 Simdega S.P OFFICE BEHIND THE JAIL 250

374 Simdega FOREST OFFICE SDHQ 1500

375 Simdega FISH OFFICE OPPOSITE THE SADAR

BLOCK 1800

376 Chaibasa District education

superintendent Chaibasa JharNet control room 600

Page 272 of 371

Sr. No. Location Horizontal Office Nearest Location Approx. Distance

(in meter)

377 Chaibasa District co-operative office

Chaibasa JharNet control room 600

378 Chaibasa District agriculture office

Chaibasa JharNet control room 600

379 Chaibasa District fisheries office

Chaibasa DDC 1000

380 Chaibasa District animal husbandry

Chaibasa DDC and Forest office 600

381 Chaibasa District milk development

officer Chaibasa JharNet control room 600

382 Chaibasa Labour superintendent

Chaibasa JharNet control room 600

383 Chaibasa District Ayush office

Chaibasa Civil Surgeon 400

384 Chaibasa District project director

attma Chaibasa Sadar Block 200

385 Chaibasa Nagar Parishad Chaibasa JharNet control room 600

386 Chaibasa Factory inspector Chaibasa JharNet control room 200

387 Chaibasa District employment office

Chaibasa DDC 2000

388 Chaibasa JSEB Chakradharpur Health 3000

389 Chaibasa Zila Parishad Chaibasa JharNet control room 600

390 Chaibasa Irrigation office Chaibasa Commisionner Office 2500

391 Chaibasa Special division Chaibasa Sadar Block 300

392 Chaibasa PHED Chakradharpur Health 600

393 Chaibasa District building office

Chaibasa DC Office 1000

394 Chaibasa RIO Chaibasa Excise Office 400

395 Chaibasa Road division Chaibasa DC Office 1000

396 Chaibasa NH CHAIBASA JharNet control room 600

397 Chaibasa Bal vikash office Chaibasa Khuntpani Block 250

398 Chaibasa Agriculture office Chaibasa PHED 250

399 Chaibasa Asst. industries silk office Industries Office 250

400 Chaibasa Jharkhand silk technical

development office Chaibasa

Industries Office 600

401 Chaibasa Agrah project kendra

Chaibasa Industries Office 250

402 Chaibasa RIO Chakradharpur Health 6000

403 Chaibasa MESO Chakradharpur Health 7000

Page 273 of 371

Sr. No. Location Horizontal Office Nearest Location Approx. Distance

(in meter)

404 Chaibasa Sub co-operative office

Chakradharpur Health 1500

405 Chaibasa Sub District employment

Chakradharpur Health 1500

406 Chaibasa Sub District municipality

Chakradharpur Health 600

Page 274 of 371

23 Annexure VI: Offices and users under JharNet

Summary Table

Sl. No.

Location Total No. of Offices

Total No. of Users

1 State Capital

(Ranchi)

91 2063

2 Bokaro 69 274

3 Chaibasa 103 330

4 Chatra 66 248

5 Deoghar 82 249

6 Dhanbad 67 384

7 Dumka 80 304

8 Garhwa 94 266

9 Giridih 75 372

10 Godda 76 256

11 Gumla 63 201

12 Hazaribagh 71 223

Summary Table

Sl. No.

Location Total No. of Offices

Total No. of Users

13 Jamshedpur 86 365

14 Jamtara 69 244

15 Khunti 44 133

16 Koderma 51 195

17 Latehar 75 276

18 Lohardaga 85 287

19 Pakur 61 200

20 Palamu 67 258

21 Ramgarh 23 91

22 Ranchi 107 474

23 Sahibganj 48 171

24 Saraikela 71 219

25 Simdega 49 154

Total number of Offices Connected: 1773 Offices

Total number of Users Connected: 8327 Users

The details of connected Offices and users from the State Capital (Ranchi SHQ) is presented in the below

table:

State Capital (Ranchi)

Name of Department

/ Offices

No. of Connected Offices

No. of connected

Users

Governor Secretariat

1 15

CM Secretariat

2 65

Building Constructio

n 1 20

Cabinet Secretary & Parliamenta

ry Affairs

1 24

State Capital (Ranchi)

Name of Department

/ Offices

No. of Connected Offices

No. of connected

Users

Civil Aviation

1 15

Commercial Tax

1 31

Co-Operative

2 12

Finance 1 72

Food, Public,

Distribution &

1 21

Page 275 of 371

State Capital (Ranchi)

Name of Department

/ Offices

No. of Connected Offices

No. of connected

Users

Consumer Affairs

Home Affairs

1 27

Housing 1 11

Information Technology

3 115

Institutional Finance &

Implementation

1 10

Law 1 11

Personal Administrative Reforms

& Rajbhasha

1 83

Revenue and Land Reforms

1 32

Road Constructio

n 2 42

Rural Developme

nt 2 81

Social Welfare

2 42

Tourism 1 23

Treasury 2 24

Urban Developme

nt 1 36

Welfare 1 20

Agriculture & Sugarcane

1 11

Animal Husbandry & Fisheries

1 10

State Capital (Ranchi)

Name of Department

/ Offices

No. of Connected Offices

No. of connected

Users

Drinking Water &

Sanitation 1 23

Energy 1 17

Forest & Environmen

t 2 80

Health & Family

Welfare 1 30

Industries 37

Labour Employment & Training

1 26

Mines & Mineral

1 21

NIC 2 25

Planning & Developme

nt 1 27

Science & Technology

1 26

Water Resources

1 58

Fire Services 1 8

Home Guard

1 5

Information & Public Relation

1 11

Lokayukt 1 10

Vigilance 1 35

Panchayati Raj

1 24

Rural Developme

nt 1

Transport 1 22

HRD 1 62

Page 276 of 371

State Capital (Ranchi)

Name of Department

/ Offices

No. of Connected Offices

No. of connected

Users

Art, Culture, Sports &

Youth Affairs

1 24

Disaster Manageme

nt 1 5

Police HQ 1 86

JSEB 1 65

Vidhan Sabha

1 36

Police Special Branch

1 14

GPF 1 10

Excise 1 22

Pollution 1 12

IG Prison 1 15

Human Rights

1 11

Registration 1 30

Cabinet Vigilance

1 12

Mining 1 11

Statistics 1 21

Revenue 1 12

Bank 2 10

State Capital (Ranchi)

Name of Department

/ Offices

No. of Connected Offices

No. of connected

Users

Treasury

Chief Election Office

1 14

Rajkiya Mahila Ayog

1 10

Rajya Suchna Ayog

1 30

Social Defence

1 10

SKIPA 1 25

SIRD 2 30

CM Residence

2 34

Minister Residence

2 18

CS Residence

1 5

Secy-IT Residence

1 3

JAP-1 1 9

SP Wireless 1 7

STF 1 12

IRB-5 1 4

NRHM 1 10

CID 1 46

Page 277 of 371

The details of the connected Offices/departments from the districts (DHQs) are presented in the

subsequent tables:

Bokaro

Name of Dept./Office

No. of

Office

s

No.

of

User

s

DC Office 1 3

DDC 1 2

Addl. Collector 1 2

Additional Collector

(Ceiling) 1 2

Treasury officer 1 8

Bank to Treasury 1 3

District Supply Officer 1 2

Deputy Election Officer 1 2

Deputy Collector i/c

Legal Section 1 2

District Programme

Officer 1 2

District PRO 1 3

District Transport

Officer 1 8

District Panchayati Raj

Officer 1 2

District Welfare Officer 1 2

Sub Registrar office 1 7

Employment - DRDA 1 2

Accounts & Admin -

DRDA 1 2

District Planning Officer 1 2

Bokaro

Name of Dept./Office

No. of

Office

s

No.

of

User

s

Deputy Commissioner

Sales Tax 1 14

District PF officer 1 7

Excise Superintendent. 1 3

District Mining Officer 1 3

District Industries

Office 1 3

Municipality /

Municipal Corporation 1 3

District Judge 1 4

Fisheries 1 2

Civil surgeon 1 3

District Education

Officer 1 3

DC Residence 1 6

Exec Engineer -Electric

Supply Office 1 3

Divisional Forest officer 1 3

Nazarat - Deputy

Collector 1 2

Deputy Collector

Establishment Office 1 2

Deputy Collector

Revenue Section 1 2

Page 278 of 371

Bokaro

Name of Dept./Office

No. of

Office

s

No.

of

User

s

Labour Superintendent 1 3

District Employment

Office 1 6

Jail 1 3

IG 1 4

DIG 1 4

SP Office 1 4

APMC (Agri P Mktg

Committee) 1 3

NIC 1 3

ADDL CJM 1 3

HEALTH 1 3

SUB-TREASURY 1 4

SDO 2 5

DCLR 2 5

SUB-ELECTION 1 3

WELFARE 1 2

SUB-REGISTRAR 1 6

SUB-JAIL 1 3

Chas Block

BDO 1 3

BPO 2

OPERAT

OR 4

CO 1 3

Chandakiy

ari Block

BDO 1 3

BPO 2

Bokaro

Name of Dept./Office

No. of

Office

s

No.

of

User

s

OPERAT

OR 4

CO 1 3

Jaridih

Block

BDO 1 3

BPO 2

OPERAT

OR 4

CO 1 3

Kashmar

Block

BDO 1 3

BPO 2

OPERAT

OR 3

CO 1 2

Peterwar

Block

BDO 1 3

BPO 2

OPERAT

OR 4

CO 1 3

Bermo

Block

BDO 1 3

BPO 2

OPERAT

OR 4

CO 1 3

Nawadih

Block

BDO 1 3

BPO 2

OPERAT 3

Page 279 of 371

Bokaro

Name of Dept./Office

No. of

Office

s

No.

of

User

s

OR

CO 1 2

Gomia

Block

BDO 1 2

BPO 2

Bokaro

Name of Dept./Office

No. of

Office

s

No.

of

User

s

OPERAT

OR 4

CO 1 3

West Singhbhum

Name of Dept./Office

No. of

Offices

No. of

Users

DC Office 1 4

DDC 1 4

Div. Commissioner 1 3

Additional Collector 1 3

Treasury officer 1 6

Bank to Treasury 1 4

District Supply Officer 1 8

Deputy Election Officer 1 3

District Programme Officer

1 3

District Planning office 1 3

District Transport Officer

1 6

District Panchayati Raj Officer

1 3

District Welfare Officer 1 4

Sub Registrar office 1 5

Employment – DRDA 1 3

Accounts & Admin - DRDA

1 3

District Planning Officer 1 4

Joint Commissioner Commercial Tax

1 3

Deputy Commissioner 1 5

West Singhbhum

Name of Dept./Office

No. of

Offices

No. of

Users

Sales Tax

Dist. PF officer 1 4

Excise Superintendent 1 3

District Mining Officer 1 3

District Industries Office

1 3

District Judge 1 4

Civil surgeon 1 3

DC Residence 1 5

Executive Engineer -Electric Supply Office

1 5

Executive Engineer - PHED (Drinking Water

& Sanitation) 1 3

Div. Forest officer Saranda

1 3

MESO Officer- (Tribal Sub plan District)

1 3

Nazarat - Deputy Collector

1 3

Deputy Collector Establishment Office

1 3

Jail 1 6

DIG 1 4

SP Office 1 3

Page 280 of 371

West Singhbhum

Name of Dept./Office

No. of

Offices

No. of

Users

Sarva Siksha Abhiyan 1 3

NIC 1 3

District Social security cell

1 3

Consumer forum 1 3

HEALTH Malaria office 1 3

SUB-TREASURY 1 5

SDO 1 3

DCLR 1 3

SUB-ELECTION 1 3

WELFARE 1 3

SUB-REGISTRAR 1 4

CF Circle Forest 1 3

DFO South 1 3

DFO Kolhan 1 3

DFO Porahat 1 3

DFO Social Forestry 1 3

DFO Afforestation 1 3

SDO CKP 1 3

Health CKP 1 3

NRHM 1 2

District Social welfare 1 3

Probationary Jail 1 3

District Bhuarjan office 1 3

District Statics office 1 3

Director Food 1 2

Director Panchayati Raj 1 3

District Census office 1 3

Sadar Chaibasa

BDO Sadar

chaibasa 1 3

CO Sadar chaibasa

1 2

Pragya Kendra

1 2

Jhinkpani BDO

Jhinkpani 1 3

West Singhbhum

Name of Dept./Office

No. of

Offices

No. of

Users

CO Jhinkpani

1 3

BPO Jhinkpani

1 2

Computer

Operator

3

Manjhari

BDO Manjhari

1 3

CO Manjhari

1 2

BPO Manjhari

1 2

Computer

Operator

3

Pragya Kendra

1 2

Khuntpani

BDO Khuntpan

i 1 3

CO Khuntpan

i 1 2

BPO Khuntpan

i 1 2

Computer

Operator

3

Pragya Kendra

1 2

Kumardungi

BDO Kumardu

ngi 1 3

CO 1 2

Pragya Kendra

1 2

Majhgaon

BDO 1 3

CO 1 2

Pragya 1 2

Page 281 of 371

West Singhbhum

Name of Dept./Office

No. of

Offices

No. of

Users

Kendra

Tantnagar

BDO 1 3

Computer

Operator

2

Pragya Kendra

1 2

Tonto BDO 1 3

Pragya Kendra

1 2

Jaganathpur

SDO 1 3

BDO 1 3

Nowamundi

BDO 1 3

CO 1 2

BPO 1 2

West Singhbhum

Name of Dept./Office

No. of

Offices

No. of

Users

Pragya Kendra

1 2

Manoharpur

BDO 1 3

CO 1 3

CKP Block

BDO 1 3

CO 1 2

Pragya Kendra

1 2

Sonua BDO 1 3

CO 1 2

Goilkera BDO 1 3

CO 1 3

Bandhgaon

BDO 1 3

CO 1 3

CHATRA

Name of Dept./Office

No. of Offices

No. of

Users

DC Office 1 4

DDC 1 4

Additional Collector 1 2

Treasury officer 1 10

Bank to Treasury 1 3

District Supply Officer

1 3

Deputy Election Officer

1 6

Deputy Collector i/c Legal Section

1 2

District Programme Officer

1 2

District DPRO Office 1 3

District Transport Officer

1 6

District Panchayati Raj Officer

1 3

CHATRA

Name of Dept./Office

No. of Offices

No. of

Users

District Welfare Officer

1 3

Sub Registrar office 1 14

Employment – DRDA 1 9

District Agri Officer 1 6

District Planning Officer

1 3

District PF officer(GPF)

1 4

Animal Husbandry 1 3

District Mining Officer

1 2

Municipality / Municipal Corp.

1 3

District Judge 1 8

Executive Engineer PHED

1 3

Fisheries 1 2

Page 282 of 371

CHATRA

Name of Dept./Office

No. of Offices

No. of

Users

District malaria office

1 3

Civil surgeon 1 3

DC Residence 1 8

Executive Engineer PWD- Road

1 3

Executive Engineer -Electric Supply Office

1 3

Divisional Forest officer

1 5

Nazarat - Deputy Collector

1 2

Deputy Collector Establishment Office

1 3

Deputy Collector Gen Section

1 2

Deputy Collector Rev. Section

1 3

District Employment Office

1 3

Jail 1 4

SP Office 1 4

Zila Parishad 1 3

District Statistical officer

1 2

NREP Office 1 2

Sarva Siksha Abhiyan

1 3

NIC 1 7

CHATRA

Name of Dept./Office

No. of Offices

No. of

Users

SDO 1 4

DCLR 1 3

SUB-ELECTION 1 2

WELFARE 1 6

Sadar Block BDO 1 5

CO 1 2

Itkhori BDO 1 4

CO 1 3

Gidhour BDO 1 4

CO 1 2

Simaria BDO 1 3

CO 1 3

Huntergunj BDO 1 6

CO 1 2

Pratappur BDO 1 3

CO 1 3

Tandwa BDO 1 3

CO 1 2

Pathalgadha BDO 1 3

CO 1 2

Lawlalong BDO 1 3

CO 1 3

Kunda BDO 1 3

CO 1 3

Deoghar

Name of Dept./Office

No. of Offices

No. of

Users

DC Office 1 3

DDC 1 3

Additional Collector

1 3

Treasury officer 1 8

Bank to Treasury

1 3

Deoghar

Name of Dept./Office

No. of Offices

No. of

Users

District Supply Officer

1 2

Deputy Election Officer

1 3

Deputy Collector i/c Legal Section

1 3

Page 283 of 371

Deoghar

Name of Dept./Office

No. of Offices

No. of

Users

District Programme

Officer 1 3

District PRO 1 3

District Transport

Officer 1 7

District Panchayati Raj

Officer 1 3

District Welfare Officer

1 4

Sub Registrar office

1 5

Employment – DRDA

1 3

Accounts & Admin - DRDA

1 3

District Agriculture

Officer 1 3

District Planning Officer

1 3

Joint Commissioner

Commercial Tax 1 7

District PF officer

1 4

District Horticulture

Officer 1 3

District Industries Office

1 3

Municipality / Municipal

Corporation 1 3

District Judge 1 7

Civil surgeon 1 3

DC Residence 1 5

Executive Engineer PWD-

Road 1 3

Executive 1 3

Deoghar

Name of Dept./Office

No. of Offices

No. of

Users

Engineer -Electric Supply

Office

Executive Engineer - PHED (Drinking Water

& Sanitation)

1 3

Divisional Forest officer

1 6

Nazarat - Deputy

Collector 1 3

Deputy Collector

Establishment Office

1 2

Deputy Collector Gen

Section 1 3

Deputy Collector Revenue Section

1 3

Jail 1 8

SP Office 1 6

Sarva Siksha Abhiyan

1 3

NIC 1 4

Mandir 24064 1 3

Assistant Conservator of

Forest 1 2

SUB-TREASURY (Madhupur)

1 4

SDO 2 3

DCLR 2 6

SUB-ELECTION 2 6

ACJM 1 4

SUB-REGISTRAR 2 6

Deoghar SADAR Block

BDO 1 6

CO 1 2

BPO 1 2

BEO 1

Page 284 of 371

Deoghar

Name of Dept./Office

No. of Offices

No. of

Users

Sarwan Block

BDO 1 4

CO 1 3

BPO 1 3

BEO 1

Madhupur Block

BDO 1 4

CO 1

BPO 1 2

BEO 1

Mohanpur Block

BDO 1 4

CO 1 3

BPO 1 2

BEO 1

Sarath Block BDO 1 5

CO 1 3

Deoghar

Name of Dept./Office

No. of Offices

No. of

Users

BPO 1

BEO 1

Devipur Block

BDO 1 5

CO 1 2

BPO 1 3

BEO 1

Karown Block

BDO 1 3

CO 1 2

BPO 1 2

BEO 1

Palojori Block

BDO 1 3

CO 1 3

BPO 1 2

BEO 1

Dhanbad

Name of Dept./Office

No. of Offices

No. of Users

DC Office 1 4

DDC 1 4

Additional Collector

1 3

ADM Law & order 1 3

Treasury officer 1 23

Bank to Treasury 1 6

District Supply Officer

1 4

Deputy Election Officer

1 3

Deputy Collector i/c Legal Section

1 4

District Programme Officer

1 3

District PRO 1 4

District Transport Officer

1 12

District Panchayati Raj Officer

1 4

District Welfare 1 4

Dhanbad

Name of Dept./Office

No. of Offices

No. of Users

Officer

Sub Registrar office 1 17

Employment - DRDA

1 3

Accounts & Admin - DRDA

1 10

District Agriculture Officer

1 2

District Planning Officer

1 4

Joint Commissioner Commercial Tax

1 4

Deputy Commissioner

Sales Tax 1 10

District PF officer 1 4

Excise Superintendent.

1 4

District Cooperative officer

1 4

Animal Husbandry 1 2

Page 286 of 371

Dhanbad

Name of Dept./Office

No. of Offices

No. of Users

District Mining Officer

1 3

District Horticulture Officer

1 3

District Industries Office

1 6

District Judge 1 7

District Education Officer

1 4

DC Residence 1 12

Executive Engineer PWD- Building

1 3

Executive Engineer PWD- Road

1 4

Executive Engineer - PHED (Drinking

Water & Sanitation)

1 4

Division Forest officer

1 6

Nazarat - Deputy Collector

1 4

Deputy Collector Establishment

Office 1 4

Deputy Collector General Section

1 4

Deputy Collector Revenue Section

1 3

Labour Superintendent

1 4

District Accounts 1 4

Dhanbad

Name of Dept./Office

No. of Offices

No. of Users

Officer

District Employment Office

1 9

Jail 1 11

SP Office 1 5

APMC (Agri P Mktg Committee)

1 4

Sarva Siksha Abhiyan

1 2

NIC 1 3

Arts Sports & Culture

1 3

SDO 1 4

DCLR 1 3

SUB-ELECTION 1 3

Sadar BDO 1 8

CO 1 7

Jharia BDO 1 7

CO 1 6

Govindpur BDO 1 8

CO 1 7

Tundi BDO 1 8

CO 1 7

Nirsa BDO 1 8

CO 1 7

Baliapur BDO 1 7

CO 1 7

Topchachi BDO 1 8

CO 1 7

Baghmara BDO 1 8

CO 1 7

Dumka

Name of Dept./Office

No. of Offices

No. of Users

DC Office 1 5

DDC 1 14

Divisional Commissioner

1 16

Additional Collector 1 3

MNREGA lokpal 1 2

Dumka

Name of Dept./Office

No. of Offices

No. of Users

Settlement Office 1 2

Treasury office 1 8

Bank to Treasury 1 2

District Supply Officer

1 3

District Land 1 3

Page 287 of 371

Dumka

Name of Dept./Office

No. of Offices

No. of Users

Acquisition

Deputy Election Officer

1 4

Deputy Collector i/c Legal Section

1 2

District Programme Officer

1 3

DPRO 1 3

District Transport Officer

1 6

RTA (at Commissionerate)

1 3

District Panchayati Raj Officer

1 3

District Welfare Officer

1 4

Sub Registrar office 1 4

Employment - DRDA 1 3

Accounts & Administration -

DRDA 1 2

District Agriculture Officer

1 3

District Planning Officer

1 3

Jt. Commissioner Commercial Tax

1 5

Deputy Commissioner Sales

Tax 1 3

District PF officer 1 4

Excise Superintendent.

1 2

Zila Parishad 1 11

District Cooperative officer

1 2

Exec. Engineer Gramin vikash

1 2

Paharia Kalyan 1 2

District Horticulture Office

1 3

District Industries Office

1 3

Municipality / 1 4

Dumka

Name of Dept./Office

No. of Offices

No. of Users

Municipal Corp.

District Judge 1 6

WCDC 1 2

Civil surgeon 1 3

District Education Officer

1 3

DC Residence 1 5

Kshetriya Vikash Padadhikari

1 2

Water Resources 1 3

Special Division (vikash Bhavan)

1 2

Exec. Engineer PWD- Road

1 3

Exec. Engineer -Electric Supply

Office 1 3

Exec Engineer - PHED (Drinking

Water & Sanitation) 1 3

Divisional Forest officer

1 3

MESO Officer - (Tribal Sub plan

District) 1 3

Nazarat - Deputy Collector

1 3

Deputy Collector Establishment Office

1 3

Deputy Collector Gen Section

1 3

Deputy Collector Revenue Section

1 3

Divisional Computer Training Center

1 2

Divisional Home guard Office

1 3

District Employment Office

1 3

Jail 1 5

IG 1 2

DIG 1 4

SP Office 1 5

APMC (Agri P Mktg 1 2

Page 288 of 371

Dumka

Name of Dept./Office

No. of Offices

No. of Users

Committee)

Sarv Siksha Abhiyan 1 9

NIC 1 5

Consumer forum 1 3

Assistant Conservative of

Forest 1 2

Commercial Tax 1 3

SDO 1 3

DCLR 1 3

Jama BDO 1 4

Jarmundi BDO 1 5

Dumka

Name of Dept./Office

No. of Offices

No. of Users

CO 1 2

Saraiyahat BDO 1 4

Ramgad CO 1 3

BDO 1 5

Masliya BDO 1 4

Sadar BDO 1 5

CO 1 3

Gopikandar BDO 1 3

Kathikund BDO 1 5

CO 1 3

Shikaripara BDO 1 5

Raniswar BDO 1 4

Garhwa

Name of Dept./Office

No. of Offices

No. of

Users

DC Office 1 6

DDC 1 6

Additional. Collector 1 3

ADM Law & order 1 3

Treasury office 1 7

Bank to Treasury 1 3

District Supply Officer

1 3

Deputy Election Officer

1 3

Deputy Collector i/c Legal Section

1 3

District Programme Officer

1 3

District PRO 1 2

District Transport Officer

1 5

District Panchayati Raj Officer

1 3

District Welfare Officer

1 3

Sub Registrar office 1 6

Employment - DRDA 1 3

Accounts & Admin - 1 3

Garhwa

Name of Dept./Office

No. of Offices

No. of

Users

DRDA

District Agri Officer 1 3

District Planning Officer

1 3

District PF officer 1 4

Excise Superintendent

1 3

Animal Husbandry 1 3

District Mining Officer

1 3

Municipality / Municipal

Corporation 1 3

District Judge 1 3

Civil surgeon 1 3

District Education Officer

1 3

DC Residence 1 3

Executive Engineer PWD- Building

1 3

Executive Engineer PWD- Road

1 3

Executive Engineer -Electric Supply

1 3

Page 289 of 371

Garhwa

Name of Dept./Office

No. of Offices

No. of

Users

Office

Executive Engineer - PHED (Drinking

Water & Sanitation) 1 3

Divisional Forest officer

1 3

Deputy Collector Establishment

Office 1 3

Deputy Collector General Section

1 3

Deputy Collector Revenue Section

1 3

District Accounts Officer

1 3

District Employment Office

1 3

Jail 1 3

SP Office 1 3

Sarva Siksha Abhiyan

1 2

NIC 1 3

DSP 1 3

Assistant Conservative of

Forest 1 3

Additional CJM 1 3

Garhwa

Name of Dept./Office

No. of Offices

No. of

Users

HEALTH (PHC SADAR)

1 2

SDO 1 6

DCLR 1 3

SUB-ELECTION 1 3

PRAGYAKENDRA OFFICE

1 2

JALCHHAJAN OFFICE 1 2

ZILA PARISHAD 1 3

LOKPAL OFFICE 1 2

NODAL OFFICER 1 2

REO OFFICE 1 2

BISHES PRAMADAL OFFICE

1 2

SAMAJIK SUREKHSA 1 2

JAIL 1 2

COURT 1 4

Sub Registrar office (Nagarutari)

1 4

SDO (Nagarutari) 1 4

DCLR (Nagarutari) 1 2

SUB-REGISTRAR (Nagarutari)

1 2

Nagar Untari

BDO 1 2

CO 1 2

PRAGYA KENDRA

1 1

Giridih

Name of Dept./Office No. of Office

s

No. of

Users

DC Office 1 28

DDC 1 4

Additional Collector 1 3

Treasury officer 1 12

Bank to Treasury 1 4

District Supply Officer 1 3

Deputy Election Officer

1 3

Giridih

Name of Dept./Office No. of Office

s

No. of

Users

Deputy Collector i/c Legal Section

1 3

District Programme Officer

1 3

District Transport Officer

1 8

District Panchayati Raj Officer

1 3

District Welfare 1 3

Page 290 of 371

Giridih

Name of Dept./Office No. of Office

s

No. of

Users

Officer

Sub Registrar office 1 12

Employment - DRDA 1 3

Accounts & Administration -

DRDA 1 3

District Agriculture Officer

1 3

District Planning Officer

1 3

Deputy Commercial Sales Tax

1 12

District PF officer 1 3

Excise Superintendent 1 3

District Horticulture Officer

1 3

District Industries Office

1 4

District Judge 1 13

Fisheries 1 3

Civil surgeon 1 17

DC Residence 1 6

Executive Engineer. PWD- Building

1 4

Executive Engineer. PWD- Road

1 4

Executive Engineer. - PHED (Drinking Water

& Sanitation) 1 5

Divisional Forest officer

1 5

Nazarat - Deputy Collector

1 3

Deputy Collector Establishment Office

1 3

Deputy Collector Gen Section

1 3

Deputy Collector Rev. Section

1 3

District Employment Office

1 2

Jail 1 7

SP Office 1 5

Giridih

Name of Dept./Office No. of Office

s

No. of

Users

APMC (Agri P Mktg Committee)

1 3

Sarva Siksha Abhiyan 1

NIC 1 4

DSP 1 3

SDO 1 4

DCLR 1 2

WELFARE 1 3

TISRI BDO 1 4

CO 1 4

GAWAN BDO 1 7

CO 1 4

DEVRI

BDO 1 7

CO 1 4

BPO 1 2

OPERATOR

2

JAMUA

BDO 1 9

CO 1 7

BPO 1 2

OPERATOR

2

RAJDHANWAR

BDO 1 3

CO 1 8

BPO 1 2

OPERATOR

2

BIRNI

BDO 1 4

CO 1 4

BEO 1

BAGODAR

BDO 1 4

CO 1 4

BPO 1 2

OPERATOR

2

DUMRI BDO 1 4

CO 1 4

PIRTAND BDO 1 4

CO 1 4

GIRIDIH

BDO 1 4

CO 1 4

BPO 1 2

Page 291 of 371

Giridih

Name of Dept./Office No. of Office

s

No. of

Users

OPERATOR

2

BENGABAD BDO 1 6

CO 1 4

GANDEY BDO 1 9

Giridih

Name of Dept./Office No. of Office

s

No. of

Users

CO 1 4

BPO 1 2

OPERATOR

2

Godda

Name of Dept./Office

No. of Offices

No. of

Users

DC Office 1 4

DDC 1 6

Additional Collector

1 3

Treasury Officer 1 9

Bank to Treasury

1 4

District Supply Officer

1 3

SOR Rationing 1 3

Deputy Election Officer

1 6

Deputy Collector i/c Legal Section

1 3

District Programme

Officer 1 2

District Transport

Officer 1 7

District Panchayati Raj

Officer 1 3

District Welfare Officer

1 3

Sub Registrar office

1 3

Employment - DRDA

1 3

Accounts & 1 2

Godda

Name of Dept./Office

No. of Offices

No. of

Users

Administration - DRDA

District Agriculture

Officer 1 3

District Planning Officer

1 2

Deputy Commissioner

Sales Tax 1 5

District PF officer

1 5

District Mining Officer

1 4

Municipality / Municipal

Corporation 1 3

District Judge 1 5

Fisheries 1 3

Civil surgeon 1 4

DC Residence 1 4

Executive Engineer PWD-

Building 1 3

Executive Engineer -

Electric Supply Office

1 4

Executive Engineer - PHED

1 3

Page 292 of 371

Godda

Name of Dept./Office

No. of Offices

No. of

Users

(Drinking Water & Sanitation)

Divisional Forest officer

1 5

Nazarat - Deputy Collector

1 2

Deputy Collector Establishment

Office 1 3

Deputy Collector General Section

1 2

Deputy Collector Revenue Section

1 3

District Employment

Office 1 3

Jail 1 4

SP Office 1 6

Sarv Siksha Abhiyan

1 3

NIC 1 4

SDO 1 3

DCLR 1 3

SUB-ELECTION 1 3

WELFARE 1 2

SUB-REGISTRAR 1 2

GODDA SADAR

BDO 1 3

CO 1 3

BPO 1 3

COMPUTER

OPERATOR

1 3

PATHARGAMA

BDO 1 3

CO 1 3

BPO 1 3

COMPUTER

OPERATOR

1 3

MAHAGAMA

BDO 1 3

CO 1 3

Godda

Name of Dept./Office

No. of Offices

No. of

Users

BPO 1 3

COMPUTER

OPERATOR

1 3

MEHARMA

BDO 1 3

CO 1 3

BPO 1 3

COMPUTER

OPERATOR

1 3

THAKHURGANTI

BDO 1 3

CO 1 3

BPO 1 3

COMPUTER

OPERATOR

1 3

BOAIJORE

BDO 1 3

CO 1 3

BPO 1 3

COMPUTER

OPERATOR

1 3

SUNDARPHARI

BDO 1 3

CO 1 3

BPO 1 3

COMPUTER

OPERATOR

1 3

PORIYAHAT

BDO 1 3

CO 1 3

BPO 1 3

COMPUTER

OPERATOR

1 3

Page 0 of 371

GUMLA

Name of Dept./Office No. of Offices

No. of

Users

DC Office 1 3

DDC 1 3

Additional Collector 1 3

Treasury officer 1 8

Bank to Treasury 1 3

District Supply Officer

1 2

Deputy Election Officer

1 4

District Programme Officer

1 3

District PRO 1 2

District Transport Officer

1 5

District Panchayati Raj Officer

1 2

District Welfare Officer

1 3

Sub Registrar office 1 9

Employment - DRDA 1 9

Accounts & Administration -

DRDA 1 5

District Agriculture Officer

1 3

District Planning Officer

1 3

Joint Commissioner Commercial Tax

1 3

District PF officer 1 3

Excise Superintendent

1 3

District Mining Officer

1 3

District Judge 1 3

Fisheries 1 3

District Education Officer

1 2

DC Residence 1 3

Executive Engineer 1 3

GUMLA

Name of Dept./Office No. of Offices

No. of

Users

PWD- Road

Executive Engineer -Electric Supply Office

1 2

Executive Engineer - PHED (Drinking

Water & Sanitation) 1 3

Divisional Forest officer

1 3

MESO Officer - (Tribal Sub plan District)

1 3

Nazarat - Deputy. Collector

1 2

Deputy. Collector Establishment Office

1 3

Labour Superintendent

1 3

District Accounts Officer

1 3

District Employment Office

1 3

Jail 1 4

SP Office 1 3

Sarva Siksha Abhiyan 1 2

NIC 1 2

Irrigation 1 3

SDO 1 3

BHARNO BDO 1 4

CO 1 3

SISAI BDO 1 3

CO 1 2

DUMRI BDO 1 3

CO 1 3

CHAINPUR BDO 1 3

CO 1 3

RAIDIH BDO 1 3

CO 1 2

BISHUNPUR BDO 1 2

CO 1 3

KAMDARA BDO 1 3

Page 294 of 371

GUMLA

Name of Dept./Office No. of Offices

No. of

Users

CO 1 3

BASIA BDO 1 3

CO 1 3

GHAGHRA BDO 1 2

CO 1 2

GUMLA

Name of Dept./Office No. of Offices

No. of

Users

SADAR BDO 1 3

CO 1 3

PALKOT BDO 1 3

CO 1 3

Hazaribagh

Name of Dept./Office

No. of Offices

No. of

Users

DC Office 1 3

DDC 1 3

Div. Commissioner

1 7

Addl. Collector 1 3

Addl. Collector (Ceiling)

1 3

Treasury officer 1 9

Bank to Treasury

1 3

District Supply Officer

1 3

Deputy Election Officer

1 3

Deputy Collector i/c Legal Section

1 2

Dist Programme Officer

1 3

Dist. PRO 1 2

Distt. Transport Officer

1 9

RTA (at Commissionerat

e) 1 3

District Panchayati Raj

Officer 1 2

Dist. Welfare Officer

1 4

Hazaribagh

Name of Dept./Office

No. of Offices

No. of

Users

Sub Registrar office

1 9

Sub Registrar office (BARHI)

1 4

Employment – DRDA

1 2

Accounts & Admin - DRDA

1 2

District Planning Officer

1 3

Jt. Commissioner

Commercial Tax 1 4

Dy. Commissioner

Sales Tax 1 3

Dist. PF officer 1 3

Excise Superintendent.

1 3

Dist. Industries Office

1 5

Municipality / Municipal Corp.

1 2

Dist. Judge 1 2

Page 295 of 371

Hazaribagh

Name of Dept./Office

No. of Offices

No. of

Users

Civil surgeon 1 3

Distt. Education Officer

1 2

DC Residence 1 6

Exec Engg. -Electric Supply

Office 1 2

Exec Engg. - PHED (Drinking

Water & Sanitation)

1 2

Div. Forest officer

1 3

Nazarat - Dy. Collector

1 3

Dy. Collector Establishment

Office 1 3

Dy. Collector Gen Section

1 1

Dist. Accounts Officer

1 2

Jail 1 6

DIG 1 3

SP Office 1 5

NIC 1 3

ADDL CJM 1 2

SDO 1 3

SDO (BARHI) 1

DCLR (BARHI) 1 2

SUB-ELECTION (BARHI)

1 2

BHUARJAN (BARHI)

1 1

Hazaribagh

Name of Dept./Office

No. of Offices

No. of

Users

ACCOUNT & AUDIT (BARHI)

1 1

Barhi BDO

1 3

CO 1 3

Padma BDO

1 4

CO 1 2

Chouparan BDO

1 4

CO 1 2

Barkattha BDO

1 3

CO 1 2

Sadar Hazaribagh

BDO

1 4

CO 1 2

Ichak BDO

1 5

CO 1 2

Vishnugarh BDO

1 4

CO 1 2

Katkamsandi BDO

1 2

CO 1 2

Keredari BDO

1 4

CO 1 2

Churchu BDO

1 4

CO 1 2

Barkagaon

BDO

1 4

CO 1 2

Page 296 of 371

JAMSHEDPUR

Name of Dept./Office

No. of Offices

No. of

Users

DC Office 1 2

DDC 1 6

Additional Collector

1 2

ADM Law & order 1 2

Treasury officer 1 13

Bank to Treasury 1 4

District Supply Officer

1 5

SOR Rationing 1 3

Deputy Election Officer

1 3

Deputy Collector i/c Legal Section

1 3

District Programme Officer

1 3

District PRO 1 3

District Transport Officer

1 17

District Panchayati Raj Officer

1 3

District Welfare Officer

1 5

Sub Registrar office 1 16

Employment – DRDA

1 4

Accounts & Administrator –

DRDA 1 3

District Planning Officer

1 3

Joint Commissioner

Commercial Tax 1 7

Deputy Commissioner

Sales Tax 1 22

District PF officer 1 4

Excise Superintendent

1 3

JAMSHEDPUR

Name of Dept./Office

No. of Offices

No. of

Users

District Cooperative officer

1 3

District Industries Office

1 3

District Judge 1 7

Civil surgeon 1 3

District Education Officer

1 5

DC Residence 1 3

Water Resources 1 2

Divisional Forest officer

1 4

MESO Officer - (Tribal Sub plan

District) 1 3

Nazarat - Deputy Collector

1 4

Deputy Collector Establishment

Office 1 3

Deputy Collector Gen Section

1 3

Labour Superintendent

1 2

District Employment Office

1 14

Jail 1 5

SP Office 1 5

Sarva Siksha Abhiyan

1 2

NIC 1 2

Consumer forum 1 3

SOCIAL SECURITY 1 4

RDA(DRDA) 1 2

MVI 1 3

RECIVING SECTION 1 2

TATA LEAGE 1 3

Page 297 of 371

JAMSHEDPUR

Name of Dept./Office

No. of Offices

No. of

Users

TRAING ROOM (NIC)

1 2

TRAING ROOM2 (DDC)

1 2

BHU ARJAN 1 2

OFFICE SUPERITENED

1 3

AIDA(EAST SINGBHUM)

1 3

EXE MAGISTRATE (DHALBHUM)

1 2

SUB ELECTION (DHALBHUM)

1 3

SDO(DHALBHUM) 1 4

DCLR (DHALBHUM) 1 3

ADDL CJM(GHATSILA)

1 3

HEALTH(GHATSILA) 1 3

SUB-TREASURY(GHATSI

LA) 1 6

SDO(GHATSILA) 1 3

DCLR(GHATSILA) 1 3

SUB-ELECTION(GHATSIL

A) 1 2

WELFARE(GHATSILA)

1 2

SUB-REGISTRAR(GHATSI

LA) 1 4

SUB-JAIL(GHATSILA)

1 3

BANK SBI (GHATSHILA )

1 3

JAMSHEDPUR

BDO 1 3

CO 1 2

Computer Operator

3

POTKA BDO 1 3

CO 1 2

JAMSHEDPUR

Name of Dept./Office

No. of Offices

No. of

Users

Computer Operator

4

PATAMDA

BPO 1 2

BDO 1 3

CO 1 2

Computer Operator

3

GHATSILA

BPO 1 2

BDO 1 3

Computer Operator

3

CO 1 2

DHALBHUMGARH

BDO 1 3

CO 1 2

Computer Operator

3

MUSHBANI

BDO 1 3

Computer Operator

4

DUMARIA

BDO 1 3

Computer Operator

2

BPO 1 4

BAHRAGHORA

BDO 1 3

CO 1 2

Computer Operator

4

BPO 1 2

CHAKULI BDO 1 3

Page 298 of 371

JAMSHEDPUR

Name of Dept./Office

No. of Offices

No. of

Users

A CO 1 2

Computer

4

JAMSHEDPUR

Name of Dept./Office

No. of Offices

No. of

Users

Operator

BPO 2

JAMTARA

Name of Dept./Office

No. of Offices No. of

Users

DC Office 1 3

DDC 1 3

Additional Collector

1 3

Additional Collector (Ceiling)

1 3

Treasury officer

1 6

Bank to Treasury

1 3

District Supply Officer

1 8

Deputy Election Officer

1 6

Deputy Collector i/c Legal Section

1 2

District Programme

Officer 1 3

District Transport

Officer 1 6

District Panchayati Raj

Officer 1 3

JAMTARA

Name of Dept./Office

No. of Offices No. of

Users

District Welfare Officer

1 4

Sub Registrar office

1 3

Employment - DRDA

1 6

Statistics Office

1 3

Accounts & Admin - DRDA

1 3

District Agriculture

Officer 1 6

District Planning Officer

1 2

District PF officer

1 4

Excise Superintenden

t. 1 2

Social Security 1 3

Animal Husbandry

1 2

District Mining Officer

1 4

District 1

Page 299 of 371

JAMTARA

Name of Dept./Office

No. of Offices No. of

Users

Horticulture Officer

DPRO 1 2

District Industries

Office 1 2

Municipality / Municipal

Corp 1 5

District Judge 1 4

Fisheries 1

Civil surgeon 1 2

Dist Education Officer

1 5

DC Residence 1 5

Control Room (only At Ranchi)

1

Executive Engineer

PWD- Building 1

Executive Engineer

PWD- Road 1

Executive Engineer -

Electric Supply Office

1

Executive Engineer -

PHED (Drinking Water &

Sanitation)

1 4

Divisional Forest officer

1 3

MESO Officer - (Tribal Sub plan Dist)

1 3

Nazarat - Deputy

Collector 1 3

Deputy 1 3

JAMTARA

Name of Dept./Office

No. of Offices No. of

Users

Collector Establishment

Office

Deputy Collector Gen

Section 1 3

Deputy Collector Rev.

Section 1 3

District Employment

Office 1 4

Jail 1 4

SP Office 1 5

APMC (Agri P Mktg

Committee) 1 3

Sarv Siksha Abhiyan

1 5

NIC 1 4

DSP 1

ADDL CJM 1 3

SDM 1 5

DCLR 1 2

SUB-ELECTION 1 3

WELFARE 1 3

SUB-REGISTRAR

1 3

Sadar

BDO 1 3

CO 1 3

BEO 1 3

Computer

Operator

7

Nala

BDO 1 3

CO 1 3

BEO 1 3

Computer

Operator

7

Kundahit

BDO 1 3

CO 1 3

BEO 1 3

Page 300 of 371

JAMTARA

Name of Dept./Office

No. of Offices No. of

Users

Computer

Operator

6

Narayanpur BDO 1 3

CO 1 3

JAMTARA

Name of Dept./Office

No. of Offices No. of

Users

BEO 1 3

Computer

Operator

6

KHUNTI Name of

Dept./Office No. of Offices

No. of Users

DC Office 1 3

DDC 1 3

Divisional Commissioner

1 3

Additional Collector

1 2

Additional Collector (Ceiling)

1 3

ADM Law & order

1 3

Treasury officer

1 2

Bank to Treasury

1 2

District Supply Officer

1 2

Deputy Election Officer

1 5

District Panchayati Raj Officer

1 3

Sub Registrar office

1 4

Accounts & Admin - DRDA

1 2

District Planning Officer

1 2

District PF officer

1 3

Municipality / 1 2

KHUNTI Name of

Dept./Office No. of Offices

No. of Users

Municipal Corporation

DC Residence 1 3

Nazarat - Deputy

Collector 1 4

Deputy Collector

Establishment Office

1 2

Jail 1 3

SP Office 1 2

NIC 1 3

ADDL CJM 1 3

HEALTH 1 3

SUB-TREASURY

1 5

SDO 1 3

DCLR 1 3

SUB-ELECTION

1 3

SUB-REGISTRAR

1 2

TOPRA

BDO 1 3

CO 1 3

BPO 1 2

COMPUTER

OPERATOR

2

KARRA

BDO 1 3

CO 1 3

BPO 1 2

COMPUTE 2

Page 301 of 371

KHUNTI Name of

Dept./Office No. of Offices

No. of Users

R OPERATOR

RANIA

BDO 1 3

CO 1 3

BPO 1 2

COMPUTER

OPERATOR

2

MURHU BDO 1 3

CO 1 3

KHUNTI Name of

Dept./Office No. of Offices

No. of Users

BPO 1 2

COMPUTER

OPERATOR

2

KHUNTI

BDO 1 3

CO 1 3

BPO 1 2

COMPUTER

OPERATOR

2

Koderma Name of

Dept./Office No. of Offices

No. of Users

DC Office 1 4

DDC 1 3

Additional Collector 1 4

Treasury officer 1 9

Bank to Treasury 1 3

District Supply Officer

1 8

Deputy Election Officer

1 3

District Transport Officer

1 9

District Panchayati Raj Officer

1 3

District Welfare Officer

1 4

Sub Registrar office 1 6

Accounts & Admin - DRDA

1 4

District Agriculture Officer

1 4

District Planning Officer

1 3

Deputy Commissioner Sales

Tax 1 6

District PF officer 1 3

Koderma Name of

Dept./Office No. of Offices

No. of Users

Excise Superintendent

1 3

District Cooperative officer

1 2

Animal Husbandry 1 3

District Mining Officer

1 2

District Judge 1 6

Fisheries 1 3

District Education Officer

1 3

DC Residence 1 4

Water Resources 1 3

Divisional Forest officer

1 4

Nazarat - Deputy Collector

1 2

Deputy Collector Establishment

Office 1 3

Deputy Collector General Section

1 3

Labour Superintendent

1 3

District Employment Office

1 5

Page 302 of 371

Koderma Name of

Dept./Office No. of Offices

No. of Users

Jail 1 7

SP Office 1 4

APMC (Agri P Mktg Committee)

1 4

Sarv Siksha Abhiyan 1 3

NIC 1 3

Additional CJM 1 2

SDO 1 4

DCLR 1 3

WELFARE 1 2

SUB-REGISTRAR 1 2

Koderma Name of

Dept./Office No. of Offices

No. of Users

Sadar BDO 1 6

CO 1 3

Chandwara BDO 1 6

CO 1 2

Markacho BDO 1 4

CO 1 2

Jaynagar BDO 1 6

CO 1 2

Satgawan BDO 1 3

CO 1 2

Latehar

Name of Dept./Office No. of Office

s

No. of

Users

DC Office 1 4

DDC 1 11

UAID 1 2

Additional Collector 1 3

Treasury officer 1 5

Bank to Treasury 1 3

District Supply Officer 1 3

Deputy Election Officer 1 3

Deputy Collector i/c Legal Section

1 3

District Programme Officer

1 2

District PRO 1 2

District Transport Officer

1 8

District Panchayati Raj Officer

1 3

District Welfare Officer 1 6

Sub Registrar office 1 7

Accounts & Admin - DRDA (DIR.)

1 3

Latehar

Name of Dept./Office No. of Office

s

No. of

Users

District Agri Officer 1 4

District Planning Officer

1 5

District PF officer 1 4

Animal Husbandry 1 3

Municipality / Municipal Corp

1 3

District Judge 1 8

Civil surgeon 1 3

DC Residence 1 8

Executive Engineer -Electric Supply Office

1 3

Executive Engineer - PHED (Drinking Water

& Sanitation) 1 3

Div. Forest officer 1 4

MESO Officer - (Tribal Sub plan District)

1 3

Nazarat - Deputy Collector

1 3

Deputy Collector 1 3

Page 303 of 371

Latehar

Name of Dept./Office No. of Office

s

No. of

Users

Establishment Office

Deputy Collector Gen Section

1 6

Deputy Collector Rev. Section

1 3

District Employment Office

1 3

Jail 1 4

SP OFFICE JUNGALWAR

1 2

SP Office 1 4

DSP 1 3

Sarva Siksha Abhiyan 1 3

NIC 1 4

ZILA PARISAD 1 3

MNREGA LOKPAL 1 2

JHARNET SUBDIVISION OFFICE

1 2

Consumer forum 1 2

DSWO OFFICE 1 3

DPM DRDA BUILDING 1 2

SPECIAL DIVISION 1 3

STATISTICS OFFICE 1 3

INDIRA GANDHI AAWASH YOJNA (IAY)

1 2

District DEVELOPMENT SECTION OFFICE

1 2

SDO 1 3

DCLR 1 3

SUB-ELECTION 1 3

PRAGYA KENDRA 1 2

SUPPLY OFFICE (PDS) 1 10

SOCIAL SECURITY OFFICE

1 2

DEVL. INDIRA GANDHI PARIYOJNA (DEP)

1 2

JHARNET CONTROL ROOM

1 3

Sadar BDO

LATEHAR- 1 5

CO 1 4

Latehar

Name of Dept./Office No. of Office

s

No. of

Users

LATEHAR-

CHC LATEHAR

1 2

Chandwa

BDO CHANDW

A 1 5

CO CHANDW

A 1 3

BEO CHANDW

A 1 2

Balumath

BDO BALUMAT

H 1 5

CO BALUMAT

H 1 3

Barwadih

BDO BARWADI

H 1 5

CO BARWADI

H 1 3

BEO BARWADI

H 1 3

Garu BDO

GARU 1 4

CO GARU 1 3

Manika

BDO MANIKA

1 5

CO MANIKA

1 3

BEO MANIKA

1 3

Mahuatar

BDO MAHUATA

R 1 5

CO MAHUATA

R 1 2

Page 304 of 371

Latehar

Name of Dept./Office No. of Office

s

No. of

Users

OPRTR. MAHUATA

2

Latehar

Name of Dept./Office No. of Office

s

No. of

Users

R

Lohardaga

Name of Dept./Office No. of Offices

No. of

Users

DC Office 1 3

DDC 1 3

Additional Collector 1 3

Treasury officer 1 3

Bank to Treasury 1 3

District Supply Officer

1 3

Deputy Election Officer

1 3

Deputy Collector i/c Legal Section

1 3

District Programme Officer

1 3

District Transport Officer

1 8

District Panchayati Raj Officer

1 3

District Welfare Officer

1 3

Sub Registrar office 1 7

Employment - DRDA 1 4

Accounts & Admin - DRDA

1 3

District Agri Officer 1 5

District Planning Officer

1 3

Joint Commissioner Commercial Tax

1 3

District PF officer 1 4

District Cooperative officer

1 3

Lohardaga

Name of Dept./Office No. of Offices

No. of

Users

Animal Husbandry 1 3

District Mining Officer

1 3

District Horticulture Officer

1 3

District Industries Office

1 4

Municipality 1 3

District Judge 1 5

Civil surgeon 1 5

District Education Officer

1 4

DC Residence 1 5

Control Room (only At Lohardaga)

1 3

Water Resources 1 3

Executive Engineer PWD- Building

1 3

Executive Engineer -Electric Supply Office

1 3

Executive Engineer - PHED (Drinking

Water & Sanitation) 1 3

Div. Forest officer 1 3

MESO Officer- (Tribal Sub plan District)

1 3

Nazarat - Deputy Collector

1 3

Deputy Collector Establishment Office

1 3

Deputy Collector Gen 1 3

Page 305 of 371

Lohardaga

Name of Dept./Office No. of Offices

No. of

Users

Section

Deputy Collector Revenue Section

1 2

Labour Superintendent

1 3

District Employment Office

1 4

Jail 1 4

SP Office 1 3

Sarv Siksha Abhiyan 1 3

NIC 1 3

DSP 1 3

ASP 1 3

Asst. Conservative of Forest

1 3

ADDL CJM 1 3

SDO 1 3

DCLR 1 3

WELFARE 1 6

SUB-REGISTRAR 1 3

District Land Acquisition

1 2

District Agriculture Officer

1 2

District Mining Officer

1 2

District Council 1 3

JharNet Control Room

1 2

DSWO 1 4

WCDC 1 2

District Statistics Office

1 2

SBI Main branch 1 2

Social Security 1 3

JharNet Co-ordinator 1 2

Sadar Block

BDO 1 3

CO 1 3

Lohardaga

Name of Dept./Office No. of Offices

No. of

Users

BPO 1 3

Pragya Kendra

1 2

Computer

Operator

3

Senha Block

BDO 1 3

CO 1 3

BPO 1 3

Pragya Kendra

1 2

Computer

Operator

5

Bhandra Block

BDO 1 3

CO 1 3

BPO 1 3

Pragya Kendra

1 2

Computer

Operator

3

Kudu Block

BDO 1 3

CO 1 3

BPO 1 3

Pragya Kendra

1 2

Computer

Operator

5

Kisko Block

BDO 1 3

CO 1 3

BPO 1 3

Pragya Kendra

1 2

Computer

Operator

3

Page 305 of 371

Pakur

Name of Dept./Office No. of Office

s

No. of

Users

DC Office 1 3

DDC 1 3

Additional Collector 1 3

Treasury officer 1 9

Bank to Treasury 1 4

District Supply Officer 1 3

Deputy Election Officer

1 2

Deputy Collector i/c Legal Section

1 2

District Transport Officer

1 6

District Panchayati Raj Officer

1 3

District Welfare Officer

1 2

Sub Registrar office 1 6

Employment – DRDA 1 3

Accounts & Admin - DRDA

1 3

District Agri Officer 1 3

District Planning Officer

1 2

Joint Commissioner Commercial Tax

1 7

District PF officer 1 3

Animal Husbandry 1 3

District Industries Office

1 2

Municipality / Municipal Corp

1 3

District Judge 1 7

Fisheries 1 2

Civil surgeon 1 3

District Education Officer

1 4

DC Residence 1 6

Executive Engineer PWD- Road

1 3

Executive Engineer -Electric Supply Office

1 2

Executive Engineer - 1 4

Pakur

Name of Dept./Office No. of Office

s

No. of

Users

PHED (Drinking Water & Sanitation)

Divisional Forest officer

1 3

MESO Officer - (Tribal Sub plan District)

1 3

Nazarat - Deputy Collector

1 2

Deputy Collector Establishment Office

1 3

Deputy Collector General Section

1 2

Deputy Collector Revenue Section

1 3

District Accounts Officer

1 2

District Employment Office

1 3

Jail 1 5

SP Office 1 4

APMC (Agri P Mktg Committee)

1 3

NIC 1 3

Consumer forum 1 2

Additional CJM 1 3

SUB-TREASURY 1 5

SDO 1 3

DCLR 1 2

SUB-ELECTION 1 3

Zila Parishad 1 5

WELFARE 1 2

Pakuria Block BDO

1 5

CO 1 2

Maheshpur Block

BDO

1 3

CO 1

Amrapara Block

BDO

1 3

CO 1 2

Littipara Block BDO

1 3

Page 306 of 371

Pakur

Name of Dept./Office No. of Office

s

No. of

Users

CO 1

Pakur Block BDO

1 7

CO 1 4

Pakur

Name of Dept./Office No. of Office

s

No. of

Users

Hiranpur Block

BDO

1 4

CO 1

PALAMU

Name of Dept./Office No. of Office

s

No. of

users

DC Office 1 4

DDC 1 7

Divisional Commissioner

1 3

Additional Collector 1 3

ADM Law & order 1 2

Treasury officer 1 14

Bank to Treasury 1 3

District Supply Officer 1 4

Deputy Election Officer 1 3

District Programme Officer

1 2

District Transport Officer

1 14

RTA (at Commissionerate)

1 2

District Panchayati Raj Officer

1 3

District Welfare Officer 1 5

Sub Registrar office 1 13

District Planning Officer 1 4

Jt. Commissioner Commercial Tax

1 10

District PF officer 1 5

SBI 1 3

Samajik Suraksha 1 2

Registry Digitalization 1 9

Statistical Office 1 3

Social Welfare 1 2

District Supply Office 1 3

PALAMU

Name of Dept./Office No. of Office

s

No. of

users

District Industries Office

1 4

Municipality / Municipal Corp

1 3

District Judge 1 5

Civil surgeon 1 3

District Education Officer

1 3

DC Residence 1 4

Executive Engineer - PHED (Drinking Water

& Sanitation) 1 3

Divisional Forest officer 1 3

DEO 1 2

Deputy Collector Establishment Office

1 2

Deputy Collector Gen Section

1 2

Jail 1 7

SP Office 1 5

NIC 1 4

ADDL CJM 1 3

SDO Hussainabad 1 3

Hussainabad Registry 1 3

SDO Daltonganj 1 3

SDO Chhatarpur 1 4

WELFARE 1 5

Panchayati Raj 1 3

DPRO office 1 2

PATAN BDO 1 3

Pragy 1 2

Page 307 of 371

PALAMU

Name of Dept./Office No. of Office

s

No. of

users

a Kendr

a

PANKI BDO 1 3

SATBARWA BDO 1 3

DALTONGANJ

BDO 1 5

CO 1 2

Pragya

Kendra

1 2

CHAINPUR

BDO 1 4

CO 1 2

Pragya

Kendra

1 2

PALAMU

Name of Dept./Office No. of Office

s

No. of

users

LESLIGANJ

BDO 1 3

CO 1 2

Pragya

Kendra

1 2

BISHRAMPUR

BDO 1 3

CO 1 3

PANDU BDO 1 4

MANATU BDO 1 3

CO 1 2

CHHATARPUR

BDO 1 3

HARIHARGANJ

BDO 1 3

HUSSAINABAD

BDO 1 3

RAMGARH Name of

Dept./Office No. of Offices

No. of Users

DC Office 1 3

DDC 1 4

Treasury officer 1 6

Bank to Treasury 1 2

District Supply Officer

1 2

Deputy Election Officer

1 3

District Panchayati Raj Officer

1 2

District Welfare Officer

1 2

Sub Registrar office 1 6

District PF officer 1 3

Nazarat - Deputy 1 2

RAMGARH Name of

Dept./Office No. of Offices

No. of Users

Collector

District Employment Office

1 5

SP Office 1 4

NIC 1 4

SDO 1 5

DCLR 1 3

RAMGARH BDO 1 7

CO 1 4

GOLA BDO 1 6

CO 1 3

PATRATU BDO 1 5

MANDU BDO 1 6

CO 1 4

Page 307 of 371

RANCHI

Name of Dept./ Office

No. of Office

s

No. of

Users

DC Office 1 3

DDC 1 3

Divisional Commissioner

1 4

Additional Collector 1 4

Additional Collector (Ceiling)

1 2

ADM Law & order 1 2

Treasury officer 1 15

Bank to Treasury 1 4

District Supply Officer 1 4

Deputy Election Officer 1 3

Deputy Collector i/c Legal Section

1 2

District Programme Officer

1 3

District PRO 1 6

District Transport Officer

1 14

RTA (at Commisionerate)

1 3

District Welfare Officer 1 11

Sub Registrar office 1 13

Employment - DRDA 1 2

Accounts & Admin - DRDA

1 3

District Agriculture Officer

1 6

District Planning Officer

1 3

Joint Commissioner Commercial Tax

1 3

Deputy Commercial Sales Tax

1 3

COMMERCIAL TAX 4 43

District PF officer 1 7

Excise Superintendent 1 3

District Cooperative officer

1 3

District Mining Officer 1 3

Municipality / 1 8

RANCHI

Name of Dept./ Office

No. of Office

s

No. of

Users

Municipal Corporation

District Judge 1 5

District Education Officer

1 5

DC Residence 1 4

Control Room (only At Ranchi)

1 4

Executive Engineer - PHED (Drinking Water

& Sanitation) 1 3

MESO Officer - (Tribal Sub plan District)

1 4

Nazarat - Deputy Collector

1 3

Deputy Collector Establishment Office

1 3

District Employment Office

1 13

Jail 1 7

DIG 1 3

SP Office 1 8

NIC 1 3

LOKAYUKT 1 11

DIST BANDOBAST 1 3

STATE DRUG 1 5

MAHILA PROBATION HOME NAMKUM

1 4

MVI 1 2

HEALTH (Bundu) 1 3

SDO 2 5

SUB-ELECTION 1 5

SUB-REGISTRAR (Bundu)

1 4

RATU

BDO 1 4

CO 1 3

BPO 1 2

COMPUTER

OPERATOR

3

PRAGYA KENDRA

1 3

Page 308 of 371

RANCHI

Name of Dept./ Office

No. of Office

s

No. of

Users

MANDER

BDO 1 3

CO 1 2

COMPUTER

OPERATOR

2

BPO 1 2

ANGARA

BDO 1 3

CO 1 3

COMPUTER

OPERATOR

2

BPO 1 3

ITKI

BDO 1 3

CO 1 3

BPO 1 2

COMPUTER

OPERATOR

2

SILLI

BDO 1 3

CO 1 2

COMPUTER

OPERATOR

3

BPO 1 2

NAMKUM

BDO 1 2

CO 1 3

BPO 1 2

COMPUTER

OPERATOR

2

BURMU

BDO 1 3

CO 1 3

COMPUTER

OPERATOR

2

BPO 1 2

RANCHI

Name of Dept./ Office

No. of Office

s

No. of

Users

KANKE

BDO 1 3

CO 1 3

COMPUTER

OPERATOR

3

BPO 1 2

CHANHO

BDO 1 2

CO 1 2

BPO 1 3

COMPUTER

OPERATOR

3

LAPUNG

BDO 1 3

CO 1 3

COMPUTER

OPERATOR

3

BPO 1 2

BERO

BDO 1 3

CO 1 3

BPO 1 3

COMPUTER

OPERATOR

2

PRAGYA KENDRA

1 2

ORMANJHI

BDO 1 3

CO 1 3

COMPUTER

OPERATOR

3

BPO 1 2

RANCHI SADAR

COMPUTER

OPERATOR

4

PRAGYA 1 10

Page 309 of 371

RANCHI

Name of Dept./ Office

No. of Office

s

No. of

Users

KENDRA

CO 1 3

SONAHATU

BDO 1 2

CO 1 2

COMPUTER

OPERATOR

3

BPO 1 2

ARKI

BDO 1 2

CO 1 2

BPO 1 2

COMPUTER

OPERATO

3

RANCHI

Name of Dept./ Office

No. of Office

s

No. of

Users

R

BUNDU

BDO 1 3

CO 1 2

COMPUTER

OPERATOR

2

BPO 1 2

TAMAR

BDO 1 3

CO 1 2

BPO 1 3

COMPUTER

OPERATOR

2

Sahibganj

Name of Dept./Office No. of Office

s

No. of

Users

DC Office 1 3

DDC 1 4

Additional Collector 1 3

Treasury officer 1 6

District Supply Officer 1 3

Deputy Election Officer

1 3

District Transport Officer

1 6

District Panchayati Raj Officer

1 3

District Welfare Officer 1 5

Sub Registrar office (Rajmahal)

1 4

Employment - DRDA 1 3

Accounts & Admin - DRDA

1 3

District Agri Officer 1 3

Deputy Commissioner 1 4

Sahibganj

Name of Dept./Office No. of Office

s

No. of

Users

Sales Tax

District PF officer 1 4

District Industries Office

1 3

District Judge 1 4

DC Residence 1 5

Executive Engineer PWD- Building

1 3

Executive Engineer - PHED (Drinking Water

& Sanitation) 1 3

Div. Forest officer 1 3

Nazarat - Dy. Collector 1 3

Deputy Collector Establishment Office

1 2

Deputy Collector Rev. Section

1 2

Jail 1 4

SP Office 1 4

Page 310 of 371

Sahibganj

Name of Dept./Office No. of Office

s

No. of

Users

NIC 1 4

ADDL CJM (Rajmahal) 1 5

SUB-TREASURY 1 4

SDO 2 8

SUB-JAIL 1 5

SBG-Block BDO

1 3

CO 1 3

Borio Block BDO

1 3

CO 1 3

Barhet-Block BDO

1 3

Mandro- Block BDO

1 5

CO 1 2

Sahibganj

Name of Dept./Office No. of Office

s

No. of

Users

Barharwa-Block

BDO

1 3

CO 1 3

pathna- Block BDO

1 3

CO 1 3

Taljhari- Block BDO

1 3

CO 1 3

Udhawa-Block

BDO

1 3

CO 1 3

rjm sadar-block

BDO

1 3

CO 3

Saraikela

Name of Dept./Office No. of Office

s

No. of

Users

DC Office 1 4

DDC 1 3

Additional Collector 1 4

ADM Law & order 1 2

Treasury officer 1 5

Bank to Treasury 1 3

District Supply Officer 1 3

Deputy Election Officer 1 3

Deputy Collector i/c Legal Section

1 2

District Programme Officer

1 3

District Transport Officer

1 6

District Panchayati Raj Officer

1 3

District Welfare Officer 1 3

Sub Registrar office 1 5

Accounts & Admin - 1 3

Saraikela

Name of Dept./Office No. of Office

s

No. of

Users

DRDA

District Agri Officer 1 3

District Planning Officer

1 3

District PF officer 1 6

Excise Superintendent. 1 2

Municipality / Municipal Corp

1 3

District Judge 1 3

Civil surgeon 1 3

DC Residence 1 4

Executive Engineer - PHED (Drinking Water

& Sanitation) 1 2

Divisional Forest officer 1 3

MESO Officer - (Tribal Sub plan District)

1 3

Nazarat - Deputy Collector

1 2

Page 311 of 371

Saraikela

Name of Dept./Office No. of Office

s

No. of

Users

Deputy Collector Establishment Office

1 2

Deputy Collector Gen Section

1 2

Deputy Collector Rev. Section

1 2

Labour Superintendent 1 2

District Employment Office

1 4

Jail 1 4

SP Office 1 3

Sarv Siksha Abhiyan 1 3

NIC 1 3

Asst. Conservative of Forest

1 2

SDO 1 4

DCLR 1 3

SUB-ELECTION 1 2

WELFARE 1 2

DSP (Chandil) 1 4

Welfare (Chandil) 1 3

General section (Chandil)

1 3

Nazarat (Chandil) 1 3

LRDC (Chandil) 1 2

SDO (Chandil) 1 2

saraikela Block

BDO 1 3

CO 1 2

BPO 1 2

OPERATOR

2

kharsawan Block

BDO 1 3

CO 1 2

BPO 1 3

OPERAT

3

Saraikela

Name of Dept./Office No. of Office

s

No. of

Users

OR

Kuchi Block

BDO 1 3

CO 1 2

BPO 1 2

OPERATOR

3

Rajnagar Block

BDO 1 3

CO 1

BPO 1 2

OPERATOR

3

Chandil Block

BDO 1 3

CO 1 2

BPO 1 2

OPERATOR

4

Gamhariya Block

BDO 1 3

CO 1 2

BPO 1 2

OPERATOR

5

Neemdih Block

BDO 1 3

CO 1 2

BPO 1 2

OPERATOR

Echagarh Block

BDO 1 3

CO 1

BPO 1 2

OPERATOR

2

Page 311 of 371

SIMDEGA Name of

Dept./Office No. of Offices

No. of Users

DC Office 1 3

DDC 1 3

Additional Collector

1 3

Treasury officer 1 3

Bank to Treasury 1 2

District Supply Officer

1 3

Deputy Collector i/c Legal Section

1 3

District Transport Officer

1 6

District Welfare Officer

1 3

Sub Registrar office

1 3

Accounts & Admin - DRDA

1 3

District Agri Officer

1 3

District Planning Officer

1 2

District PF officer 1 3

Animal Husbandry 1 3

District Mining Officer

1 3

Municipality / Municipal Corp

1 2

Civil surgeon 1 3

DC Residence 1 6

Control Room (only At simdega)

1 3

Water Resources 1 3

Executive Engineer PWD- Road

1 3

Executive Engineer - PHED (Drinking

Water &

1 3

SIMDEGA Name of

Dept./Office No. of Offices

No. of Users

Sanitation)

MESO Officer - (Tribal Sub plan

District)

1 3

Nazarat - Deputy Collector

1 3

Deputy Collector Establishment

Office

1 3

Deputy Collector Gen Section

1 3

Deputy Collector Rev. Section

1 3

District Employment

Office

1 3

Jail 1 3

SP Office 1 3

Sarva Siksha Abhiyan

1 3

NIC 1 3

SDO 1 7

DCLR 1 3

Kolebira BDO 1 3

CO 1 3

T.Tangar BDO 1 3

CO 1 3

Bano BDO 1 3

CO 1 3

Sadar BDO 1 3

CO 1 3

Bolba BDO 1 3

CO 1 3

Jaldega BDO 1 3

CO 1 3

Kurdeg BDO 1 3

CO 1 3

Page 312 of 371

24 Annexure VII: Offices connected through JharNet VoIP

District Offices

Sl. No

District Office Connected

1 Bokaro DDC Bokaro

2 Bokaro Additional Collector

Bokaro

3 Bokaro Treasury Office

4 Bokaro Bank connected to

treasury (SB)

5 Bokaro Supply Officer

6 Bokaro Deputy Election

Officer

7 Bokaro DC In charge legal

Section

8 Bokaro Public Relation Office

(DPRO)

9 Bokaro Transport Office

Bokaro

10 Bokaro Panchayati Raj

11 Bokaro Welfare Officer

12 Bokaro Dist. Registrar

13 Bokaro DIR Employment

Bokaro

14 Bokaro Dir A/C and

Admin.(DRDA)

15 Bokaro Planning Officer

16 Bokaro Jt. Comm. Commercial

Tax -

17 Bokaro Provident Fund

Bokaro

18 Bokaro Excise Superintendent

19 Bokaro Mining Officer Bokaro

20 Bokaro Industries Officer

21 Bokaro Municipal Corp

Bokaro

22 Bokaro Judge

23 Bokaro Fisheries Officer

24 Bokaro Civil Surgeon

25 Bokaro Education Officer(

Bokaro)

26 Bokaro DC Residence

District Offices

Sl. No

District Office Connected

27 Bokaro Exec. Engg. (Elec.

Supply off)

28 Bokaro Exec. Engg. (PHED)

29 Bokaro Forest Officer Bokaro

30 Bokaro DC Nazarath (NDC)

31 Bokaro DC - Establishment

office -

32 Bokaro DC - General Section

33 Bokaro DC - Revenue Section

34 Bokaro Labour

Superintendent

35 Bokaro Dist. Employment

officer

36 Bokaro Bokaro Jail

37 Bokaro IG Home Bokaro

38 Bokaro DIG OFFICER BOKARO

39 Bokaro SP Bokaro

40 Bokaro APMC

41 Bokaro Sarv Siksha

Abhiyan(DSE)-

42 Bokaro DIO (NIC) Bokaro

43 Bokaro Dist. Land

Acquisition(Bokaro)

44 Bokaro Dist. Sub Land

Acquisition(Boka)

45 Bokaro DC Bokaro

46 Bokaro SDO Chas SDHQ

47 Bokaro LR DC Chas SDHQ

48 Bokaro Sub Election Off(Chas)

49 Bokaro Sub Welfare (Chas)

50 Bokaro Chas SDHQ Ctrl Room

51 Bokaro BDO Chas Block

(Bokaro)

52 Bokaro CO Chas Block

(Bokaro)

53 Bokaro BPO Chas Block

54 Bokaro Computer Operator

Chas Block

Page 313 of 371

District Offices

Sl. No

District Office Connected

55 Bokaro BDO Chandankiyari

56 Bokaro CO Chandankiyari

57 Bokaro BPO Chandankiyar

58 Bokaro Computer Operator

Chandankiyar

59 Bokaro Addl. CJM.Bermo

60 Bokaro Deputy Health Supdt.(Bermo)

61 Bokaro Sub Treasury Bermo

62 Bokaro SDO Bermo SDHQ

63 Bokaro LR DC SDHQ Bermo

64 Bokaro Election Office (Bermo

SDHQ)

65 Bokaro SBI to Treasury Bermo

66 Bokaro Sub Welfare (Bermo)

67 Bokaro Sub Registrar( Bermo)

68 Bokaro SDHQ Bermo Ctrl

Room

69 Bokaro Bermo Sub Jail

70 Bokaro BDO Bermo

71 Bokaro CO Bermo

72 Bokaro BPO Bermo

73 Bokaro Computer Operator

Bermo

74 Bokaro BDO Petarwar

75 Bokaro CO Petarwar

76 Bokaro BPO Petarwar

77 Bokaro Computer Operator

Petarwar

78 Bokaro BDO Nawadih Blk

(Bokaro)

79 Bokaro CO Nawadih Blk

(Bokaro)

80 Bokaro BPO Nawadih

81 Bokaro Computer Operator

Nawadih

82 Bokaro BDO Gomia(Bermo)

83 Bokaro CO Gomia (Bermo)

84 Bokaro BPO Gomia

85 Bokaro Computer Operator

District Offices

Sl. No

District Office Connected

Gomia

86 Bokaro BDO Kasmar

87 Bokaro CO Kasmar

88 Bokaro BPO Kasmar

89 Bokaro Computer Operator

Kasmar

90 Bokaro BDO Jaridih

91 Bokaro CO Jaridih

92 Bokaro BPO Jaridih

93 Bokaro Computer Operator

Jaridih

94 Bokaro Bokaro Ctrl Room

95 Bokaro DC - Ctrl Room

96 Chatra DDC Chatra

97 Chatra Addl Collector Chatra

98 Chatra Treasury Office Chatra

99 Chatra Bank Connected to

Treasury(SBI

100

Chatra Supply Office Chatra

101

Chatra Election

Officer(Chatra)

102

Chatra DC In charge legal

Section

103

Chatra Programmer Office.

Chatra

104

Chatra Public Relation Office

(DPRO)

105

Chatra Transport Officer

Chatra

106

Chatra Panchayati Raj

107

Chatra Welfare Officer

108

Chatra Dist Registrar

109

Chatra Dir Employment

(DRDA)

110

Chatra Dir A/C and

Admin.(DRDA)

11 Chatra Agriculture Officer

Page 314 of 371

District Offices

Sl. No

District Office Connected

1

112

Chatra Planning Officer

113

Chatra Provident fund Office.

Chatra

114

Chatra Animal Husbandry

115

Chatra Mining Officer

116

Chatra Municipal Office

Chatra

117

Chatra Judge

118

Chatra Fisheries Officer

119

Chatra Civil Surgeon Chatra

120

Chatra DC Residence

121

Chatra DC Residence

122

Chatra Exec. Engg. (PWD

Road)

123

Chatra Exec. Engg. (Elec.

Supply Office)

124

Chatra Exec. Engg. (PHED)

125

Chatra Forest Office. Chatra

126

Chatra DC Nazarath (NDC)

127

Chatra DC - Establishment

office -

128

Chatra DC - General Section

129

Chatra DC - Revenue Section

130

Chatra Dist Employment

officer

131

Chatra Chatra Jail

132

Chatra SP Chatra

District Offices

Sl. No

District Office Connected

133

Chatra Sarv Siksha

Abhiyan(DSE)-

134

Chatra DIO (NIC)Chatra

135

Chatra Dist. Malaria Office

136

Chatra DC Chatra

137

Chatra Additional

SDJM(Chatra SDHQ)

138

Chatra SDO Chatra SDHQ

139

Chatra LR DC SDHQ Chatra

140

Chatra Election

Officer(Chatra)

141

Chatra SDHQ Chatra Ctrl

Room

142

Chatra BDO Chatra Sadar

143

Chatra CO Chatra Sadar

144

Chatra BDO Simria

145

Chatra CO-Simria BLK

146

Chatra BDO Pratappur

147

Chatra CO Pratappur

148

Chatra BDO Hanterganj

149

Chatra CO Hanterganj - 22292

150

Chatra BDO Itkhori

151

Chatra CO Itkhori

152

Chatra BDO Tandva

153

Chatra CO Tandva

154

Chatra BDO Pathargadha

Page 315 of 371

District Offices

Sl. No

District Office Connected

155

Chatra Computer Operator

Pathargadha

156

Chatra BDO Kunda

157

Chatra CO Kunda

158

Chatra BDO Gidhdor

159

Chatra CO Gidhdor

160

Chatra BDO Lavalong

161

Chatra CO Lavalong

162

Chatra Chatra Control Room

163

Palamu DDC Palamu

164

Palamu Div. Commissioner

165

Palamu Supply Office Palamu

166

Palamu ADM (Law and Order)

167

Palamu Treasury Office

palamu

168

Palamu SBI Connected to

Treasury

169

Palamu Dist Supply Office

170

Palamu Dy Election Officer

Palamu

171

Palamu Transport Office

Palamu

172

Palamu Regional Transport

Authority

173

Palamu Panchayati Raj

174

Palamu Welfare Officer

175

Palamu Dist Registrar

176

Palamu Dir Employment DRDA

District Offices

Sl. No

District Office Connected

177

Palamu Dir A/C and

Admin.(DRDA)

178

Palamu Planning Officer

179

Palamu Jt. Comm. Commercial

Tax

180

Palamu Provident Fund Office

palamu

181

Palamu Excise Superintendent

182

Palamu Industries Officer

183

Palamu Municipal corporation

Palamu

184

Palamu Judge

185

Palamu Civil Surgeon Palamu

186

Palamu Edu. Office Palamu

187

Palamu DC Residence

188

Palamu Exec. Engg. (PWD

Bldg.)

189

Palamu Exec. Engg. (PWD

Road)

190

Palamu G.M (Elec. Supply

Office)

191

Palamu Exec. Engg. (PHED)

192

Palamu Forest Office Palamu

193

Palamu DC Nazarath (NDC)

194

Palamu DC - General Section

195

Palamu Daltonganj Jail

196

Palamu SP Palamu

197

Palamu Sarv Siksha

Abhiyan(DSE)-

198

Palamu DIO (NIC) Daltonganj

Page 316 of 371

District Offices

Sl. No

District Office Connected

199

Palamu Dist Statistics Office

200

Palamu DC Palamu

201

Palamu Additional CJM Palamu SDHQ

202

Palamu SDO Palamu

203

Palamu SDHQ Palamu Ctrl

Room

204

Palamu BDO Daltonganj Sadar

205

Palamu BDO Chainpur Block

206

Palamu BDO Satbarwa

207

Palamu BDO Leisliganj

208

Palamu BDO Panki Block

209

Palamu BDO Manatu

210

Palamu Computer Operator

Manatu

211

Palamu BDO Patan Block

212

Palamu BDO Bishrampur Block

213

Palamu CO Bishrampur Block

214

Palamu BDO Pandu

215

Palamu SDO Chatarpur

216

Palamu SDHQ Chatrapur Ctrl

Room

217

Palamu BDO Charatpur

218

Palamu CO Chatarpur

219

Palamu BDO - Hariharganj

220

Palamu CO - Hariharganj

District Offices

Sl. No

District Office Connected

221

Palamu SDO (Hussainabad) -

23610

222

Palamu Sub Registar Huss

223

Palamu BDO Hussainabad

224

Palamu SDHQ Hussainabad

Ctrl Room

225

Palamu Palamu Control Room

226

Deoghar DDC Deoghar

227

Deoghar Additional Collector

Deoghar

228

Deoghar Treasury Office

Deoghar

229

Deoghar Deputy Election Office

Deoghar

230

Deoghar DC In charge legal

Section

231

Deoghar Public Relation Office

(DPRO)

232

Deoghar Transport Office

(Deoghar)

233

Deoghar Panchayati Raj

234

Deoghar Welfare Officer

235

Deoghar Dist Registar Deoghar

236

Deoghar Dir A/C and

Admin.(DRDA)

237

Deoghar Agriculture Office -

24024

238

Deoghar Planning Officer

239

Deoghar Dy Comm. Sales Tax

240

Deoghar Provident Fund Office

241

Deoghar Mining Officer

242

Deoghar Horticulture Officer

Page 317 of 371

District Offices

Sl. No

District Office Connected

243

Deoghar Industries Officer

244

Deoghar Municipal Corporation

Deoghar

245

Deoghar Judge

246

Deoghar Civil Surgeon Deoghar

247

Deoghar DC Residence

248

Deoghar Exec. Engg. (PWD

Bldg.)

249

Deoghar Exec. Engg. (PWD

Road)

250

Deoghar Exec. Engg (Elec.

Supply Office)

251

Deoghar Exec. Engg. (PHED)

252

Deoghar Forest Office Deoghar

253

Deoghar DC Nazarath (NDC)

254

Deoghar DC - General Section

255

Deoghar Deoghar Jail

256

Deoghar SP Deogarh

257

Deoghar APMC - Deoghar

258

Deoghar Sarv Siksha

Abhiyan(DSE)-

259

Deoghar DIO (NIC) Deoghar

260

Deoghar Baba Mandir Deoghar

261

Deoghar MIS NREGA

262

Deoghar Zila Pari( Deoghar)

263

Deoghar Dist Social security cell

264

Deoghar JAP 5

District Offices

Sl. No

District Office Connected

265

Deoghar Probationary Officer

(Jail)

266

Deoghar Social Welfare

Deoghar

267

Deoghar Social Forestry

268

Deoghar NIC Operator

269

Deoghar DC Office

270

Deoghar SDO Deoghar

271

Deoghar DC LR (Deoghar SDHQ)

272

Deoghar Sub-Election_deoghar

273

Deoghar SDHQ Deoghar Ctrl

Room

274

Deoghar BDO DeogharSadar

275

Deoghar BDO Devipur

276

Deoghar CO Devipur

277

Deoghar BDO Mohanpur Block

-

278

Deoghar CO Mohanpur Block

Deoghar

279

Deoghar BDO Sarwan Block

280

Deoghar CO Sarwan

281

Deoghar BPO Sarwan

282

Deoghar Computer Operator

Sarwan

283

Deoghar ADDL CJM -24507

284

Deoghar Sub Treasury

Madhupur

285

Deoghar SDO Madhupur

286

Deoghar LR DC Madhupur

Page 318 of 371

District Offices

Sl. No

District Office Connected

287

Deoghar Bank Connected to

Treasury

288

Deoghar Sub-Reg - 24521

289

Deoghar Madhupur SDHQ Ctrl

Room

290

Deoghar BDO Madhupur

291

Deoghar CO Madhupur

292

Deoghar BPO Madhupur Block

293

Deoghar Computer Operator

Madhupur

294

Deoghar BDO Karowm

295

Deoghar CO Karowm

296

Deoghar BDO Sarat

297

Deoghar CO Sarat

298

Deoghar BDO Palojori

299

Deoghar CO Palojori

300

Deoghar Deoghar Ctrl Room

301

Dhanbad DDC Dhanbad

302

Dhanbad Additional Collector

Dhanbad

303

Dhanbad ADM (Law and Order)

304

Dhanbad Treasury Office.

305

Dhanbad Bank Connected to

Treas.

306

Dhanbad Supply Office Dhanbad

307

Dhanbad Deputy Election Office. Dhanbad

308

Dhanbad DC In charge legal

Section

District Offices

Sl. No

District Office Connected

309

Dhanbad Programmer Office.

Dhanbad

310

Dhanbad Public Relation Office

(DPRO)

311

Dhanbad Transport Officer

Dhanbad

312

Dhanbad Panchayati Raj

313

Dhanbad Welfare Officer

314

Dhanbad Dist Registrar

315

Dhanbad Employment Off

316

Dhanbad Dir A/C and

Admin.(DRDA)

317

Dhanbad Agriculture Off

318

Dhanbad Planning Officer

319

Dhanbad Jt. Comm. Commercial

Tax

320

Dhanbad Dy Comm. Sales Tax

321

Dhanbad Provident Fund

Dhanbad

322

Dhanbad Excise Superintendent

323

Dhanbad Manager State Food

Corp.

324

Dhanbad Co - operative Off

325

Dhanbad Animal Husbandry

326

Dhanbad Mining Officer

327

Dhanbad Horticulture Officer

328

Dhanbad Industries Officer

329

Dhanbad Judge

330

Dhanbad Civil surgeon Dhanbad

Page 319 of 371

District Offices

Sl. No

District Office Connected

331

Dhanbad Education Off

Dhanbad

332

Dhanbad DC Residence

333

Dhanbad P.A To D.C (Res)

334

Dhanbad Exec. Engg. (PWD

Bldg.)

335

Dhanbad Exec. Engg. (PWD

Road)

336

Dhanbad Exec. Engg (Elec.

Supply Off)

337

Dhanbad Exec. Engg. (PHED)

338

Dhanbad Forest Off Dhanbad

339

Dhanbad DC Nazarath (NDC)

340

Dhanbad DC - Establishment

office

341

Dhanbad DC - General Section

342

Dhanbad DC - Revenue Section

343

Dhanbad Labour

Superintendent

344

Dhanbad Dist. Accounts Officer

345

Dhanbad Dist Employment

officer

346

Dhanbad Dhanbad Jail

347

Dhanbad SP Dhanbad

348

Dhanbad APMC

349

Dhanbad Sarv Siksha

Abhiyan(DSE)-

350

Dhanbad DIO (NIC) Dhanbad

351

Dhanbad Dist Sports Officer

Dhanbad

352

Dhanbad Dy Comm.

Commercial Tax

District Offices

Sl. No

District Office Connected

Dhanbad

353

Dhanbad Comm. Tax (Jharia

Circle)

354

Dhanbad Comm. Labour

Dhanbad

355

Dhanbad JAP 3

356

Dhanbad Dhanbad Video Conf.

357

Dhanbad DC Dhanbad

358

Dhanbad ADDL CJM Dhanbad

SDHQ

359

Dhanbad SDO Dhanbad

360

Dhanbad DC LR SDHQ

361

Dhanbad Sub Election Off

362

Dhanbad SDHQ Dhanbad Ctrl

Room

363

Dhanbad BDO- Dhanbad Sadar

Block

364

Dhanbad CO- Dhanbad Sadar

Block

365

Dhanbad BPO Dhanbad Sadar

366

Dhanbad Computer Operator

Dhanbad Sadar

367

Dhanbad BDO- Jharia Block

368

Dhanbad CO Jharia

369

Dhanbad BDO-Tundi Block

370

Dhanbad CO Tundi Block

371

Dhanbad BPO Tundi

372

Dhanbad Computer Operator

Tundi

373

Dhanbad BDO Topechanchi

Block

Page 320 of 371

District Offices

Sl. No

District Office Connected

374

Dhanbad CO - Topechanchi

Block

375

Dhanbad BPO Topechanchi

376

Dhanbad Computer Operator

Topechanchi

377

Dhanbad BDO Baliapur Block

378

Dhanbad CO Baliapur Block

379

Dhanbad BPO Baliapur

380

Dhanbad Computer Operator

Baliapur

381

Dhanbad BDO - Govindpur

Block

382

Dhanbad CO - Govindpur Block

383

Dhanbad BPO Govindpur

384

Dhanbad Computer Operator

Govindpur

385

Dhanbad BDO-Nirsa Block

386

Dhanbad CO-Nirsa Block

387

Dhanbad BPO Nirsa Block

388

Dhanbad Computer Operator

Nirsa

389

Dhanbad BDO Bagmara Block

390

Dhanbad CO Bagmara Block

391

Dhanbad BPO Bagmara

392

Dhanbad Computer Operator

Bagmara

393

Dhanbad Dhanbad Ctrl Room

394

Dhanbad DC Control Room

395

Dumka DDC Dumka

District Offices

Sl. No

District Office Connected

396

Dumka Div. Commissioner

Dumka

397

Dumka Addl Collector Dumka

398

Dumka Treasury Officer

399

Dumka Bank Connected to

Treasury(SBI

400

Dumka Supply Off Dumka

401

Dumka Deputy Election Off

Dumka

402

Dumka DC In charge legal

Section

403

Dumka Programmer

Officer(Dumka)

404

Dumka Public Relation Off

(DPRO)

405

Dumka Transport Officer

Dumka

406

Dumka Regional Transport

Authority

407

Dumka Panchayati Raj

408

Dumka Welfare Officer

409

Dumka Dist Registrar

410

Dumka Dir Empl.

(DRDA)Dumka

411

Dumka Dir A/C and

Admin.(DRDA)

412

Dumka Agriculture Off

413

Dumka Planning Officer

414

Dumka Jt. Comm. Commercial

Tax

415

Dumka Dy Comm. Sales Tax

416

Dumka Provident Fund Off

Dumka

417

Dumka Excise Superintendent

Page 321 of 371

District Offices

Sl. No

District Office Connected

418

Dumka Co - operative Off

419

Dumka Animal Husbandry

420

Dumka Mining Officer

421

Dumka Horticulture Officer

422

Dumka Industries Officer

423

Dumka Municipal Cop. Dumka

424

Dumka Judge

425

Dumka Civil Surgeon

426

Dumka Education off(Dumka)

427

Dumka DC Residence

428

Dumka Exec. Engg. Water

Resource

429

Dumka Exec. Engg. (PWD

Bldg.)

430

Dumka Exec. Engg. (PWD

Road)

431

Dumka Exec. Engg. (Elec.

Supply Off)

432

Dumka Exec. Engg. (PHED)

433

Dumka Forest Officer Dumka

434

Dumka Meso Officer

435

Dumka DC Nazarath (NDC)

436

Dumka DC - Establishment

office -

437

Dumka DC - General Section

438

Dumka DC - Revenue Section

439

Dumka Dist. Accounts Officer

District Offices

Sl. No

District Office Connected

440

Dumka Dumka Jail

441

Dumka IG Dumka

442

Dumka DIG Dumka

443

Dumka SP Dumka

444

Dumka Sub Welfare Off

(Ghatshila)

445

Dumka Sarv Siksha

Abhiyan(DSE)-

446

Dumka DIO (NIC) Dumka

447

Dumka Consumer forum

448

Dumka Div. Commandant

Home Guard

449

Dumka Asst. of Conservator

Forest O

450

Dumka DC Comm. Tax

451

Dumka Social Security

452

Dumka P.A to Dev Comm.

453

Dumka Secy To Dev Comm.

454

Dumka Commandant Officer

455

Dumka DPO to Dev Comm.

456

Dumka Director Mining

Dumka

457

Dumka Dist Land Acquisition

458

Dumka Child Labour Off

(Dumka)

459

Dumka DC Dumka

460

Dumka SDO Dumka

461

Dumka DC LR Dumka SDHQ

Page 322 of 371

District Offices

Sl. No

District Office Connected

462

Dumka Election Off SDHQ

Dumka

463

Dumka Sub Welfare (Dumka)

464

Dumka SDHQ Dumka Ctrl

Room

465

Dumka BDO Dumka Sadar

Block

466

Dumka CO Dumka Sadar Block

467

Dumka BDO Jama Block

468

Dumka CO Jama Block

469

Dumka BDO Shikaripada Blk

Dumka

470

Dumka BDO / CO Rameshwar

Block

471

Dumka BDO/CO Ramgadh

472

Dumka BDO Jarmundi Blk

Dumka

473

Dumka CO Jarmundi Blk

Dumka

474

Dumka BDO-Masliya Block

475

Dumka BDO Saraiyahad

476

Dumka CO Saraiyahad

477

Dumka BDO Khathikund Blk -

Dumka

478

Dumka CO Khathikund Block

479

Dumka BDO Gopikandr Block

480

Dumka Dumka Control room

481

Jamshedpur

DDC Jamshedpur

482

Jamshedpur

Addl Collector(East Signhbhum)

483

Jamshedpur

ADM (Law and Order)

District Offices

Sl. No

District Office Connected

484

Jamshedpur

Treasury Officer

485

Jamshedpur

Bank Connected to Treasury(SBI

486

Jamshedpur

District Supply officer

487

Jamshedpur

SOR Rationing

488

Jamshedpur

Election Officer

489

Jamshedpur

DC In charge legal Section

490

Jamshedpur

Programmer Off. Jamshedpur

491

Jamshedpur

Public Relation Off (DPRO)

492

Jamshedpur

Transport Off. Jamshedpur

493

Jamshedpur

Panchayati Raj

494

Jamshedpur

Welfare Officer

495

Jamshedpur

Dist Registrar

496

Jamshedpur

Dir Employment (DRDA)

497

Jamshedpur

Dir A/C and Admin.(DRDA)

498

Jamshedpur

Planning Officer

499

Jamshedpur

Jt. Comm. Commercial Tax

500

Jamshedpur

Dy Comm. Sales Tax

501

Jamshedpur

Provident fund off Jamshedpur

502

Jamshedpur

Excise Superintendent

503

Jamshedpur

Co-operative Off

504

Jamshedpur

Mining Officer

505

Jamshedpur

Dist Industries Office

Page 323 of 371

District Offices

Sl. No

District Office Connected

506

Jamshedpur

Judge JSR

507

Jamshedpur

Civil Surgeon East singhbum

508

Jamshedpur

Dist Edu Officer JSR

509

Jamshedpur

DC Residence

510

Jamshedpur

Exec. Engg. (PWD Bldg.)

511

Jamshedpur

Exec. Engg. (PWD Road)

512

Jamshedpur

Forest Officer

513

Jamshedpur

Meso Officer

514

Jamshedpur

DC Nazarath (NDC)

515

Jamshedpur

DC Establishment Office

516

Jamshedpur

DC - General Section

517

Jamshedpur

Dist Employment officer

518

Jamshedpur

E.Singhbhum Jail

519

Jamshedpur

SP Jamshedpur

520

Jamshedpur

Sarv Siksha Abhiyan(DSE)-

521

Jamshedpur

DIO (NIC)Jamshedpur

522

Jamshedpur

Judge In charge Jsr

523

Jamshedpur

Dy Comm. JSR Circle

524

Jamshedpur

Appeal (Comm. Tax)

525

Jamshedpur

Exe Magistrate(JSR)

526

Jamshedpur

APO (DRDA)

527

Jamshedpur

Social Security Off

District Offices

Sl. No

District Office Connected

528

Jamshedpur

Office Supdt. Collecterate

529

Jamshedpur

DC Tata Lease

530

Jamshedpur

RDA (DRDA)

531

Jamshedpur

Spl. Emp. Exch. for PH

532

Jamshedpur

Deputy Director Employment

533

Jamshedpur

Consumer Forum E.Singhbhum

534

Jamshedpur

Jt.Comm VAT Audit(C.Tax)

535

Jamshedpur

AIDA E.Singhbhum

536

Jamshedpur

DC Jamshedpur

537

Jamshedpur

Dy Comm. JSR Urban Circle

538

Jamshedpur

SDO Dhalbum

539

Jamshedpur

LR DC Dalbhum SDHQ

540

Jamshedpur

Dy Election Off (Dalbhum)

541

Jamshedpur

SDHQ Dalhbum Ctrl Room

542

Jamshedpur

Deputy comm c.tax

543

Jamshedpur

BDO- Jamshedpur Sadar Block

544

Jamshedpur

CO Jamshedpur Sadar Block

545

Jamshedpur

Computer Operator Sadar

546

Jamshedpur

Dy Comm. Aditpur Circle

547

Jamshedpur

BDO Patmada Block

548

Jamshedpur

CO Patmada Block

549

Jamshedpur

BPO Patmada

Page 324 of 371

District Offices

Sl. No

District Office Connected

550

Jamshedpur

Computer Operator Patmada

551

Jamshedpur

BDO Potka Block

552

Jamshedpur

CO Potka

553

Jamshedpur

Computer Operator Potka

554

Jamshedpur

Dy Comm. Singhbhum Circle

555

Jamshedpur

Addl CJM Ghatshilsa SDHQ

556

Jamshedpur

Dy Health Supdt. (Ghatshila)

557

Jamshedpur

Sub Treasury Ghatshila

558

Jamshedpur

SDO (Ghatshila) SDHQ

559

Jamshedpur

LR DC (Ghatshila)

560

Jamshedpur

Bank Connected To Treasury

561

Jamshedpur

Sub Election Ghatshila

562

Jamshedpur

Sub Welfare (Ghatshila)

563

Jamshedpur

Sub Reg (Ghatshila)

564

Jamshedpur

SDHQ Ghatsila Ctrl Room

565

Jamshedpur

Ghatshila Sub Jail

566

Jamshedpur

BDO Ghatshila - 27461

567

Jamshedpur

CO Ghatshila - 27462

568

Jamshedpur

BPO Ghatshila Block

569

Jamshedpur

Computer Operator(Ghatshila)

570

Jamshedpur

BDO Musabani

571

Jamshedpur

Computer Operator (Musabni)

District Offices

Sl. No

District Office Connected

572

Jamshedpur

BDO Dumaria

573

Jamshedpur

BPO Dumaria

574

Jamshedpur

Computer Operator Dumaria

575

Jamshedpur

BDO Chakulia

576

Jamshedpur

CO Chakulia

577

Jamshedpur

BPO Chakulia - 27493

578

Jamshedpur

Computer Operator(Chakulia) -

579

Jamshedpur

BDO Dalbhumgarh Block

580

Jamshedpur

CO Dhalbhumgarh Block

581

Jamshedpur

BPO Dalbhumgarh

582

Jamshedpur

Computer Operator Dalbhumgarh

583

Jamshedpur

BDO Bahragoda

584

Jamshedpur

CO Bahragoda

585

Jamshedpur

BPO (Bahragoda) - 27513

586

Jamshedpur

Computer Operator Bahragoda -

587

Jamshedpur

Jamshedpur Ctrl Room

588

Garhwa DDC Garhwa

589

Garhwa Additional Collector

Garhwa

590

Garhwa Treasury Officer

591

Garhwa Bank Connected to

Treasury(SBI

592

Garhwa Supply Officer Garhwa

593

Garhwa Election Off

Page 325 of 371

District Offices

Sl. No

District Office Connected

594

Garhwa DC In charge legal

Section

595

Garhwa Programmer Officer

Garhwa

596

Garhwa Public Relation Off

(DPRO)

597

Garhwa Transport Off (DTO)

Garhwa

598

Garhwa Panchayati Raj

599

Garhwa Welfare Officer

600

Garhwa Dist Registrar

601

Garhwa Dir Employment

(DRDA)

602

Garhwa Dir A/C and

Admin.(DRDA)

603

Garhwa Agriculture officer

604

Garhwa Planning Officer

605

Garhwa Provident Fund Off

Gadwa

606

Garhwa Excise Superintendent

607

Garhwa Animal Husbandry

608

Garhwa Mining Officer

609

Garhwa Municipal Corporation

Garhwa

610

Garhwa Judge

611

Garhwa Civil Surgeon Garwa

612

Garhwa Education Officer

Garhwa

613

Garhwa DC Residence

614

Garhwa Exec. Engg. (PWD

Bldg.)

615

Garhwa Exec. Engg. (PWD

Road)

District Offices

Sl. No

District Office Connected

616

Garhwa Exec. Engg. (Elec.

Supply Off)

617

Garhwa Exec. Engg.

(PHED)(Food Supply

618

Garhwa Forest Off Gadwa

619

Garhwa DC - Establishment

office -

620

Garhwa DC - General Section

621

Garhwa DC - Revenue Section

622

Garhwa Dist. Accounts Officer

623

Garhwa Dist Employment

officer

624

Garhwa Garhwa Jail

625

Garhwa SP Garhwa

626

Garhwa Sarv Siksha

Abhiyan(DSE)-

627

Garhwa DIO (NIC) Garhwa

628

Garhwa Exe Engg Irrigation

629

Garhwa DSP Garhwa

630

Garhwa DC Garhwa

631

Garhwa Addl CJM Garhwa

SDHQ

632

Garhwa SDO Garhwa SDHQ

633

Garhwa LR DC SDHQ (Garhwa)

634

Garhwa Sub Election Off

(Garhwa)

635

Garhwa SDHQ Garhwa Ctrl

Room

636

Garhwa SDHQ Forest Off

Garhwa

637

Garhwa BDO Garhwa Sadar

Block

Page 326 of 371

District Offices

Sl. No

District Office Connected

638

Garhwa CO Garhwa Sadar

639

Garhwa BDO Meral Block

640

Garhwa CO Meral

641

Garhwa BPO Meral

642

Garhwa Head Clerk Meral

643

Garhwa BDO Bhandria

644

Garhwa CO Bhandria

645

Garhwa BPO Bhandria

646

Garhwa BDO Ranka Block

647

Garhwa CO Ranka

648

Garhwa BPO Ranka

649

Garhwa Computer

Operator(Ranka)- 2828

650

Garhwa BDO Ramkeda

651

Garhwa CO Ramkenda

652

Garhwa BDO chinia

653

Garhwa CO Chinia

654

Garhwa BDO Majiav (Garhwa)

655

Garhwa CO Majiav

656

Garhwa Head Clerk (Majiav) -

28313

657

Garhwa Computer

Operator(Majiv)- 2831

658

Garhwa SDO Nagaruntari

SDHQ

65 Garhwa DC LR Nagaruntari

District Offices

Sl. No

District Office Connected

9

660

Garhwa Sub Registrar (Nagaruntari)

661

Garhwa SDHQ Nagaruntari Ctrl

Room

662

Garhwa BDO Nagaruntari Blk

663

Garhwa CO Nagarutari

664

Garhwa DSP Nagaruntari

665

Garhwa BDO Bhawanthpur

666

Garhwa BDO Dhurki

667

Garhwa CO Dhurki

668

Garhwa BDO Kharaundi

669

Garhwa CO Kharaundi

670

Garhwa BDO Dandi

671

Garhwa CO Dandi

672

Garhwa BDO

Ramna(Nagaruntari)

673

Garhwa CO

Ramna(Nagaruntari )

674

Garhwa Garhwa Ctrl Room

675

Giridih DDC-Giridih

676

Giridih Addl Collect-Giridih

677

Giridih Treasury Officer

678

Giridih Bank Connected to

Treasury(SBI

679

Giridih Supply/ Election

Officer

680

Giridih Election Officer

Page 327 of 371

District Offices

Sl. No

District Office Connected

681

Giridih Programmer Officer

682

Giridih Public Relation Off

(DPRO)

683

Giridih Transport Off Giridih

684

Giridih Panchayati Raj

685

Giridih Welfare Officer

686

Giridih Dist Registrar

687

Giridih Dir Emp. DRDA

688

Giridih Dir A/C and

Admin.(DRDA)

689

Giridih Agriculture off

690

Giridih Planning Officer

691

Giridih Provident Fund Officer

692

Giridih Excise Superintendent

693

Giridih Horticulture Officer

694

Giridih Industries Officer

695

Giridih Judge

696

Giridih Fisheries Officer

697

Giridih Civil Surgeon Giridih

698

Giridih Education Off

699

Giridih DC Residence

700

Giridih Exec. Engg. (PWD

Bldg.)

701

Giridih Exec. Engg. (PWD

Road)

702

Giridih Exec. Engg. (PHED)

District Offices

Sl. No

District Office Connected

703

Giridih Forest Off Giridih

704

Giridih DC Nazarath (NDC)

705

Giridih DC - Establishment

office

706

Giridih DC - General Section

707

Giridih DC - Revenue Section

708

Giridih Dist Employment

officer

709

Giridih Giridih Jail

710

Giridih SP Giridih

711

Giridih APMC

712

Giridih DIO (NIC)

713

Giridih DSP Police

714

Giridih DeputyComm Comm

Tax

715

Giridih Social Security Giridih

716

Giridih Giridih Video Conf.

717

Giridih DC - Giridih

718

Giridih PA TO DC (Giridih)

719

Giridih SDO Giridih Sadar

720

Giridih SDHQ Giridih

721

Giridih BDO Gawan

722

Giridih CO Gawan

723

Giridih BDO Tisree

724

Giridih CO Tisree

Page 328 of 371

District Offices

Sl. No

District Office Connected

725

Giridih BDO Jamua

726

Giridih CO Jamua

727

Giridih BPO Jamua

728

Giridih Computer Operator

Jamua

729

Giridih BDO Devri

730

Giridih CO Devri

731

Giridih BPO Devri

732

Giridih Computer Operator

Devri

733

Giridih BDO Birni

734

Giridih CO Birni

735

Giridih BDO Raj Dhanwar

736

Giridih CO Raj Dhanwar

737

Giridih BPO Raj Dhanwar

738

Giridih Computer Operator

RajDhanwar

739

Giridih BDO Bagodar Blk

740

Giridih CO Bagodar Blk

741

Giridih BPO Bagodar

742

Giridih Computer Operator

Bagodar

743

Giridih BDO Giridih Sadar

744

Giridih CO GiridihSadar

745

Giridih BPO Giridih Sadar

746

Giridih Computer Operator

Giridih

District Offices

Sl. No

District Office Connected

747

Giridih BDO Gande

748

Giridih CO Gande Blk

749

Giridih BPO Gande

750

Giridih Computer Operator

Gande

751

Giridih BDO Dumri

752

Giridih CO Dumri

753

Giridih BDO Peertand BLK

754

Giridih CO Peertand

755

Giridih BDO Bengabad

756

Giridih CO Bengabad

757

Giridih Sub Registrar

758

Giridih Sub Registrar

759

Giridih Giridih Ctrl Room

760

Godda DDC Godda

761

Godda AdditionalCollector

Godda

762

Godda Treasury Officer

763

Godda Bank Connected to

Treasury(SBI

764

Godda Supply off. Godda

765

Godda SOR Rationing Godda

766

Godda Dy Election Off Godda

767

Godda DC In charge legal

Section

768

Godda Public Relation Off

(DPRO)

Page 329 of 371

District Offices

Sl. No

District Office Connected

769

Godda Transport Officer

770

Godda Panchayati Raj

771

Godda Welfare/Program

Officer

772

Godda Dist Registrar

773

Godda Dir A/C and

Admin.(DRDA)

774

Godda Agriculture Off

775

Godda Planning Officer

776

Godda Provident Fund off

Godda

777

Godda Animal Husbandry

778

Godda Mining Officer

779

Godda Municipal Godda

780

Godda Judge

781

Godda Fisheries Officer

782

Godda Civil Surgeon Godda

783

Godda DC Residence

784

Godda Exec. Engg. (PWD

Bldg.)

785

Godda Exec. Engg. (Elec.

Supply Off)

786

Godda Exec. Engg. (PHED)

787

Godda Forest Off Godda

788

Godda DC Nazarath (NDC)

789

Godda DC - Establishment

office

790

Godda DC - General Section

District Offices

Sl. No

District Office Connected

791

Godda DC - Revenue Section

792

Godda Dist Employment

officer

793

Godda Godda Jail

794

Godda SP Godda

795

Godda Sarv Siksha

Abhiyan(DSE)-

796

Godda DIO (NIC) Godda

797

Godda Dy Comm Comm. Tax

798

Godda Additional Medical

Officer

799

Godda DC Godda

800

Godda ADDL CJM Godda

SDHQ

801

Godda SDHQ SDO Godda

802

Godda LR DC SDHQ

803

Godda Sub Election Off Sdhq

804

Godda SDHQ Godda Control

805

Godda BDO Godda Sadar

806

Godda BDO Godda Sadar

807

Godda BPO Godda Sadar

808

Godda Computer Operator

Godda

809

Godda BDO-Mahagama Block

810

Godda CO-Mahagama Block

811

Godda BPO Mahagama Block

812

Godda Computer Operator

Mahagama

Page 330 of 371

District Offices

Sl. No

District Office Connected

813

Godda BDO - Maharma Block

814

Godda CO - Maharma Block

815

Godda BPO Maharma

816

Godda Computer Operator

Maharma

817

Godda BDO Pathargama

Block Godda

818

Godda CO Pathargama Block

819

Godda BPO Pathargama

820

Godda Computer Operator

Pathargama

821

Godda BDO - Poraiyahat

Block

822

Godda CO - Poraiyahat Block

823

Godda BPO Poraiyahat

824

Godda Computer Operator

Poraiyahat

825

Godda BDO Boarijor Block

826

Godda CO Boarijor Block

827

Godda BPO Boarijor

828

Godda Computer Operator

Boarijor

829

Godda BDO Thakurgangti

Block

830

Godda CO Thakurgangti

831

Godda Computer Operator

Thakurgangti

832

Godda BDO( Sundarpahadi-

Block)

833

Godda CO( Sundarpahadi-

Block)

834

Godda BPO Sundarpahadi

District Offices

Sl. No

District Office Connected

835

Godda Computer Operator

Sundarpahadi

836

Godda Godda Control Room

837

Gumla DDC Gumla

838

Gumla AdditionalCollector

Gumla

839

Gumla Treasury Officer

840

Gumla Bank Connected to

Treasury(SBI

841

Gumla Supply off. Gumla

842

Gumla Election Officer Gumla

843

Gumla DC In charge legal

Section

844

Gumla Dist. Programmer. Off.

Gumla

845

Gumla Public Relation Off

(DPRO)

846

Gumla Transport Officer

Gumla

847

Gumla Panchayati Raj

848

Gumla Welfare Officer

849

Gumla Dist Registrar

850

Gumla Dir Employment

Gumla

851

Gumla Dir A/C and

Admin.(DRDA)

852

Gumla Agriculture Off.

853

Gumla Planning Officer

854

Gumla Jt. Comm. Commercial

Tax

855

Gumla Provident Fund Officer

856

Gumla Excise Superintendent

Page 331 of 371

District Offices

Sl. No

District Office Connected

857

Gumla Co - operative Off

858

Gumla Mining Off

859

Gumla Municipal corporation

860

Gumla Judge

861

Gumla Fisheries Officer

862

Gumla Civil Surgeon Gumla

863

Gumla Education Off Gumla

864

Gumla DC Residence

865

Gumla Exec. Engg. (PWD

Road)

866

Gumla Exec. Engg. (Elec.

Supply )

867

Gumla Exec. Engg. (PHED)

868

Gumla Divisional Forest

Office(Gumla)

869

Gumla Meso Officer

870

Gumla DC Nazarath/Estab.

871

Gumla DC - General Section

872

Gumla DC - Revenue Section

873

Gumla Labour

874

Gumla Employment Exchange

875

Gumla Gumla Jail

876

Gumla SP Office Gumla

877

Gumla Sarv Siksha

Abhiyan(DSE)-

878

Gumla DIO (NIC) (Gumla)

District Offices

Sl. No

District Office Connected

879

Gumla Irrigation Off Gumla

880

Gumla NREGA Gumla

881

Gumla DC Gumla

882

Gumla Additional

CJM(Gumla)

883

Gumla SDO Gumla

884

Gumla LR DC SDHQ Gumla

885

Gumla Election Off (Gumla

SDHQ)

886

Gumla Sub Registar Gumla

SDHQ

887

Gumla SDHQ Control Room

Gumla

888

Gumla BDO Gumla Sadar

889

Gumla CO Gumla Sadar Block

890

Gumla BDO Bharno Block

891

Gumla CO Bharno Block

892

Gumla BDO Sisai Block

893

Gumla CO Sisai Block

894

Gumla BDO Ghaghra

895

Gumla BDO Chainpur Block

896

Gumla CO Chainpur Block

897

Gumla BDO Dumri Block

898

Gumla CO Dumri Block

899

Gumla BDO Bishunpur Block

900

Gumla CO Bishunpur Block

Page 332 of 371

District Offices

Sl. No

District Office Connected

901

Gumla BPO Bishunpur

902

Gumla Computer Operator

Bishunpur

903

Gumla BDO-Raidih Block

904

Gumla CO Raidih Block

905

Gumla BDO - Palkot Block

906

Gumla CO - Palkot Block

907

Gumla BDO Basia Block

908

Gumla CO Basia Block

909

Gumla BDO Kamdara Block

910

Gumla CO Kamdara Block

911

Gumla Gumla Control Room

912

Hazaribagh

DDC Hazaribagh

913

Hazaribagh

Div. Commissioner

914

Hazaribagh

Additional Collector Hazaribagh

915

Hazaribagh

Addl Collector Ceiling

916

Hazaribagh

DC Confidential Cell

917

Hazaribagh

Treasury Officer

918

Hazaribagh

Bank Connected to Treasury(SBI

919

Hazaribagh

Dist. Supply officer Hazaribagh

920

Hazaribagh

Deputy Election Off Hazaribagh

921

Hazaribagh

DC In charge legal Section

922

Hazaribagh

Programmer Off (Hazaribagh)

District Offices

Sl. No

District Office Connected

923

Hazaribagh

Public Relation Off (DPRO)

924

Hazaribagh

District Transport Officer

925

Hazaribagh

Regional Transport Authority

926

Hazaribagh

Panchayati Raj

927

Hazaribagh

Welfare Officer

928

Hazaribagh

Dist Registrar

929

Hazaribagh

Dir employment (DRDA)

930

Hazaribagh

Dir A/C and Admin.(DRDA)

931

Hazaribagh

Planning Officer

932

Hazaribagh

Jt. Comm. Commercial Tax

933

Hazaribagh

Dy Comm. Sales Tax

934

Hazaribagh

Provident Fund Hazaribagh

935

Hazaribagh

Excise Superintendent

936

Hazaribagh

Industries Officer

937

Hazaribagh

Municipal Off Hazaribag

938

Hazaribagh

Judge

939

Hazaribagh

Civil Surgeon Hazaribagh

940

Hazaribagh

Education Officer Hazaribagh

941

Hazaribagh

DC Residence

942

Hazaribagh

G.M (Elec. Supply Off)

943

Hazaribagh

Exec. Engg. (PHED)

944

Hazaribagh

Forest Off Hazaribag

Page 333 of 371

District Offices

Sl. No

District Office Connected

945

Hazaribagh

DC Nazarath (NDC)

946

Hazaribagh

DC - Establishment office

947

Hazaribagh

DC - General Section

948

Hazaribagh

Dist. Accounts Officer

949

Hazaribagh

Dist Employment officer

950

Hazaribagh

Jail Hazaribagh

951

Hazaribagh

DIG Hazaribagh

952

Hazaribagh

SP Hazaribagh

953

Hazaribagh

APMC Hazaribagh

954

Hazaribagh

Sarv Siksha Abhiyan(DSE)-

955

Hazaribagh

DIO (NIC) Hazaribagh

956

Hazaribagh

Deputy Comm. Commercial Tax (I.B)

957

Hazaribagh

Nilam Patra Sakha

958

Hazaribagh

Court Registar

959

Hazaribagh

DC Hazaribagh

960

Hazaribagh

SDO Barhi

961

Hazaribagh

Sub Election Off - Barhi

962

Hazaribagh

Sub Welfare (Barhi)

963

Hazaribagh

Sub Registar -Barhi

964

Hazaribagh

SDHQ Barhi Ctrl Room

965

Hazaribagh

BDO Barhi

966

Hazaribagh

CO Barhi

District Offices

Sl. No

District Office Connected

967

Hazaribagh

BDO Patratu Hazaribagh

968

Hazaribagh

CO Padma BLK(Barhi)

969

Hazaribagh

Computer Operator Narayanpur

970

Hazaribagh

BDO Choparan(Barhi)

971

Hazaribagh

CO Choparan(Barhi)

972

Hazaribagh

BDO Mandu (Ramgarh)

973

Hazaribagh

CO Barkatta(Barhi)

974

Hazaribagh

Addl CJM Hazaribagh SDHQ

975

Hazaribagh

SDO SDHQ Hazaribagh

976

Hazaribagh

LR DC (Haz-SDHQ)

977

Hazaribagh

Election Off (Hazaribagh)

978

Hazaribagh

SDHQ Hazaribagh Ctrl Room

979

Hazaribagh

BDO (Haz-Sadar)

980

Hazaribagh

CO (Haz-Sadar)

981

Hazaribagh

Ichak BDO

982

Hazaribagh

CO Ichak Blk

983

Hazaribagh

BDO (Haz-Keredari)

984

Hazaribagh

CO (Haz-Keredari)

985

Hazaribagh

BDO VishnuGarh(Haz)

986

Hazaribagh

CO Vishnugarh

987

Hazaribagh

BDO Katkamsandi-Hzb

988

Hazaribagh

CO Katkamsandi-Hzb

Page 334 of 371

District Offices

Sl. No

District Office Connected

989

Hazaribagh

BDO Barkagaon(Haz)

990

Hazaribagh

CO Barkagaon Hazaribagh

991

Hazaribagh

BDO Churchu(Haz)

992

Hazaribagh

CO Churchu(Haz)

993

Hazaribagh

Hazaribagh Control Room gh

994

Jamtara DDC Jamtara

995

Jamtara Addl Collector Jamtara

996

Jamtara Treasury Jamtara

997

Jamtara Bank Connected to

Treasury(SBI

998

Jamtara Supply Off Jamtara

999

Jamtara Election Off. Jamtara

1000

Jamtara DC In charge legal

Section

1001

Jamtara Programmer Officer

1002

Jamtara Public Relation Off

(DPRO)

1003

Jamtara Transport Officer

Jamtara

1004

Jamtara Panchayati Raj

1005

Jamtara Welfare Officer

1006

Jamtara Dist Registrar

1007

Jamtara Dir Employment

Jamtara

1008

Jamtara Dir A/C and

Admin.(DRDA)

1009

Jamtara Agri Off- Jamtara

1010

Jamtara Provident Fund Officer

District Offices

Sl. No

District Office Connected

1011

Jamtara Animal Husbandry

1012

Jamtara Mining Officer

1013

Jamtara Industries Officer

1014

Jamtara Municipal - Jamtara

1015

Jamtara Judge

1016

Jamtara Civil Surgeon Jamtara

1017

Jamtara Education off Jamtara

1018

Jamtara DC Residence Jamtara

1019

Jamtara Exec. Engg. (PWD

Bldg.)

1020

Jamtara Exec. Engg. (PHED)

1021

Jamtara Forest Off- Jamtara

1022

Jamtara Meso Officer

1023

Jamtara DC Nazarath (NDC)

1024

Jamtara DC - Establishment

office

1025

Jamtara DC - General Section

1026

Jamtara DC - Revenue Section

1027

Jamtara Dist Employment

officer

1028

Jamtara Jail Jamtara

1029

Jamtara SP Jamtara

1030

Jamtara APMC Jamtara

1031

Jamtara Sarv Siksha

Abhiyan(DSE)-

1032

Jamtara DIO (NIC) Jamtara

Page 335 of 371

District Offices

Sl. No

District Office Connected

1033

Jamtara Social Security

(Jamtara)

1034

Jamtara Dist Statistics Off

1035

Jamtara DC Jamtara

1036

Jamtara Addl CJM Jamtara

SDHQ

1037

Jamtara SDO-Jamtara

1038

Jamtara Sub Election Off -

33213

1039

Jamtara Sub Welfare (Jamtara)

1040

Jamtara SDHQ Jamtara Ctrl

Room

1041

Jamtara BDO Jamtara Sadar

Block

1042

Jamtara CO Jamtara Sadar

Block

1043

Jamtara BPO Jamtara Sadar

1044

Jamtara Computer Operator

Jamtara Sadar

1045

Jamtara BDO Narayanpur

1046

Jamtara CO Narayanpur

1047

Jamtara BPO Narayanpur

1048

Jamtara BDO Nala Block

1049

Jamtara CO Nala Block

1050

Jamtara BPO Nala Block

1051

Jamtara Computer Operator

Nala Block

1052

Jamtara BDO Kundhit Block

1053

Jamtara BDO Kundhit Block

1054

Jamtara BPO Kundhit

District Offices

Sl. No

District Office Connected

1055

Jamtara Computer Operator

Kundhit

1056

Jamtara Jamtara Control Room

1057

Jamtara Red Cross Jamtara

1058

Koderma DDC Koderma

1059

Koderma AdditionalCollector

Koderma

1060

Koderma Treasury off.

1061

Koderma Bank Connected to

Treasury(SBI

1062

Koderma Supply Officer

Koderma

1063

Koderma Election off. Koderma

1064

Koderma Public Relation Off

(DPRO)

1065

Koderma Transport Off

Koderma

1066

Koderma Panchayati Raj

1067

Koderma Welfare Officer

1068

Koderma Dist Registrar

1069

Koderma Dir Employ. koderma

1070

Koderma Agriculture Off

1071

Koderma Planning Officer

1072

Koderma Jt. Comm. Commercial

Tax

1073

Koderma Provident fund off

Koderma

1074

Koderma Excise Superintendent

- 34029

1075

Koderma Animal Husbandry

1076

Koderma Municipal off

Koderma

Page 336 of 371

District Offices

Sl. No

District Office Connected

1077

Koderma Judge

1078

Koderma Fisheries Officer

1079

Koderma Civil Surgeon -

Koderma

1080

Koderma Education Off.

Koderma

1081

Koderma DC Residence

1082

Koderma Exec. Engg. Water

Resource

1083

Koderma Exec. Engg. (Elec.

Supply Off)

1084

Koderma Exec. Engg. (PHED)

1085

Koderma Forest Officer

1086

Koderma DC Nazarath (NDC)

1087

Koderma DC - Establishment

office

1088

Koderma DC - General Section

1089

Koderma Labour Sptd-Koderma

1090

Koderma Dist Employment

officer

1091

Koderma Jail Koderma

1092

Koderma SP Koderma

1093

Koderma APMC Koderma

1094

Koderma Sarv Siksha

Abhiyan(DSE)-

1095

Koderma DIO (NIC)

1096

Koderma Notified Area Officer

1097

Koderma Exec. Engg Rural

1098

Koderma Dist Land Acquisition

District Offices

Sl. No

District Office Connected

1099

Koderma Land Of Record

Koderma

1100

Koderma DC Koderma

1101

Koderma PA TO DC (Koderma)-

34112

1102

Koderma Addl CJM Koderma

SDHQ

1103

Koderma SDO(Koderma)

1104

Koderma DC LR SDHQ Koderma

1105

Koderma SDHQ Koderma Ctrl

Room

1106

Koderma BDO Koderma Sadar

1107

Koderma CO Koderma Sadar

Block

1108

Koderma BDO Satgawan Block

1109

Koderma CO Satgawan Block

1110

Koderma BDO - Markachcho

Block

1111

Koderma CO - Markachcho

Block

1112

Koderma BDO-Jaynagar

Koderma

1113

Koderma CO - Jaynagar Block

1114

Koderma BDO Chandwara Block

1115

Koderma CO Chandwara Blk

Koderma

1116

Koderma Koderma Control

Room

1117

Koderma DC Control Room

1118

Latehar DDC Latehar

1119

Latehar Additional Collector

Latehar

1120

Latehar Treasury Officer

Page 337 of 371

District Offices

Sl. No

District Office Connected

1121

Latehar Bank Connected to

Treasury (SBI

1122

Latehar Supply Officer Latehar

1123

Latehar Dy Election Officer

Latehar

1124

Latehar DC In charge legal

Section

1125

Latehar Transport Officer

1126

Latehar Panchayati Raj

1127

Latehar Welfare Officer

1128

Latehar Dist Registrar

1129

Latehar Dir A/C and

Admin.(DRDA)

1130

Latehar Agriculture Off

1131

Latehar Planning Officer

1132

Latehar Provident Fund Off

Latehar

1133

Latehar Animal Husbandry

1134

Latehar Mining off

1135

Latehar Municipal Corporation

1136

Latehar Judge

1137

Latehar Civil Surgeon Latehar

1138

Latehar Education Off

1139

Latehar DC Residence

1140

Latehar Exec. Engg. (PWD

Bldg.)

1141

Latehar Exec. Engg. (Elec.

Supply Off)

1142

Latehar Exec. Engg. (PHED)

District Offices

Sl. No

District Office Connected

1143

Latehar Forest Off

1144

Latehar Meso Officer /DPRO

1145

Latehar DC Nazarath (NDC)

1146

Latehar DC - Establishment

office

1147

Latehar DC - General Section

1148

Latehar DC - Revenue Section

1149

Latehar Dist Employment

officer

1150

Latehar Jail Latehar

1151

Latehar SP Latehar

1152

Latehar Sarv Siksha

Abhiyan(DSE)-

1153

Latehar DIO (NIC) Latehar

1154

Latehar DSP Police

1155

Latehar Zila Parishad - 35074

1156

Latehar Dist Social Welfare

1157

Latehar Consumer Forum

1158

Latehar Dist Statistics Officer

1159

Latehar DC Steno Latehar

1160

Latehar Court Registrar

Latehar

1161

Latehar Court Accounts

Latehar

1162

Latehar DC Latehar

1163

Latehar Supply Officer PDS

1164

Latehar DC Steno (Office)

Page 338 of 371

District Offices

Sl. No

District Office Connected

1165

Latehar SDO SDHQ Latehar

1166

Latehar LR DC Latehar

1167

Latehar Sub Election Off SDHQ

1168

Latehar SDHQ Latehar Ctrl

Room

1169

Latehar BDO Latehar Sadar

1170

Latehar CO Latehar Sadar

1171

Latehar BPO Latehar Sadar

1172

Latehar Computer Operator

Sadar Block

1173

Latehar BDO Garu

1174

Latehar CO Garu - 35272

1175

Latehar BDO Mahautar

1176

Latehar Computer Operator

Mahautar

1177

Latehar BDO Barwadih

1178

Latehar CO Barwadih

1179

Latehar BPO Barwadih

1180

Latehar BPO Barwadih

1181

Latehar BDO Manika

1182

Latehar CO Manika

1183

Latehar BPO Manika

1184

Latehar Computer Operator

Manika

1185

Latehar BDO Balumath

1186

Latehar Co Balumath

District Offices

Sl. No

District Office Connected

1187

Latehar BPO (Balumath) -

35313

1188

Latehar Computer Operator

(Balumath)-3

1189

Latehar BDO Chandwa

1190

Latehar CO Chandwa

1191

Latehar BPO Chandwa

1192

Latehar Computer Operator

Chandwa

1193

Latehar Latehar Control Room

1194

Lohardaga

DDC Lohardaga

1195

Lohardaga

Addl Collector Lohardaga

1196

Lohardaga

Treasury Officer Lohardaga

1197

Lohardaga

Bank connected to Treasury(SBI

1198

Lohardaga

Supply Officer

1199

Lohardaga

Deputy Election Off. Lohardaga

1200

Lohardaga

DC In charge legal Section

1201

Lohardaga

Programmer Officer Lohardaga

1202

Lohardaga

Transport Officer Lohardaga

1203

Lohardaga

Panchayati Raj

1204

Lohardaga

Welfare Officer

1205

Lohardaga

Dist Registrar

1206

Lohardaga

Dir empl.(DRDA) Lohardaga

1207

Lohardaga

Dir A/C and Admin.(DRDA)

1208

Lohardaga

Agriculture Off Lohardaga

Page 339 of 371

District Offices

Sl. No

District Office Connected

1209

Lohardaga

Planning Officer

1210

Lohardaga

Jt. Comm. Commercial Tax

1211

Lohardaga

Provident Fund Officer

1212

Lohardaga

Co - operative Off

1213

Lohardaga

Animal Husbandry

1214

Lohardaga

Mining Officer

1215

Lohardaga

Horticulture Officer

1216

Lohardaga

Industries Officer

1217

Lohardaga

Municipal Cop. Lohardaga

1218

Lohardaga

Judge

1219

Lohardaga

Civil Surgeon Lohardaga

1220

Lohardaga

Education Officer Lohardaga

1221

Lohardaga

DC Residence

1222

Lohardaga

Exec. Engg. Water Resource

1223

Lohardaga

Exec. Engg. (PWD Bldg.)

1224

Lohardaga

Exec. Engg. (Elec. Supply Off)

1225

Lohardaga

Exec. Engg. (PHED)

1226

Lohardaga

Forest Officer Lohardaga

1227

Lohardaga

Meso Officer

1228

Lohardaga

DC Nazarath (NDC)

1229

Lohardaga

DC - Establishment office

1230

Lohardaga

DC - General Section

District Offices

Sl. No

District Office Connected

1231

Lohardaga

DC - Revenue Section

1232

Lohardaga

Labour Superintendent

1233

Lohardaga

Dist Employment officer

1234

Lohardaga

Jail Lohardaga

1235

Lohardaga

SP Lohardaga

1236

Lohardaga

Sarv Siksha Abhiyan(DSE)-

1237

Lohardaga

DIO (NIC) Lohardaga

1238

Lohardaga

DSP Police

1239

Lohardaga

ASP Police

1240

Lohardaga

Asst. Con Forest Lohardaga

1241

Lohardaga

Dist Land Acquisition

1242

Lohardaga

Dist Council Lohardaga

1243

Lohardaga

DC Steno

1244

Lohardaga

DC Lohardaga

1245

Lohardaga

Addl CJM Lohardaga SDHQ

1246

Lohardaga

SDO Lohardaga

1247

Lohardaga

LR DC SDHQ Lohardaga

1248

Lohardaga

SDHQ Lohardaga Ctrl Room

1249

Lohardaga

BDO Bhandra

1250

Lohardaga

CO Bhandra

1251

Lohardaga

BPO Bhandra

1252

Lohardaga

Computer Operator Bhandra

Page 340 of 371

District Offices

Sl. No

District Office Connected

1253

Lohardaga

BDO-Senha Block

1254

Lohardaga

CO-Senha Block

1255

Lohardaga

BPO Senha

1256

Lohardaga

Computer Operator Senha

1257

Lohardaga

BDO - Kisko Block

1258

Lohardaga

CO Kisko Block

1259

Lohardaga

BPO Kisko

1260

Lohardaga

Computer Operator Kisko

1261

Lohardaga

BDO -Kudu Block

1262

Lohardaga

CO Kudu

1263

Lohardaga

BPO Kudu

1264

Lohardaga

Computer Operator Kudu

1265

Lohardaga

BDO-Lohardaga Sadar

1266

Lohardaga

CO - Lohardaga Sadar

1267

Lohardaga

BPO Lohardaga Sadar

1268

Lohardaga

Computer Opt Lohardaga Sadar

1269

Lohardaga

Lohardaga Control Room

1270

Lohardaga

DC Control Room

1271

Pakur DDC Pakur

1272

Pakur Additional Collector

Pakur

1273

Pakur Treasury Officer Pakur

1274

Pakur Bank Connected to

Treasury(SBI

District Offices

Sl. No

District Office Connected

1275

Pakur Supply Off Pakur

1276

Pakur Dy Election Off(Pakur)

1277

Pakur DC In charge legal

Section

1278

Pakur Transport Off Pakur

1279

Pakur Panchayati Raj

1280

Pakur Welfare Officer

1281

Pakur Dist Registrar

1282

Pakur Dir Employment DRDA

1283

Pakur Dir A/C and

Admin.(DRDA)

1284

Pakur Agriculture Off

1285

Pakur Dy Comm. Sales Tax

1286

Pakur Provident Fund Officer

1287

Pakur Animal Husbandry

1288

Pakur Industries Officer

1289

Pakur Municipal Officer

Pakur

1290

Pakur Judge

1291

Pakur Fisheries Officer

1292

Pakur Civil Surgeon Pakur

1293

Pakur Education Off Pakur

1294

Pakur DC Residence

1295

Pakur Exec. Engg. (PWD

Road)

1296

Pakur Exec. Engg. (Elec.

Supply Off)

Page 341 of 371

District Offices

Sl. No

District Office Connected

1297

Pakur Exec. Engg. (PHED)

1298

Pakur Forest Off Pakur

1299

Pakur Meso Officer

1300

Pakur DC Nazarath (NDC)

1301

Pakur DC - Establishment

office

1302

Pakur DC - General Section

1303

Pakur DC - Revenue Section

1304

Pakur Dist. Accounts Officer

1305

Pakur Dist Employment

officer

1306

Pakur Jail Pakur

1307

Pakur SP Pakur

1308

Pakur APMC (Pakur)

1309

Pakur DIO (NIC) Pakur

1310

Pakur Judge Conference

1311

Pakur Jail Conference

1312

Pakur NREGA Pakur

1313

Pakur Court Registrar Pakur

1314

Pakur DC Pakur

1315

Pakur Addl CJM Pakur SDHQ

1316

Pakur Treasury Officer

Maheshpur

1317

Pakur SDO Off Pakur SDHQ

1318

Pakur LR-DC SDHQ Pakur

District Offices

Sl. No

District Office Connected

1319

Pakur Sub Election Off Pakur

1320

Pakur Sub Welfare (Pakur)

1321

Pakur Pakur SDHQ Ctrl Room

1322

Pakur BDO Pakur

1323

Pakur CO Pakur Sadar

1324

Pakur BDO Pakuria Block

1325

Pakur CO Pakuriya

1326

Pakur BDO-Maheshpur Block

1327

Pakur BDO - Hiranpur

1328

Pakur BDO Littipara Block

Pakur

1329

Pakur BDO Amrapada Block

1330

Pakur CO Amrapada

1331

Pakur Pakur Control Room

1332

Ranchi DDC Ranchi

1333

Ranchi Div. Commissioner

1334

Ranchi Addl collector Ranchi

1335

Ranchi ADC Ceiling Ranchi

1336

Ranchi ADM (Law and Order)

1337

Ranchi DC Confidential Cell

1338

Ranchi Treasury Off-Ranchi

1339

Ranchi Bank Connected to

Treasury(SBI

1340

Ranchi Supply Off Ranchi

Page 342 of 371

District Offices

Sl. No

District Office Connected

1341

Ranchi SOR RATIONING

Ranchi

1342

Ranchi Dy Election officer

Ranchi

1343

Ranchi DC In charge legal

Section

1344

Ranchi Programmer Off-

Ranchi

1345

Ranchi Public Relation Off

(DPRO)

1346

Ranchi Distt. Transport Off.

Ranchi

1347

Ranchi Regional Transport

Authority

1348

Ranchi Panchayati Raj

1349

Ranchi Welfare Officer

1350

Ranchi Dist Registrar

1351

Ranchi Dir

Employment(DRDA)Ranchi

1352

Ranchi Dir A/C and

Admin.(DRDA)

1353

Ranchi Agriculture Off

1354

Ranchi Planning Officer

1355

Ranchi Jt. Comm. Commercial

Tax

1356

Ranchi Provident Fund Officer

1357

Ranchi Excise Superintendent

1358

Ranchi Co - operative Off

1359

Ranchi Mining Officer Ranchi

1360

Ranchi Industries Officer

1361

Ranchi Deputy CEO Municipal

Corporation

13 Ranchi Judge

District Offices

Sl. No

District Office Connected

62

1363

Ranchi Civil Surgeon Ranchi

1364

Ranchi Education officer

Ranchi

1365

Ranchi DC Residence

1366

Ranchi Exec. Engg. (Elec.

Supply Off)

1367

Ranchi Exec. Engg. (PHED)

1368

Ranchi Meso Officer

1369

Ranchi DC Nazarath (NDC)

1370

Ranchi DC - Establishment

office

1371

Ranchi DC - General Section

1372

Ranchi DC - Revenue Section

1373

Ranchi Deputy Labour Commissioner

1374

Ranchi Dist Employment

officer

1375

Ranchi Jail Ranchi

1376

Ranchi SP Ranchi

1377

Ranchi DIO (NIC)Ranchi

1378

Ranchi Treasury Computer

Room

1379

Ranchi Deputy Comm.

Commercial Tax I.B

1380

Ranchi Deputy Comm. Sales

Tax(South)

1381

Ranchi Asst. Comm Sales Tax

(South Cir

1382

Ranchi SSP Ranchi

1383

Ranchi SP Rural Ranchi

Page 343 of 371

District Offices

Sl. No

District Office Connected

1384

Ranchi DC Spl Circle Sales Tax

1385

Ranchi Comm Tax (East

Circle)

1386

Ranchi CEO Municipal Corp

1387

Ranchi St. Election Commission

1388

Ranchi State Election

1389

Ranchi OSD State Election

1390

Ranchi Secretary to Div. Comm (South)

1391

Ranchi Jail Conference

1392

Ranchi Spl. Emp. Exch. for PH

1393

Ranchi Spl. Emp. Exch. for

Women

1394

Ranchi P.A to DDC

1395

Ranchi Dist Land Acquisition

1396

Ranchi Sale Tax (Comm Tax)

1397

Ranchi ACCT (Comm Tax)

1398

Ranchi Land and Revenue

1399

Ranchi Mayor Ranchi

Municipal

1400

Ranchi Deputy Mayor Ranchi

Municipal

1401

Ranchi Exec Engg Ranchi

Municipal

1402

Ranchi Dist Watershed

(Ranchi)

1403

Ranchi P.A to Dy CEO Ranchi

Municipal

1404

Ranchi Ranch DC

1405

Ranchi Dist Leprosy Office

District Offices

Sl. No

District Office Connected

1406

Ranchi P.A to CEO Ranchi

Municipal

1407

Ranchi Head Clerk

(S.Chhotanagpur)

1408

Ranchi DeputyDir

(S.Chhotanagpur)Welfare

1409

Ranchi Water Supply

Municipal

1410

Ranchi DeputySec IPRD

1411

Ranchi CCTNS Helpdesk

1412

Ranchi 38119 Video Conf.

Court

1413

Ranchi Jailor Ranchi

1414

Ranchi Operator Jail

1415

Ranchi Asst. Settlement

Office 1

1416

Ranchi Asst. Settlement

Office 2

1417

Ranchi Asst. Settlement

Office 3

1418

Ranchi Asst. Settlement

(Record

1419

Ranchi Settlement Officer

1420

Ranchi ADIO

1421

Ranchi Election Control Room

1422

Ranchi SDO Ranchi SDHQ

1423

Ranchi DC LR SDHQ Ranchi

1424

Ranchi SDHQ Election Off

Ranchi

1425

Ranchi Sub Welfare (Ranchi)

1426

Ranchi Control Room Ranchi

SDHQ

14 Ranchi CO Ranchi Sadar

Page 344 of 371

District Offices

Sl. No

District Office Connected

27

1428

Ranchi BDO Bero Block

1429

Ranchi CO Bero Block

1430

Ranchi BPO Bero

1431

Ranchi Computer Operator

Bero

1432

Ranchi BDO- Lapung Block

1433

Ranchi CO- Lapung Block

1434

Ranchi BPO Lapung

1435

Ranchi Computer Operator

Lapung

1436

Ranchi BDO-Ormanjhi

1437

Ranchi Circle Off. Ormanjhi

1438

Ranchi BPO (Ormanjhi) -

38293

1439

Ranchi Computer Operator

(Ormanjhi) -

1440

Ranchi BDO Namkum

1441

Ranchi Circle Off Namkum

1442

Ranchi BPO Namkum

1443

Ranchi Computer Operator

Namkum

1444

Ranchi BDO-Ratu

1445

Ranchi CO-Ratu

1446

Ranchi BPO Ratu Block

1447

Ranchi Computer Operator

Ratu

1448

Ranchi BDO Angara Block

District Offices

Sl. No

District Office Connected

1449

Ranchi CO Angara

1450

Ranchi BPO (Angara) - 38323

1451

Ranchi Computer

Operator(Angara)-3832

1452

Ranchi BDO-Kanke

1453

Ranchi CO - Kanke Block

1454

Ranchi BPO Kanke

1455

Ranchi Computer Operator

Kanke

1456

Ranchi BDO (Burmu)

1457

Ranchi CO (Burmu)

1458

Ranchi BPO Burmu Block

1459

Ranchi Computer Operator

Burmu

1460

Ranchi BDO Chano

1461

Ranchi CO Chanho

1462

Ranchi BPO Chanho Block

1463

Ranchi Computer Operator

Chanho

1464

Ranchi BDO Mandar

1465

Ranchi CO Mandar

1466

Ranchi BPO Mandar Block

1467

Ranchi Computer Operator

Mandar

1468

Ranchi BDO Silli Block

1469

Ranchi CO Silli Block

14 Ranchi BPO Silli

Page 345 of 371

District Offices

Sl. No

District Office Connected

70

1471

Ranchi Computer Operator

Silli

1472

Ranchi BDO Itki Block

1473

Ranchi CO Itki

1474

Ranchi BPO Itki Block

1475

Ranchi Computer Operator

ITKI

1476

Ranchi Asst. Dir (SIRD)

1477

Ranchi sird

1478

Ranchi Dy Comnr Comm Tax

(West Circle

1479

Ranchi CM Circuit House

1480

Ranchi Dy Health Supdt.

(Bundu)

1481

Ranchi SDO BUNDU

1482

Ranchi LR DC Bundu SDHQ

1483

Ranchi Sub-Registar(Bundu)

1484

Ranchi BDO Bundu Block

Ranchi

1485

Ranchi CO Bundu Block

1486

Ranchi BPO Bundu Block

1487

Ranchi Computer Operator

Bundu

1488

Ranchi Bundu Control Room

1489

Ranchi BDO Arki (Bundu)

1490

Ranchi CO Arki (Bundu)

1491

Ranchi BDO Sonahatu

District Offices

Sl. No

District Office Connected

1492

Ranchi CO Sonahatu

1493

Ranchi BPO Sonahatu

1494

Ranchi Computer Operator

Sonahatu

1495

Ranchi BDO - Tamara Block

1496

Ranchi CO - Tamara Block

1497

Ranchi Ranchi Control Room

1498

Ranchi DC Control Room

1499

Sahibgunj

DDC Sahibganj

1500

Sahibgunj

AdditionalCollector Sahibganj

1501

Sahibgunj

Treasury off Sahibganj

1502

Sahibgunj

Supply Officer Sahibganj

1503

Sahibgunj

Election Off Sahibganj

1504

Sahibgunj

Programmer Officer

1505

Sahibgunj

Transport Officer Sahibganj

1506

Sahibgunj

Panchayati Raj

1507

Sahibgunj

Welfare Officer

1508

Sahibgunj

Dir employment (DRDA)

1509

Sahibgunj

Dir A/C and Admin.(DRDA)

1510

Sahibgunj

Agriculture Off

1511

Sahibgunj

Jt. Comm.Commercial Tax

1512

Sahibgunj

Provident Fund Officer

1513

Sahibgunj

Excise Superintendent

Page 346 of 371

District Offices

Sl. No

District Office Connected

1514

Sahibgunj

Mining officer

1515

Sahibgunj

Industries Officer

1516

Sahibgunj

Municipal - Sahibganj

1517

Sahibgunj

Judge

1518

Sahibgunj

Civil Surgeon ( Sahibganj)

1519

Sahibgunj

Education Off-Sahibganj

1520

Sahibgunj

DC Residence

1521

Sahibgunj

Exec. Engg. (PWD Road)

1522

Sahibgunj

Exec. Engg. (PHED)

1523

Sahibgunj

Forest Officer Sahibganj

1524

Sahibgunj

Meso Officer

1525

Sahibgunj

DC Nazarath (NDC)

1526

Sahibgunj

Jail Sahibganj

1527

Sahibgunj

SP Sahibganj

1528

Sahibgunj

DIO (NIC) Sahibganj

1529

Sahibgunj

JAP-9

1530

Sahibgunj

SP Residence

1531

Sahibgunj

DC Sahibganj

1532

Sahibgunj

SDO SDHQ Sahibganj

1533

Sahibgunj

SDHQ Sahibganj Ctrl Room

1534

Sahibgunj

BDO Sahibganj Sadar

1535

Sahibgunj

CO Sahibganj Sadar

District Offices

Sl. No

District Office Connected

1536

Sahibgunj

BDO Barhet

1537

Sahibgunj

BDO Borio

1538

Sahibgunj

CO Borio

1539

Sahibgunj

BDO Mandro

1540

Sahibgunj

Addl CJM

1541

Sahibgunj

Dy Health Supdt.(Rajmahal)

1542

Sahibgunj

Sub Treasury Rajmahal SDHQ

1543

Sahibgunj

SDO Rajmahal SDHQ

1544

Sahibgunj

Sub Registrar (Rajmahal)

1545

Sahibgunj

Dist. Session Judge

1546

Sahibgunj

SDHQ Rajmahal Ctrl Room

1547

Sahibgunj

Rajmahal Sub Jail

1548

Sahibgunj

BDO Rajmahal

1549

Sahibgunj

CO Rajmahal

1550

Sahibgunj

BDO Barharwa

1551

Sahibgunj

CO Barharwa

1552

Sahibgunj

BDO Udhava Block

1553

Sahibgunj

CO Taljhari Blk

1554

Sahibgunj

BDO Udhava Block

1555

Sahibgunj

CO Udhava

1556

Sahibgunj

BDO Patna

1557

Sahibgunj

CO Patna

Page 347 of 371

District Offices

Sl. No

District Office Connected

1558

Sahibgunj

Sahibganj Control Room

1559

Saraikela DDC Saraikela

1560

Saraikela Additional Collector

Saraikela

1561

Saraikela ADM (Law and Order)

1562

Saraikela Treasury officer

1563

Saraikela Bank connected to

treasury (SB

1564

Saraikela Supply Off Saraikela

1565

Saraikela Election/Panchayati

Raj

1566

Saraikela DC In charge legal

Section

1567

Saraikela Programmer Officer

Saraikela

1568

Saraikela Transport Officer

1569

Saraikela Panchayati Raj - 40019

1570

Saraikela Welfare Officer

1571

Saraikela Dist Registrar

1572

Saraikela Dir A/C and

Admin.(DRDA)

1573

Saraikela Agriculture Off

1574

Saraikela Planning off Saraikela

1575

Saraikela Provident fund off

Saraikela

1576

Saraikela Municipal Officer

Saraikela

1577

Saraikela Judge

1578

Saraikela Civil Surgeon Saraikela

1579

Saraikela DC Residence

District Offices

Sl. No

District Office Connected

1580

Saraikela Exec. Engg. (PHED)

1581

Saraikela Forest Off Saraikela

1582

Saraikela Meso Officer

1583

Saraikela DC Nazarath (NDC)

1584

Saraikela DC - Establishment

office

1585

Saraikela DC - General Section

1586

Saraikela Labour

Superintendent

1587

Saraikela Dist Employment

officer

1588

Saraikela Jail Saraikela

1589

Saraikela SP Saraikela

1590

Saraikela Sarv Siksha

Abhiyan(DSE)-

1591

Saraikela DIO (NIC) Saraikela

1592

Saraikela Probationary Officer

jail

1593

Saraikela DC Saraikela

1594

Saraikela Dy Health Supdt.

(Saraikela)

1595

Saraikela SDO SDHQ Saraikela

1596

Saraikela LRDC Saraikela

1597

Saraikela Election Off SDHQ

Saraikela

1598

Saraikela Sub Welfare (Saraikela)

1599

Saraikela SDHQ Saraikela Ctrl

Room

1600

Saraikela BDO Saraikela Sadar

1601

Saraikela CO Saraikela Sadar

Block

Page 348 of 371

District Offices

Sl. No

District Office Connected

1602

Saraikela BPO Saraikela Sadar

1603

Saraikela Computer Operator

Saraikela Sa

1604

Saraikela BDO Kharsavan

1605

Saraikela CO Kharsavan

1606

Saraikela BPO Kharsavan

1607

Saraikela Computer Operator

Kharsavan

1608

Saraikela BDO Khuchai Block

1609

Saraikela CO Khuchai

1610

Saraikela BPO Khuchai

1611

Saraikela Computer Operator

Khuchai

1612

Saraikela BDO Ichagarh

1613

Saraikela BPO Ichagarh - 40293

1614

Saraikela Computer Operator

Rajnagar

1615

Saraikela BDO Rajnagar

1616

Saraikela BPO Rajnagar

1617

Saraikela Computer Operator

Rajnagar

1618

Saraikela Law Section Chandil

1619

Saraikela SDO SDHQ Chandil

1620

Saraikela Welfare Off Chandil

1621

Saraikela Registration Chandil

1622

Saraikela SDHQ Chandil Ctrl

Room

1623

Saraikela Nazarath Chandil

District Offices

Sl. No

District Office Connected

1624

Saraikela General Section

Chandil

1625

Saraikela DSP Chandil

1626

Saraikela BDO Chandil

1627

Saraikela CO Chandil - 40472

1628

Saraikela BPO Chandil

1629

Saraikela Computer Operator

Chandil

1630

Saraikela Magistrate Chandil

1631

Saraikela BDO Gamharia

1632

Saraikela CO Gamharia

1633

Saraikela BPO

Gamharia(Chandil)

1634

Saraikela Computer Operator

Gamharia(Cha

1635

Saraikela BDO -

Neemdih(Chandil)

1636

Saraikela CO Neemdhi - 40492

1637

Saraikela BPO Neemdhi

1638

Saraikela Computer Operator

Neemdhi

1639

Saraikela SDO Control Room

1640

Saraikela Saraikela Ctrl Room

1641

Simdega DDC

1642

Simdega Additional Collector

Simdega

1643

Simdega Treasury Off Simdega

1644

Simdega Bank Connected to

Treasury(SBI

1645

Simdega Supply Off. Simdega

Page 349 of 371

District Offices

Sl. No

District Office Connected

1646

Simdega Election Off Simdega

1647

Simdega DC In charge legal

Section

1648

Simdega Transport Officer

1649

Simdega Panchayati Raj

1650

Simdega Welfare Officer

1651

Simdega Dist Registrar

1652

Simdega Dir A/C and

Admin.(DRDA)

1653

Simdega Dist Agriculture Off -

simdega

1654

Simdega Provident Fund Off

Simdega

1655

Simdega Co - Operative officer

1656

Simdega Animal Husbandry

1657

Simdega Municipal Corporation

1658

Simdega Judge

1659

Simdega Civil Surgeon Simdega

1660

Simdega Dist Education Off

Simdega

1661

Simdega DC Residence

1662

Simdega Exec. Engg. Water

Resource

1663

Simdega Exec. Engg. (Elec.

Supply Off)

1664

Simdega Exec. Engg. (PHED)

1665

Simdega Meso Officer Simdega

1666

Simdega DC Nazarath (NDC)

1667

Simdega DC Establishment

Office

District Offices

Sl. No

District Office Connected

1668

Simdega DC - General Section

1669

Simdega DC - Revenue Section

1670

Simdega Employment Exchange

Simdega

1671

Simdega Jail Simdega

1672

Simdega SP

1673

Simdega Sarv Siksha

Abhiyan(DSE)-

1674

Simdega DIO (NIC) (Simdega)

1675

Simdega Social Security

1676

Simdega Social Welfare

1677

Simdega Dist Land Acquisition

1678

Simdega DC Simdega

1679

Simdega Addl CJM (Simdega)

1680

Simdega SDO Simdega SDHQ

1681

Simdega DCLRSDHQ Simdega

1682

Simdega Sub Election Off

Simdega

1683

Simdega Simdega SDHQ Ctrl

Room

1684

Simdega BDO-Simdega Sadar

Block

1685

Simdega CO-Simdega Sadar

Block

1686

Simdega BPO Simdega Sadar

1687

Simdega Computer Operator

Simdega Sadar

1688

Simdega BDO Kolebera

1689

Simdega CO Kolebira

Page 350 of 371

District Offices

Sl. No

District Office Connected

1690

Simdega BPO Kolebera

1691

Simdega Computer Operator

Kolebera

1692

Simdega BDO Bano Block

Simdega

1693

Simdega CO Bano Block

1694

Simdega BPO Bano

1695

Simdega Computer Operator

Bano

1696

Simdega BDO Jaldega Block

1697

Simdega CO Jaldega Block

Simdega

1698

Simdega BPO Jaldega

1699

Simdega Computer Operator

Jaldega

1700

Simdega BDO Thethaitanger

Block

1701

Simdega CO Thethaitanger

1702

Simdega BPO Thethaitanger

1703

Simdega Computer Operator

Thethaitange

1704

Simdega BDO Bolwa

1705

Simdega CO Bolwa

1706

Simdega BPO Bolwa

1707

Simdega Computer Operator

Bolwa

1708

Simdega BDO Kurdeg Block

Simdega

1709

Simdega CO Kurdeg Block

Simdega

1710

Simdega BPO Kurdeg Block

1711

Simdega Computer Operator

Kurdeg Block

District Offices

Sl. No

District Office Connected

1712

Simdega Simdega Control

Room

1713

West-Singbhu

m

DDC Chamber (West Singh)

1714

West-Singbhu

m Div. Commissioner

1715

West-Singbhu

m

Addl. Collector West Singhbum

1716

West-Singbhu

m

Treasury Officer West Singhbhu

1717

West-Singbhu

m

Bank Connected to Treasury(SBI

1718

West-Singbhu

m Supply Off Chaibasa

1719

West-Singbhu

m

Election Officer Chaibasa

1720

West-Singbhu

m

Programmer Off. West Singhbhum

1721

West-Singbhu

m

Public Relation Off (DPRO)

1722

West-Singbhu

m

Transport Off(DTO)Chaibasa

1723

West-Singbhu

m Panchayati Raj

1724

West-Singbhu

m Welfare Officer

1725

West-Singbhu

m Dist Registrar

1726

West-Singbhu

m

Dir Emp. DRDA West Singh

Page 351 of 371

District Offices

Sl. No

District Office Connected

1727

West-Singbhu

m

Dir A/C and Admin.(DRDA)

1728

West-Singbhu

m Planning Officer

1729

West-Singbhu

m Dy Comm. Sales Tax

1730

West-Singbhu

m

Provident Officer Chaibasa

1731

West-Singbhu

m Excise Superintendent

1732

West-Singbhu

m Mining Officer

1733

West-Singbhu

m Industries Officer

1734

West-Singbhu

m Judge

1735

West-Singbhu

m

Civil Surgeon West Singhbhum

1736

West-Singbhu

m DC Residence

1737

West-Singbhu

m

Exec. Engg. (Elec. Supply Off)

1738

West-Singbhu

m Exec. Engg. (PHED)

1739

West-Singbhu

m Conservator of Forest

1740

West-Singbhu

m Meso Officer

1741

West-Singbhu

DC Nazarath (NDC)

District Offices

Sl. No

District Office Connected

m

1742

West-Singbhu

m

Dist Establishment (WS)

1743

West-Singbhu

m Jail W. Singhbhum

1744

West-Singbhu

m DIG

1745

West-Singbhu

m SP Chaibasa

1746

West-Singbhu

m

Sarv Siksha Abhiyan(DSE)-

1747

West-Singbhu

m DIO (NIC)Chaibasa

1748

West-Singbhu

m

Consumer Forum Chaibasa

1749

West-Singbhu

m

Commercial Tax Chaibasa

1750

West-Singbhu

m Social Security (WS)

1751

West-Singbhu

m Dist Soldier Welfare

1752

West-Singbhu

m Dist. Malaria Office

1753

West-Singbhu

m P.A To Div. Comm

1754

West-Singbhu

m Div. Forest Off

1755

West-Singbhu

m

Probationary Officer (Jail)

17 West- Asst Dir Panchayati

Page 352 of 371

District Offices

Sl. No

District Office Connected

56 Singbhum

Raj

1757

West-Singbhu

m Social Forestry

1758

West-Singbhu

m

Dist Land Acquisition(WS)

1759

West-Singbhu

m Dist Statistical Off

1760

West-Singbhu

m DFO Afforestation

1761

West-Singbhu

m Dist Census Office

1762

West-Singbhu

m DC West Singhbum

1763

West-Singbhu

m DFO Kolhan Div.

1764

West-Singbhu

m DFO South

1765

West-Singbhu

m DFO Porahat

1766

West-Singbhu

m SDO(Chaibasa)

1767

West-Singbhu

m DC LR SDHQ Chaibasa

1768

West-Singbhu

m Elec Off Chaibasa

1769

West-Singbhu

m

Sub Welfare (Chaibasa)

1770

West-Singbhu

m

Chaibasa SDHQ Ctrl Room

District Offices

Sl. No

District Office Connected

1771

West-Singbhu

m Jail Pragya Kendra WS

1772

West-Singbhu

m BDO Tantnagar VSAT

1773

West-Singbhu

m BDO Manjhgaon

1774

West-Singbhu

m CO Manjhgaon

1775

West-Singbhu

m BDO Kumarduggi

1776

West-Singbhu

m CO Kumarduggi Block

1777

West-Singbhu

m BDO Chaibasa

1778

West-Singbhu

m CO Chaibasa

1779

West-Singbhu

m BDO Manjhari

1780

West-Singbhu

m BPO Manjhari

1781

West-Singbhu

m

Computer Operator Manjhari

1782

West-Singbhu

m BDO KhountPani

1783

West-Singbhu

m CO KhountPani

1784

West-Singbhu

m Chaibasa Ctrl Room

1785

West-Singbhu

Computer Operator Khountpani

Page 353 of 371

District Offices

Sl. No

District Office Connected

m

1786

West-Singbhu

m CO Zhenkpani

1787

West-Singbhu

m CO Zhenkpani

1788

West-Singbhu

m BPO Jhikpani

1789

West-Singbhu

m BDO Tonto

1790

West-Singbhu

m BDO Jaganathpur

1791

West-Singbhu

m BDO Novamundi

1792

West-Singbhu

m CO Novamundi

1793

West-Singbhu

m BPO Novamundi

1794

West-Singbhu

m

Dy Health Supdt.(Chakradharpur

1795

West-Singbhu

m

Sub Treasury Chakradharpur

1796

West-Singbhu

m

SDO SDHQ Chakradharpur

1797

West-Singbhu

m

DC LR SDHQ Chakradharpur

1798

West-Singbhu

m

Bank Connected to Treasury

1799

West-Singbhu

m

Election Off SDHQ Chakradharpu

18 West- Sub Welfare

District Offices

Sl. No

District Office Connected

00 Singbhum

Chakradharpur

1801

West-Singbhu

m

Sub Reg Chakradharpur

1802

West-Singbhu

m

Computer Operator Jhikpani

1803

West-Singbhu

m BDO Jaganathpur

1804

West-Singbhu

m

SDHQ Chakradharpur Ctrl Room

1805

West-Singbhu

m BDO Charkadharpur

1806

West-Singbhu

m CO Chakradharpur

1807

West-Singbhu

m BDO Bandgaon

1808

West-Singbhu

m CO Bandgaon

1809

West-Singbhu

m BDO Manoharpur

1810

West-Singbhu

m CO Manoharpur

1811

West-Singbhu

m BDO Goyalker

1812

West-Singbhu

m CO Goyalker

1813

West-Singbhu

m BDO Sonua

1814

West-Singbhu

m CO Sonua

Page 354 of 371

District Offices

Sl. No

District Office Connected

1815

West-Singbhu

m SDO Jagannathpur

1816

West-Singbhu

m Chaibasa Ctrl Room

1817

Khunti DDC Khunti

1818

Khunti Addl Collector Ceiling

1819

Khunti Treasury Off

1820

Khunti Welfare Officer

1821

Khunti Dist Registrar

1822

Khunti Judge (CJM)

1823

Khunti DC Residence

1824

Khunti DC Nazarath (NDC)

1825

Khunti DC - Revenue Section

1826

Khunti DIO (NIC)

1827

Khunti DC Khunti

1828

Khunti Dy Health Supdt.

(Khunti)

1829

Khunti SDO KHUNTI

1830

Khunti LR DC Khuti

1831

Khunti Election Off

1832

Khunti Sub Jail Khunti

1833

Khunti BDO Khunti

1834

Khunti CO Khunti Blk

1835

Khunti BPO Khunti

District Offices

Sl. No

District Office Connected

1836

Khunti Computer Operator

Khunti

1837

Khunti BDO Torpa

1838

Khunti CO Torpa

1839

Khunti BPO Torpa

1840

Khunti Computer Operator

Torpa

1841

Khunti BDO Rania

1842

Khunti CO Rania

1843

Khunti BPO Rania

1844

Khunti Computer Operator

Rania

1845

Khunti BDO Kara Block

1846

Khunti Circle Off Kara Block

Khuti SD

1847

Khunti BPO Kara

1848

Khunti Computer Operator

Kara

1849

Khunti BDO Mhuru

1850

Khunti CO Murhu Block

1851

Khunti Khunti Control Room

1852

Ramgarh DDC

1853

Ramgarh DC In charge legal

Section

1854

Ramgarh Dist Registrar(Gola)

1855

Ramgarh Provident Fund Officer

1856

Ramgarh DC Residence

1857

Ramgarh Dist Employment

Officer

Page 355 of 371

District Offices

Sl. No

District Office Connected

1858

Ramgarh SP Ramgarh

1859

Ramgarh DIO (NIC) Ramgarh

1860

Ramgarh Ramgarh Video Conf

Room

1861

Ramgarh DC Ramgarh

1862

Ramgarh Dy Health

Supdt.(Ramgarh)

1863

Ramgarh Sub Treasury Ramgarh

1864

Ramgarh SDO Ramgarh SDHQ

1865

Ramgarh LR DC Ramgarh SDHQ

18 Ramgarh Election Off Ramgarh

District Offices

Sl. No

District Office Connected

66 SDHQ

1867

Ramgarh BDO - Ramgarh Block

1868

Ramgarh CO - Ramgarh

1869

Ramgarh BDO Mandu (Ramgarh)

1870

Ramgarh CO Mandu (Ramgarh)

1871

Ramgarh BDO

Patratu(Ramgarh)

1872

Ramgarh BDO Gola (Ramgarh)

1873

Ramgarh CO Gola (Ramgarh)

1874

Ramgarh Ramgarh Control

Room

Page 356 of 371

25 Annexure VII: Latitude Longitude details for Block

headquarters

S. No.

DISTRICT BLOCK LOCATION

of HQS

HQS. TYPE

LONGITUDE LATITUDE

1 BOKARO BERMO Bermo BHQ 85°55'

58.28" E 23° 47' 13.61"

N

2 BOKARO CHANDANKIARI Chandankiari BHQ 86°21'

28.88" E 23° 34' 10.41"

N

3 BOKARO CHANDRAPURA Chandrapura BHQ 86°7' 8.78" E 23° 44' 45.70"

N

4 BOKARO JARIDIH Jaridih BHQ 86°3' 42.26"

E 23° 37' 50.48"

N

5 BOKARO CHAS Chas BHQ 86°10'

18.47" E 23° 38' 16.53"

N

6 BOKARO BOKARO BOKARO DHQ 86°6' 29.67"

E 23° 39' 31.49"

N

7 BOKARO GUMIA Gumia BHQ 85°49'

22.45" E 23° 48' 2.79"

N

8 BOKARO KASMAR Kasmar BHQ 85°56'

11.81" E 23° 36' 29.56"

N

9 BOKARO NAWADIH Nawadih BHQ 86°2' 27.52"

E 23° 50' 57.65"

N

10 BOKARO PETERBAR Peterbar BHQ 85°51' 2.63"

E 23° 36' 42.90"

N

11 CHATRA CHATRA CHATRA DHQ 84°52'

22.57" E 24° 12' 6.34"

N

12 CHATRA GIDHAUR Gidhaur BHQ 85°1' 35.53"

E 24° 10' 40.35"

N

13 CHATRA HUNTERGANJ Hunterganj BHQ 84°47'

56.23" E 24° 25' 50.95"

N

14 CHATRA ITKHORI Itkhori BHQ 85°9' 36.45"

E 24° 17' 38.47"

N

15 CHATRA KANHA CHATTI Kanha Chatti BHQ 85°1' 47.58"

E 24° 17' 34.63"

N

16 CHATRA KUNDA Kunda BHQ 84°39'

23.62" E 24° 12' 33.33"

N

Page 357 of 371

S. No.

DISTRICT BLOCK LOCATION

of HQS

HQS. TYPE

LONGITUDE LATITUDE

17 CHATRA LAWALONG Lawalong BHQ 84°44'

29.15" E 24° 4' 31.78"

N

18 CHATRA MAJURHEND Majurhend BHQ 85°14'

36.06" E 24° 17' 35.06"

N

19 CHATRA PATHALGARA Pathalgara BHQ 85°3' 48.58"

E 24° 7' 0.67" N

20 CHATRA PRATAPPUR Pratappur BHQ 84°37'

59.06" E 24° 17' 48.30"

N

21 CHATRA SIMARIA Simaria BHQ 84°56'

11.30" E 24° 3' 56.82"

N

22 CHATRA TANDWA Tandwa BHQ 85°1' 43.22"

E 23° 51' 12.87"

N

23 DEOGHAR DEOGHAR DEOGHAR DHQ 86°42' 0.00"

E 24° 29' 22.69"

N

24 DEOGHAR DEVIPUR Devipur BHQ 86°34'

59.38" E 24° 24' 15.67"

N

25 DEOGHAR KARON Karon BHQ 86°44'

40.25" E 24° 7' 33.96"

N

26 DEOGHAR MADHUPUR Madhupur BHQ 86°37'

34.89" E 24° 16' 26.15"

N

27 DEOGHAR MOHANPUR Mohanpur BHQ 86°49' 5.59"

E 24° 30' 34.21"

N

28 DEOGHAR PALOJORI Palojori BHQ 87°0' 44.01"

E 24° 14' 31.68"

N

29 DEOGHAR SARATH Sarath BHQ 86°50'

24.88" E 24° 14' 27.28"

N

30 DEOGHAR SARWAN Sarwan BHQ 86°46'

56.09" E 24° 22' 37.32"

N

31 DEOGHAR SONARAY THARHI Sonaray Tharhi BHQ 86°54' 1.48"

E 24° 21' 36.51"

N

32 DHANBAD BAGHMARA Baghmara BHQ 86°12'

13.97" E 23° 47' 28.27"

N

33 DHANBAD BALIAPUR Baliapur BHQ 86°31'

29.31" E 23° 43' 12.34"

N

34 DHANBAD CHIRKUNDA Nirsa BHQ 86°42'

27.70" E 23° 47' 10.45"

N

35 DHANBAD DHANBAD DHANBAD DHQ 86°26'

30.61" E 23° 48' 1.10"

N

Page 358 of 371

S. No.

DISTRICT BLOCK LOCATION

of HQS

HQS. TYPE

LONGITUDE LATITUDE

36 DHANBAD GOBINDPUR Gobindpur BHQ 86°31'

11.78" E 23° 50' 9.92"

N

37 DHANBAD JHARIA Jharia BHQ 86°24'

58.85" E 23° 44' 22.60"

N

38 DHANBAD TOPCHANCHI Topchanchi BHQ 86°11'

47.04" E 23° 54' 17.19"

N

39 DHANBAD TUNDI Tundi BHQ 86°27' 8.73"

E 23° 59' 9.90"

N

40 DHANBAD PURBI TUNDI N/A - - -

41 DUMKA DUMKA DUMKA DHQ 87°15' 0.47"

E 24° 16' 31.45"

N

42 DUMKA GOPIKANDAR Gopikandar BHQ 87°29' 8.54"

E 24° 25' 29.63"

N

43 DUMKA JAMA Jama BHQ 87°8' 50.65"

E 24° 20' 54.77"

N

44 DUMKA JARMUNDI Jarmundi BHQ 87°3' 34.35"

E 24° 23' 27.32"

N

45 DUMKA KATHIKUND Kathikund BHQ 87°25'

11.29" E 24° 21' 39.69"

N

46 DUMKA MASALIA Masalia BHQ 87°10'

43.73" E 24° 9' 21.40"

N

47 DUMKA RAMGARH Ramgarh BHQ 87°14'

54.74" E 24° 33' 27.94"

N

48 DUMKA RANISHWAR Ranishwar BHQ 87°25'

15.47" E 24° 1' 43.18"

N

49 DUMKA SARAIYAHAT Saraiyahat BHQ 87°0' 59.24"

E 24° 34' 24.18"

N

50 DUMKA SHIKARIPARA Shikaripara BHQ 87°28'

30.69" E 24° 14' 10.72"

N

51 E.

SINGHBHUM BAHARAGORA Baharagora BHQ

86°43' 9.57" E

22° 16' 33.43" N

52 E.

SINGHBHUM CHAKULIA Chakulia BHQ

86°43' 2.99" E

22° 28' 54.27" N

53 E.

SINGHBHUM DHALBHUMGARH Dhalbhumgarh BHQ

86°33' 13.97" E

22° 30' 20.47" N

54 E.

SINGHBHUM DUMARIA Dumaria BHQ

86°26' 21.73" E

22° 26' 45.13" N

55 E.

SINGHBHUM GHATSILA Ghatsila BHQ

86°28' 23.08" E

22° 35' 13.52" N

Page 359 of 371

S. No.

DISTRICT BLOCK LOCATION

of HQS

HQS. TYPE

LONGITUDE LATITUDE

56 E.

SINGHBHUM GOLMURI JAMSHEDPUR DHQ

86°10' 28.44" E

22° 48' 35.75" N

57 E.

SINGHBHUM GURABANDHA Gurabandha BHQ

86°32' 41.30" E

22° 20' 2.26" N

58 E.

SINGHBHUM MUSABANI Musabani BHQ

86°27' 32.02" E

22° 30' 57.44" N

59 E.

SINGHBHUM PATAMDA Patamda BHQ

86°24' 0.88" E

22° 54' 35.95" N

60 E.

SINGHBHUM POTKA Potka BHQ

86°13' 14.41" E

22° 37' 11.66" N

61 E.

SINGHBHUM BORAM Boram BHQ

86°16' 54.67" E

22° 57' 29.67" N

62 GARHWA BARDIHA Bardiha BHQ 83°44' 7.48"

E 24° 22' 33.52"

N

63 GARHWA BHANDARIA Bhandaria BHQ 83°49' 9.46"

E 23° 44' 5.65"

N

64 GARHWA BHAWNATHPUR Bhawnathpur BHQ 83°35'

47.68" E 24° 23' 26.05"

N

65 GARHWA CHINIA Chinia BHQ 83°37'

49.75" E 24° 2' 26.38"

N

66 GARHWA DANDA Danda BHQ 83°56'

50.36" E 24° 9' 6.86" N

67 GARHWA DANDAI Dandai BHQ 83°37'

12.42" E 24° 7' 39.92"

N

68 GARHWA DHURKI Dhurki BHQ 83°26'

36.09" E 24° 8' 16.02"

N

69 GARHWA GARHWA GARHWA DHQ 83°48'

35.53" E 24° 9' 43.33"

N

70 GARHWA KANDI Kandi BHQ 83°45'

54.31" E 24° 28' 43.87"

N

71 GARHWA KETAR Ketar BHQ 83°33'

28.02" E 24° 28' 12.31"

N

72 GARHWA KHARAONDHI Kharaondhi BHQ 83°26'

23.11" E 24° 25' 31.42"

N

73 GARHWA MAJHIAON Majhiaon BHQ 83°49' 7.59"

E 24° 19' 33.74"

N

74 GARHWA MERAL Meral BHQ 83°42'

23.11" E 24° 11' 23.17"

N

Page 360 of 371

S. No.

DISTRICT BLOCK LOCATION

of HQS

HQS. TYPE

LONGITUDE LATITUDE

75 GARHWA RAMKANDA Ramkanda BHQ 83°52'

53.13" E 23° 51' 58.70"

N

76 GARHWA RAMNA Ramna BHQ 83°36' 3.44"

E 24° 14' 8.33"

N

77 GARHWA RANKA Ranka BHQ 83°47'

15.74" E 23° 59' 9.35"

N

78 GARHWA SAGMA Sagma BHQ 83°27'

36.28" E 24° 13' 13.60"

N

79 GARHWA UNTARI Nagar Untari BHQ 83°29'

31.99" E 24° 16' 47.14"

N

80 GIRIDIH BAGODAR Bagodar BHQ 85°50' 3.05"

E 24° 4' 39.16"

N

81 GIRIDIH BENGABAD Bengabad BHQ 86°21'

39.64" E 24° 18' 18.15"

N

82 GIRIDIH BIRNI Birni BHQ 85°56'

18.36" E 24° 16' 8.61"

N

83 GIRIDIH DEORI Deori BHQ 86°10'

59.28" E 24° 30' 55.16"

N

84 GIRIDIH DHANWAR Dhanwar BHQ 85°59' 3.22"

E 24° 24' 33.63"

N

85 GIRIDIH DUMRI Dumri BHQ 86°0' 28.44"

E 23° 59' 39.70"

N

86 GIRIDIH GANDE Gande BHQ 86°26'

40.29" E 24° 10' 40.12"

N

87 GIRIDIH GAWAN Gawan BHQ 85°55' 6.29"

E 24° 36' 57.93"

N

88 GIRIDIH GIRIDIH GIRIDIH DHQ 86°18'

38.13" E 24° 11' 5.94"

N

89 GIRIDIH JAMUA Jamua BHQ 86°9' 2.00" E 24° 22' 5.18"

N

90 GIRIDIH PIRTANR Pirtanr BHQ 86°9' 39.53"

E 24° 3' 19.16"

N

91 GIRIDIH SARIYA Sariya BHQ 85°53'

16.26" E 24° 10' 36.60"

N

92 GIRIDIH TISRI Tisri BHQ 86°3' 50.25"

E 24° 34' 34.37"

N

93 GODDA BASANTRAI Basantrai BHQ 87°12' 3.53"

E 24° 59' 44.75"

N

Page 361 of 371

S. No.

DISTRICT BLOCK LOCATION

of HQS

HQS. TYPE

LONGITUDE LATITUDE

94 GODDA BOARIJOR Boarijor BHQ 87°29'

10.38" E 25° 3' 43.38"

N

95 GODDA GODDA GODDA DHQ 87°13' 0.59"

E 24° 49' 41.65"

N

96 GODDA MAHAGAMA Mahagama BHQ 87°19'

10.26" E 25° 2' 1.03" N

97 GODDA MEHERMA Meherma BHQ 87°21'

49.78" E 25° 11' 56.98"

N

98 GODDA PATHARGAMA Pathargama BHQ 87°16'

56.03" E 24° 56' 29.72"

N

99 GODDA POREYAHAT Poreya BHQ 87°10'

15.59" E 24° 40' 42.62"

N

100 GODDA SUNDERPAHARI Sunderpahari BHQ 87°21'

42.75" E 24° 45' 24.47"

N

101 GODDA THAKURGHANTI Thakurghanti BHQ 87°27'

46.78" E 25° 8' 33.16"

N

102 GUMLA BASIA Basia BHQ 84°49'

35.14" E 22° 52' 20.48"

N

103 GUMLA BISHUNPUR Bishunpur BHQ 84°23' 8.80"

E 23° 22' 41.69"

N

104 GUMLA CHAINPUR Chainpur BHQ 84°14'

21.33" E 23° 7' 57.53"

N

105 GUMLA DUMRI Dumri BHQ 84°7' 19.10"

E 23° 9' 56.49"

N

106 GUMLA GHAGHRA Ghaghra BHQ 84°33' 5.49"

E 23° 15' 54.30"

N

107 GUMLA GUMLA GUMLA DHQ 84°32'

39.43" E 23° 2' 17.75"

N

108 GUMLA KAMDARA Kamdara BHQ 84°54'

25.41" E 22° 54' 30.08"

N

109 GUMLA PALKOT Palkot BHQ 84°38'

41.48" E 22° 52' 21.65"

N

110 GUMLA RAIDIH Raidih BHQ 84°25'

11.31" E 22° 55' 54.26"

N

111 GUMLA SISAI Sisai BHQ 84°45' 8.12"

E 23° 10' 40.22"

N

112 GUMLA VERNO Verno BHQ 84°53'

25.53" E 23° 13' 13.64"

N

Page 362 of 371

S. No.

DISTRICT BLOCK LOCATION

of HQS

HQS. TYPE

LONGITUDE LATITUDE

113 GUMLA ALBERT EKKA Jari BHQ 84°12'

37.37" E 23° 2' 55.87"

N

114 HAZARIBAG BARHI Barhi BHQ 85°25' 1.21"

E 24° 18' 22.09"

N

115 HAZARIBAG BARKAGAON Barkagaon BHQ 85°13' 7.00"

E 23° 51' 27.13"

N

116 HAZARIBAG BARKATHA Barkatha BHQ 85°36'

44.96" E 24° 10' 5.99"

N

117 HAZARIBAG BISHNUGARH Bishnugarh BHQ 85°45'

33.68" E 24° 0' 59.31"

N

118 HAZARIBAG CHALKUSA Chalkusa BHQ 85°44'

55.07" E 24° 15' 32.19"

N

119 HAZARIBAG CHAUPARAN Chauparan BHQ 85°15'

15.46" E 24° 23' 15.96"

N

120 HAZARIBAG CHURCHU Churchu BHQ 85°30'

47.49" E 23° 54' 26.20"

N

121 HAZARIBAG DARI Dari BHQ 85°23' 0.40"

E 23° 43' 16.35"

N

122 HAZARIBAG DARU Daru BHQ 85°32'

54.05" E 24° 0' 45.89"

N

123 HAZARIBAG HAZARIBAG HAZARIBAG DHQ 85°21'

21.88" E 23° 59' 38.94"

N

124 HAZARIBAG ICHAK Ichak BHQ 85°25'

42.59" E 24° 5' 24.05"

N

125 HAZARIBAG KATKAMDAG Katkamdag BHQ 85°17'

33.15" E 23° 58' 52.96"

N

126 HAZARIBAG KATKAMSANDI Katkamsandi BHQ 85°11'

49.72" E 24° 6' 39.13"

N

127 HAZARIBAG KEREDARI Keredari BHQ 85°5' 41.85"

E 23° 52' 1.85"

N

128 HAZARIBAG PADMA Padma BHQ 85°21'

48.07" E 24° 12' 10.22"

N

129 HAZARIBAG TATI JHARIA Tati Jharia BHQ 85°37'

10.87" E 24° 1' 27.58"

N

130 JAMTARA FATEHPUR Fatehpur BHQ 86°59'

59.54" E 24° 6' 46.73"

N

131 JAMTARA JAMTARA JAMTARA DHQ 86°48'

13.55" E 23° 57' 45.12"

N

Page 363 of 371

S. No.

DISTRICT BLOCK LOCATION

of HQS

HQS. TYPE

LONGITUDE LATITUDE

132 JAMTARA KUNDAHIT Kundahit BHQ 87°9' 48.04"

E 23° 58' 11.01"

N

133 JAMTARA NALA Nala BHQ 87°1' 50.61"

E 23° 54' 57.41"

N

134 JAMTARA NARAYANPUR Narayanpur BHQ 86°36'

51.85" E 24° 2' 40.79"

N

135 JAMTARA VIDYASAGAR Vidyasagar BHQ 86°42'

11.71" E 24° 5' 1.98" N

136 KHUNTI ERKI Erkiya BHQ 85°36'

21.25" E 23° 1' 54.62"

N

137 KHUNTI KARRA Karra BHQ 85°7' 30.41"

E 23° 7' 22.24"

N

138 KHUNTI KHUNTI Khunti DHQ 85°16'

49.24" E 23° 4' 24.26"

N

139 KHUNTI MURHU Murhu BHQ 85°16'

44.94" E 22° 58' 22.75"

N

140 KHUNTI RANIA Rania BHQ 85°6' 21.64"

E 22° 46' 39.03"

N

141 KHUNTI TORPA Torpa BHQ 85°5' 19.71"

E 22° 56' 9.49"

N

142 KODERMA CHANDWARA Chandwara BHQ 85°28'

44.41" E 24° 23' 37.62"

N

143 KODERMA DOMCHANCH Domchanch BHQ 85°41'

30.92" E 24° 28' 25.73"

N

144 KODERMA JAINAGAR Jainagar BHQ 85°38'

40.72" E 24° 22' 27.54"

N

145 KODERMA KODERMA KODERMA DHQ 85°35'

33.55" E 24° 28' 0.46"

N

146 KODERMA MARKACCHO Markaccho BHQ 85°50' 9.42"

E 24° 19' 44.35"

N

147 KODERMA SATGAWAN Satgawan BHQ 85°47'

30.95" E 24° 44' 10.45"

N

148 LATEHAR BALUMATH Balumath BHQ 84°47'

22.92" E 23° 49' 36.35"

N

149 LATEHAR BARIYATU Bariyatu BHQ 84°48' 2.06"

E 23° 53' 17.50"

N

150 LATEHAR BARWADIH Barwadih BHQ 84°6' 40.43"

E 23° 50' 53.15"

N

Page 364 of 371

S. No.

DISTRICT BLOCK LOCATION

of HQS

HQS. TYPE

LONGITUDE LATITUDE

151 LATEHAR Chandwa Chandwa BHQ 84°44'

26.63" E 23° 40' 34.02"

N

152 LATEHAR Garu Garu BHQ 84°13'

54.17" E 23° 40' 15.43"

N

153 LATEHAR HARHANJ Harhanj BHQ 84°38'

29.94" E 23° 55' 50.09"

N

154 LATEHAR LATEHAR LATEHAR DHQ 84°29'

28.12" E 23° 44' 47.43"

N

155 LATEHAR MAHUADANR Mahuadanr BHQ 84°6' 31.01"

E 23° 23' 58.48"

N

156 LATEHAR MANIKA Manika BHQ 84°21'

14.60" E 23° 51' 17.34"

N

157 LOHARDAGA BHANDRA Bhandra BHQ 84°47'

55.08" E 23° 21' 37.91"

N

158 LOHARDAGA KARRO Karro BHQ 84°50'

37.22" E 23° 26' 37.07"

N

159 LOHARDAGA KISKO Kisko BHQ 84°40' 9.63"

E 23° 30' 58.76"

N

160 LOHARDAGA KURU Kuru BHQ 84°49' 8.37"

E 23° 32' 28.26"

N

161 LOHARDAGA LOHARDAGA LOHARDAGA DHQ 84°40'

41.11" E 23° 26' 5.26"

N

162 LOHARDAGA PESHRAR Peshrar BHQ 84°32'

56.56" E 23° 33' 13.79"

N

163 LOHARDAGA SENHA Senha BHQ 84°39'

18.51" E 23° 23' 8.54"

N

164 PAKUR AMRAPARA Amrapara BHQ 87°34'

18.81" E 24° 30' 57.34"

N

165 PAKUR HIRANPUR Hiranpur Khas BHQ 87°41'

54.20" E 24° 41' 40.47"

N

166 PAKUR LITIPARA Litipara BHQ 87°36'

58.25" E 24° 41' 38.38"

N

167 PAKUR MAHESHPUR Maheshpur BHQ 87°45'

39.83" E 24° 28' 45.10"

N

168 PAKUR PAKUR PAKUR DHQ 87°50'

34.49" E 24° 38' 17.43"

N

169 PAKUR PAKURIA Pakuria BHQ 87°39'

18.16" E 24° 19' 59.85"

N

Page 365 of 371

S. No.

DISTRICT BLOCK LOCATION

of HQS

HQS. TYPE

LONGITUDE LATITUDE

170 PALAMU BISHRAMPUR Bishrampur BHQ 83°55'

29.95" E 24° 15' 13.98"

N

171 PALAMU CHAINPUR Chainpur BHQ 84°2' 48.55"

E 24° 0' 40.46"

N

172 PALAMU CHHATARPUR Chhatarpur BHQ 84°11'

17.57" E 24° 21' 59.81"

N

173 PALAMU DALTONGANJ DALTONGANJ DHQ 84°3' 54.83"

E 24° 2' 30.96"

N

174 PALAMU HYDERNAGAR Hydernagar BHQ 83°56'

45.89" E 24° 29' 19.89"

N

175 PALAMU HARIHARGANJ Hariharganj BHQ 84°16'

53.42" E 24° 32' 47.72"

N

176 PALAMU HUSSAINABAD Hussainabad BHQ 84°0' 3.86" E 24° 31' 43.50"

N

177 PALAMU LESLIGANJ Lesliganj BHQ 84°12'

55.44" E 24° 2' 39.88"

N

178 PALAMU MANATU Manatu BHQ 84°24'

13.28" E 24° 13' 35.41"

N

179 PALAMU MUHAMMADGANJ Muhammadga

nj BHQ

83°52' 5.84" E

24° 25' 44.58" N

180 PALAMU NAWA BAZAR Nawa Bazar BHQ 84°5' 55.40"

E 24° 17' 12.01"

N

181 PALAMU NAWADIH Nau Diha Bazar BHQ 84°17'

46.90" E 24° 22' 38.33"

N

182 PALAMU PANDU Pandu BHQ 83°57'

39.34" E 24° 19' 34.16"

N

183 PALAMU PANDWA Pandwa BHQ 84°3' 51.12"

E 24° 10' 7.49"

N

184 PALAMU PANKI Panki BHQ 84°28'

26.71" E 24° 2' 8.49" N

185 PALAMU PATAN Patan BHQ 84°10'

43.87" E 24° 12' 13.43"

N

186 PALAMU PIPRA Pipra BHQ 84°10'

58.93" E 24° 27' 40.05"

N

187 PALAMU SATBARWA Satbarwa BHQ 84°15'

21.50" E 23° 55' 11.52"

N

188 PALAMU TARHASI Tarhasi BHQ 84°18' 7.12"

E 24° 5' 20.73"

N

Page 366 of 371

S. No.

DISTRICT BLOCK LOCATION

of HQS

HQS. TYPE

LONGITUDE LATITUDE

189 PALAMU UNTARI Untari BHQ 83°49'

50.30" E 24° 20' 27.57"

N

190 RAMGARH CHITARPUR Chitarpur BHQ 85°39'

22.71" E 23° 34' 28.64"

N

191 RAMGARH DULMI Dulmi BHQ 85°36'

38.58" E 23° 32' 23.19"

N

192 RAMGARH GOLA Gola BHQ 85°42'

52.29" E 23° 32' 11.86"

N

193 RAMGARH MANDU Mandu BHQ 85°27'

50.80" E 23° 47' 43.02"

N

194 RAMGARH PATRATU Patratu BHQ 85°18'

16.07" E 23° 39' 43.46"

N

195 RAMGARH RAMGARH RAMGARH DHQ 85°30'

55.23" E 23° 37' 51.16"

N

196 RANCHI ANGARA Angara BHQ 85°30'

52.52" E 23° 24' 20.60"

N

197 RANCHI BERO Bero BHQ 85°1' 5.78" E 23° 18' 14.75"

N

198 RANCHI BUNDU Bundu BHQ 85°35'

18.25" E 23° 9' 49.03"

N

199 RANCHI BURMU Burmu BHQ 85°7' 51.44"

E 23° 34' 29.91"

N

200 RANCHI CHANHO Chanho BHQ 84°57'

18.26" E 23° 30' 45.59"

N

201 RANCHI ITKI Itki

Thakurgaon BHQ

85°6' 37.11" E

23° 20' 42.86" N

202 RANCHI RANCHI SADAR RANCHI DHQ 85°18'

39.07" E 23° 22' 20.20"

N

203 RANCHI KANKE Kanke BHQ 85°19'

31.36" E 23° 25' 27.87"

N

204 RANCHI KHELARI Khelari BHQ 84°59'

27.86" E 23° 39' 2.98"

N

205 RANCHI LAPUNG Lapung BHQ 84°56'

41.83" E 23° 6' 3.49" N

206 RANCHI MANDAR Mandar BHQ 85°5' 37.85"

E 23° 27' 30.11"

N

207 RANCHI NAGRI Nagri BHQ 85°11' 5.21"

E 23° 19' 26.84"

N

Page 367 of 371

S. No.

DISTRICT BLOCK LOCATION

of HQS

HQS. TYPE

LONGITUDE LATITUDE

208 RANCHI NAMKUM Namkum BHQ 85°21'

53.95" E 23° 20' 27.07"

N

209 RANCHI ORMANJHI Ormanjhi BHQ 85°28'

45.11" E 23° 29' 31.14"

N

210 RANCHI RAHE Rahe BHQ 85°38'

42.12" E 23° 16' 3.56"

N

211 RANCHI RATU Ratu BHQ 85°12'

48.86" E 23° 25' 5.99"

N

212 RANCHI SILLI Silli BHQ 85°50'

22.86" E 23° 21' 18.34"

N

213 RANCHI SONAHATU Sonahatu BHQ 85°42'

31.60" E 23° 11' 32.05"

N

214 RANCHI TAMAR Tamar BHQ 85°38'

49.59" E 23° 2' 46.80"

N

215 SAHIBGANJ BARHAIT Barhait BHQ 87°36'

51.83" E 24° 53' 12.94"

N

216 SAHIBGANJ BARHARWA Barharwa BHQ 87°46'

42.45" E 24° 51' 20.39"

N

217 SAHIBGANJ BORIO Borio BHQ 87°35'

34.47" E 25° 2' 1.56" N

218 SAHIBGANJ MANDRO Mandro BHQ 87°29'

57.57" E 25° 8' 42.17"

N

219 SAHIBGANJ PATHNA Pathna BHQ 87°45'

27.95" E 24° 50' 55.75"

N

220 SAHIBGANJ RAJMAHAL Rajmahal BHQ 87°49'

39.56" E 25° 3' 15.40"

N

221 SAHIBGANJ SAHIBGANJ SAHIBGANJ DHQ 87°37'

46.74" E 25° 14' 36.56"

N

222 SAHIBGANJ TALJHARI Taljhari BHQ 87°44'

31.00" E 25° 5' 7.54" N

223 SAHIBGANJ UDHUA Udhua BHQ 87°50'

44.07" E 24° 58' 20.50"

N

224 S. -

KHARSAWAN ADITYAPUR Adityapur BHQ

86°9' 46.43" E

22° 47' 12.22" N

225 S. -

KHARSAWAN CHANDIL Chandil BHQ

86°3' 21.23" E

22° 57' 22.34" N

226 S. -

KHARSAWAN GOBINDPUR

Rajnagar (Gobindpur)

BHQ 86°1' 2.60" E 22° 37' 21.61"

N

Page 368 of 371

S. No.

DISTRICT BLOCK LOCATION

of HQS

HQS. TYPE

LONGITUDE LATITUDE

227 S. -

KHARSAWAN ICHAGARH Ichagarh BHQ

85°56' 2.40" E

23° 2' 31.81" N

228 S. -

KHARSAWAN KHARSAWAN Kharsawan BHQ

85°49' 44.21" E

22° 47' 25.14" N

229 S. -

KHARSAWAN KUCHAI Kuchai BHQ

85°44' 28.89" E

22° 50' 17.39" N

230 S. -

KHARSAWAN KUKRU Kukru BHQ

85°58' 48.62" E

23° 6' 50.91" N

231 S. -

KHARSAWAN NIMDIH Nimdih BHQ

86°8' 45.00" E

22° 59' 44.75" N

232 S. -

KHARSAWAN SARAIKELA SARAIKELA DHQ

85°55' 55.93" E

22° 41' 54.24" N

233 SIMDEGA BANO Bano BHQ 84°55' 1.06"

E 22° 39' 14.84"

N

234 SIMDEGA BANSJOR Bansjor BHQ 84°43'

10.47" E 22° 25' 36.09"

N

235 SIMDEGA BOLBA Bolba BHQ 84°20'

49.47" E 22° 25' 46.20"

N

236 SIMDEGA JALDEGA Jaldega BHQ 84°48'

51.77" E 22° 34' 10.27"

N

237 SIMDEGA KARSAI Karsai BHQ 84°13'

48.37" E 22° 31' 40.81"

N

238 SIMDEGA KOLEBIRA Kolebira BHQ 84°41'

36.86" E 22° 42' 2.32"

N

239 SIMDEGA KURDEG Kurdeg BHQ 84°8' 16.28"

E 22° 34' 11.06"

N

240 SIMDEGA PAKARDANR Pakardanr BHQ 84°25'

28.81" E 22° 42' 43.33"

N

241 SIMDEGA SIMDEGA SIMDEGA DHQ 84°30' 9.26"

E 22° 36' 40.71"

N

242 SIMDEGA THETAITANGAR Thetaitangar BHQ 84°30'

23.46" E 22° 30' 8.14"

N

243 W.

SINGHBHUM ANANDPUR Anandpur BHQ

85°10' 24.72" E

22° 28' 4.06" N

244 W.

SINGHBHUM BANDGAON Bandgaon BHQ

85°19' 53.89" E

22° 51' 39.22" N

245 W.

SINGHBHUM CHAIBASA CHAIBASA DHQ

85°47' 54.32" E

22° 33' 9.40" N

Page 369 of 371

S. No.

DISTRICT BLOCK LOCATION

of HQS

HQS. TYPE

LONGITUDE LATITUDE

246 W.

SINGHBHUM CHAKRADHARPUR Chakradharpur BHQ

85°38' 34.88" E

22° 40' 46.00" N

247 W.

SINGHBHUM GOELKERA Goelkera BHQ

85°22' 8.35" E

22° 30' 32.57" N

248 W.

SINGHBHUM GUDRI Gudri BHQ

85°12' 34.11" E

22° 41' 13.38" N

249 W.

SINGHBHUM HAT GAMHARIYA Hat Gamhariya BHQ

85°44' 27.20" E

22° 16' 12.01" N

250 W.

SINGHBHUM JAGANNATHPUR Jagannathpur BHQ

85°38' 21.96" E

22° 13' 23.76" N

251 W.

SINGHBHUM JHINKPANI Jhinkpani BHQ

85°45' 8.52" E

22° 25' 23.18" N

252 W.

SINGHBHUM KHUNTPANI Khuntpani BHQ

85°43' 12.55" E

22° 37' 29.48" N

253 W.

SINGHBHUM KUMARDUNGI Kumardungi BHQ

85°52' 46.69" E

22° 12' 56.69" N

254 W.

SINGHBHUM MAJHGAON Majhgaon BHQ

85°52' 48.44" E

22° 5' 38.93" N

255 W.

SINGHBHUM MANJHARI Manjhari BHQ

85°55' 49.95" E

22° 20' 8.69" N

256 W.

SINGHBHUM MANOHARPUR Manoharpur BHQ

85°11' 37.85" E

22° 22' 36.71" N

257 W.

SINGHBHUM NOAMUNDI Noamundi BHQ

85°30' 16.41" E

22° 9' 42.51" N

258 W.

SINGHBHUM SONUA Sonua BHQ

85°27' 45.44" E

22° 34' 40.50" N

259 W.

SINGHBHUM TANTNAGAR Tantnagar BHQ

85°57' 0.64" E

22° 27' 12.14" N

260 W.

SINGHBHUM TONTO Tonto BHQ

85°36' 44.03" E

22° 23' 2.79" N

Note: Location of Block Headquarters of Purbi Tundi, Dhanbad are not available. The above mentioned

details are indicative and may not be completely accurate.

Page 370 of 371

26 Annexure IX: Existing SLA Levels

SHQ

Sl. No. Availability Penalty

1 > 99.99% No Penalty

2 > 90% up to =<99% 20%

3 > 85% up to =< 90% 40%

4 < 85% 100%

In case of single occurrence for SHQ, for every 0.01% reduction in uptime is levied with 0.5% penalty and can

be levied to a maximum of 10%. In case of SHQ not being operational for more than 5 minutes, for every 5

minutes downtime a penalty of 0.5% is levied to a maximum of 10%.

DHQ

Sl. No. Availability Penalty

1 > 99.90% No Penalty

2 > 90% up to =<99% 20%

3 > 85% up to =< 90% 40%

4 < 85% 100%

In case of single occurrence, for DHQ not being operational for more than 30 minutes, for every 15

minutes downtime a penalty of 0.5% is levied to a maximum of 10%.

SDHQ/BHQ/Horizontal Offices

Sl. No. Availability Penalty

1 > 99.50% No Penalty

2 > 90% up to =<99% 10%

2 > 85% up to =< 90% 20%

3 > 80% up to =< 85% 40%

4 < 80% 100%

In case of single occurrence, for SDHQ/BHQ not being operational for more than 4 hours, for every 2 hours

downtime a penalty of 0.5% is levied to a maximum of 10%.