You are on page 1of 324

Class 5 NGN tender (Index)

BSNL C.O., New Delhi

BID DOCUMENT

TENDER FOR PROCUREMENT OF CLASS 5 NGN (Next Generation Network):


TENDER NO. CA/NWP-CFA/NGN-4 Mn/T-413/2012 ISSUED ON 07TH JUNE 2012

BHARAT SANCHAR NIGAM LIMITED


(A GOVERNMENT OF INDIA ENTERPRISE)
AGM (MMY), 2nd Floor, MMT SECTION,
BHARAT SANCHAR BHAWAN, JANPATH,
NEW DELHI-110001
T/No.: 011-23717844
FAX NO.91-11-23710198/91-11-23350494
Visit us at www.bsnl.co.in

Class 5 NGN tender (Index)

BSNL C.O., New Delhi

BHARAT SANCHAR NIGAM LIMITED


(A Government of India Enterprise)
2 Floor, Bharat Sanchar Bhawan, HC Mathur Lane,
Janpath, New Delhi- 110001
...
From:
To,
AGM (MMY)
.................................................
2nd Floor, MMT Section,
.................................................
Bharat Sanchar Bhawan, HCM Lane,
.................................................
Janpath, New Delhi 110001.
.................................................
nd

No. CA/MMT/NWP-CFA/11-7/2012(NGN)
Sub: -

Dated: 14-06-2012

Tender documents for Procurement of Class 5 NGN


(Next Generation Network) Equipment.

Tender Enquiry No. : CA/NWP(CFA)/NGN/T-413/2012 issued on 07TH JUNE 2012


Please find enclosed the tender document in respect of above mentioned
tender Enquiry which contains 14 Sections in all.

ii

Class 5 NGN tender (Index)


Sl.
No.

BSNL C.O., New Delhi

Section/Annexure

Item

Page
No.

1.

Section-1

Detailed Notice Inviting Tender (DNIT)

2.

Section 2

Tender Information

12

3.

Section 3

Scope of work

13

4.

Section 4 Part A

General Instruction to Bidders

16

5.

Section-4 Part B

Special Instructions to Bidders for

30

E-Tendering
6.

Section 5 Part A

General (Commercial) Conditions of Contract

35

7.

Section-5 Part B

Special Terms and Conditions of the Contract

46

8.

Annexure-1 Functional and Detail Technical Requirements (DTR):


Package I: NGN Core IMS based Architecture

98

9.

Annexure-2 Functional and Technical Requirements (DTR): Package


II: NGN Access Equipments

152

10.

Annexure 3 Annual Maintenance Contract

176

11.

Appendix-A BSNLs Existing Network

188

12.

Appendix-B Network Diagrams

192

13.

Section 6

Schedule of Requirements (SOR)

14.

Part (A) SOR: Package I: NGN Core based on IMS Architecture

196

15.

Part(B) SOR: Package II: NGN Access Equipment

200

16.

Section-7

List of TEC GRs

17.

Section-8

Undertaking and declaration

234

18.

Part-A Undertaking for understanding the term & Conditions of


the tender and Schedule of Requirements

235

19.

Part- B Near Relative Certificates

237

20.

Section 9

Proforma (s)

21.

Part A

Bid Security Format

238

22.

Part B

Performance Bank Guarantee Format

239

23.

Part C

Letter of Authorisation for attending the Public Online


Tender Opening event (TOE)

241

24.

Part D

Integrity Pact

242
246

25.

Section 10

Bidders profile.

26.

Section 11

Bid Forms/Price Schedules


Part I

Tender Bid Form

247

27.

Part II (A)

Price Schedule for Indigenous Equipment (including partly


imported) and service cost for Package-I: 4 Million Core
Equipment NGN based on IMS Architecture

248

28.

Part II (B)

Price Schedule for Imported Equipment for Package-I: 4


Million Core Equipment NGN based on IMS Architecture

260

iii

Class 5 NGN tender (Index)

BSNL C.O., New Delhi

29.

Part II (C)

Price Schedule for Indigenous Equipment (including partly


imported) and service cost for Package-II: 2.8 Million
Access Equipments

267

30.

Part II (D)

Price Schedule for Imported Equipment


2.8 Million Access Equipment

277

for Package-II:

31.

Section 12

List of Documents to be submitted as a part of the Bid

283

32.

Section 13

Draft Agreement with reference to Security Requirements

287

33.

Section 14

Formats for Agreements/Certificates

313

Note: All Amendments, Corrigendums and Clarifications issued in respect of this


tender is added and highlighted in blue colour. Amendments & Corrigendums are
inserted after respective clauses. The Clarification in respect of clauses of section are
inserted at end of respective section. The Clarifications of general natures are
inserted at the end of tender document.
S.No.

Name

Descriptions

Amendments

Corrigendums

Clarifications

Amendments in respect of clauses of IMS-based NGN Class


5 Tender, inserted at end of respective clauses
andamended SOR is inserted at the end of section-6.
Corrigendums in respect of clauses of IMS-based NGN
Class 5 Tender, inserted at end of respective Clauses.
The Clarification in respect of clauses of section are
inserted after end ofrespective section. the Clarifications of
general natures are inserted at the end of tender document

If interested, kindly submit your offers by means of online bids only through
Electronic Tendering at the portal detailed in Special Instructions to Bidders for ETendering before 11:30 hours of 20-07-2012.

AGM (MMY)
Phone Number - (Off) 011-2371 7844
FAX 011-2371 0198
E-Mail: akverma@bsnl.co.in
-------------------------------------------------------------------------------------------------------------------Regd. Off.: BSNL,Bharat Sanchar Bhawan, Janpath,New Delhi -110 001. Web: www.bsnl.co.in

iv

Class 5 NGN tender (Section-1)

BSNL C.O., New Delhi

SECTION-1
DETAILED NOTICE INVITING TENDER
On behalf of Chairman and Managing Director, Bharat Sanchar Nigam Limited, digitally
sealed online tenders, on rupee payment basis, are invited in Single Stage Bidding and two
stage Opening using two Electronic Envelops (Techno-commercial bid & Financial bid)
under two separate Packages namely Package I and Package II from the experienced &
eligible bidders for Planning, Engineering, Supply, Installation, Testing & Commissioning and
Annual Maintenance of NGN equipment.
Package No.
Package-I

Package-II

Details

Quantity(with EMD(Bid
unit)
security)
Subscriber base - consisting of Core 4.0
Million INR
4
Equipment NGN based on IP Multimedia Subscriber
Crores(
Sub-system (IMS) {IMS based (Call base
INR Four
servers
&
Database),
Gateway
Crores
Controllers, Enum Server, SIP Application
only)
Servers (SAS), Session Border Controllers
(SBCS), Media server, etc, LAN Switches,
NMS&eMS} and Pre-paid System & Multimedia Video Conferencing including, Wide
Area Centrex
NGN
Access
Equipments
{Media 2.8 Million
INR
5
Gateways/ Line Media Gateways (LMGs)
Ports
Crores(
and associated cables, DDF/MDF etc and,
INR Five
eMS}
Crores
only)

Note: Separate Bid security is required to be submitted for Package-I and Package-II. If the
bidder is participating in both the Packages then also Bid Security is to be
submitted for separately for Package-I and Package-II. Click here for Clarifications
regarding this section
2.

Sale of Tender Document:

2.1

As this Tender Document shall be following the e-Tendering Process, the Bidders
may download the Detailed NIT alongwith Performa for Non Disclosure Agreement
(NDA) from the BSNL Web site http:// bsnl.co.in following the Link E-tenders
from 14.06.2011 (1800 Hrs) onwards.

2.2

Tender Document shall be available for downloading only after


(i)

payment of INR 1,00,000/-(INR One Lakh Only), which shall be nonrefundable in the form of crossed demand draft, drawn on any scheduled
bank in favour of Accounts Officer (Cash), O/o BSNL Corporate Office, New
Delhi;and

(ii)

submission of Non Disclosure Agreement (NDA) duly signed by the Bidder to


AGM(MMY), 2nd Floor, Bharat Sanchar Bhawan, Janpath, New Delhi-1.

Bidder is required to register compulsorily and complete all the required formalities
on the E-tender portal https://www.tcil-india-electronictender.com . Thereafter, upon
payment of INR 1,00,000/- towards tender document fee and submission of the NDA
to AGM(MMY), 2nd Floor, Bharat Sanchar Bhawan, Janpath, New Delhi-1, the

Class 5 NGN tender (Section-1)

BSNL C.O., New Delhi

prospective Bidder will be authorized by MM cell, BSNL Corporate Office, New Delhi,
to access/download the tender document from the E-tendering portal only.
2.3

Submission of Integrity Pact signed by Purchaser and Bidder is mandatory.

3.0

e-Tendering Process
BSNL has decided to use the e-Tendering Process for inviting Bids for this Tender
and thus the physical copy of the Tender would not be sold. The special instructions
to Bidders for e-Tendering is provided in Section 4-Part B of this Tender.

4.
4.1.

Eligibility Criteria
Bidder is at liberty to participate in either of Package-I: NGN Core Equipments
or Package-II: NGN Access Equipments or both the Packages I & II.

4.2.

Package I: NGN Core-Equipments

4.2.1

In order to qualify as a Bidder, a prospective Bidder shall fulfill the following eligibility
criteria:

(i)

The Bidder Company shall be registered & incorporated in India under the
Companies Act, 1956.

(ii)

The Bidder shall be a company having a minimum turnover of INR 1000 crore each
year during the last two years (i.e. 2009-10 and 2010-11). In case of an Indian
subsidiary, the turnover of the Parent Company or Parent/ Holding Company of the
Parent Company shall also be taken into consideration for determining the fulfillment
of this condition.

(iii)

The Bidder or its Parent Company or Parent/ Holding Company of the Parent
Company shall be Original Equipment Manufacturer (OEM) of IMS ( Call Servers &
Database and HSS) or Original Software Solution Provider (OSP) of IMS ( Call
Servers & Database and HSS) of Next Generation Network (NGN) Equipment.
(Please refer Clarification Document also)

(iv)

Bidder or its Parent Company or Parent/ Holding Company of the Parent Company
shall have the experience of Supply & deployment of Class5 NGN systems in
minimum 2 countries comprising IMS {Call Servers & Database/ HSS} with total
capacity of at least 2 Million subscriber base. Out of these NGN systems, at least one
Class 5 NGN network shall have the capacity of minimum 5,00,000 subscribers.

(v)

The bidder or its Parent Company or Parent/ Holding Company of the Parent
Company shall be ISO 9001:2000/2008 certified company.

(vi)

The Bidder firm shall not be a Licensed Telecom Service Provider to provide Basic
Services/ Cellular Telephony Services/ Internet Services/ UASL/ NLD/ ILD Services
anywhere in India. Self Certificate by the bidder shall be submitted.

(vii) The Bidder firm shall not have controlling equity stake or vice versa, in and of any
Basic Services/ Cellular Telephony Services/ Internet Services/ UASL/ NLD/ILD
Services operating companies in India. Self Certificate by the bidder shall be
submitted.

Class 5 NGN tender (Section-1)

BSNL C.O., New Delhi

(viii) Bidders are required to submit Client certificates/documentary proof for meeting the
eligibility conditions.
(ix)

The Bidder shall submit references of experiences as referred to above item {clause
4.2.1 (iv)} in the form of an original certificate from the relevant network
operator/Telecom Service Provider (TSP) signed by the official of the company
(including name, designation, telephone number, fax numbers and e-mail id of the
signatory and that of the network operator/TSP) of all such existing networks in
operation in which Bidders/OEMs such equipment is deployed. References shall be
considered valid provided that the networks mentioned thereof exist and are in
operation. References shall also mention performance of network equipment
supplied and installed. BSNL reserves the right to verify such references by visiting
directly or through Indian consulate or through any other means for which necessary
arrangements are to be made by the Bidder. However, the cost of travel
allowance/dearness allowance of BSNL officers/executives shall be borne by BSNL.
Only certificates issued by the relevant network operator in the manner prescribed in
this clause 4.2.1 (ix) shall be considered valid and no self certification from either the
Bidder or their collaborators shall be accepted. (Please refer Clarification Document
also)

(x)

Only one bid from one OEM/OSP of NGN Core Equipments based on IP Multimedia
Subsystem (IMS) ( Call Servers & Database and HSS) shall be submitted. It will be
the responsibility of the bidder to ensure this. In case of multiple bids from same
OEM/OSP of NGN Core Equipments (IMS Call Servers & Database and HSS)
directly and/or through Indian subsidiary, all such bids shall be summarily rejected.

4.2.2. All documents submitted in the Bid shall be in English. In case the certificate viz
experience, registration etc. is issued in any other language other than English, the
Bidder shall attach an English translation of the same duly attested by the Bidder &
the translator to be true copy in addition to the relevant certificate. All documents
should be duly attested/ signed by the Bidder.

4.3.

Package II: Access-Equipment (Media Gateways/LMGs & associated items)

4.3.1. In order to qualify as a Bidder, a prospective Bidder shall fulfill the following eligibility
criteria:
(i)

The Bidder Company shall be registered & incorporated in India under the
Companies Act, 1956.

(ii)

The Bidder shall be a company having a minimum turnover of INR 1000 crores each
year during the last two years (i.e. 2009-10 and 2010-11). In case of an Indian
subsidiary, the turnover of the Parent Company or Parent/ Holding Company of the
Parent Company shall also be taken into consideration for determining the fulfillment
of this condition.

(iii)

The Bidder or its Parent Company or Parent/ Holding Company of the Parent
Company shall be Original Equipment Manufacturer of Line Media Gateway (LMGs)
Access Equipments of Next Generation Network (NGN) Equipments.

Class 5 NGN tender (Section-1)

BSNL C.O., New Delhi

(iv)

Bidder or its Parent Company or Parent/ Holding Company of the Parent Company
shall have the experience of supply & deployment of Line Media Gateway (LMGs) of
Next Generation Network (NGN) Equipments and eMS in minimum 2 countries with
total capacity of at least 5,00,000 subscribers/ports/lines..

(v)

In case the bidder is not meeting the eligibility as per para (ii), (iii) & (iv) above, then
bid can be submitted through a legally bound consortium ( as per the format in
Annexure-1 of Section 14 of tender document) with the OEM firm meeting eligibility
criteria (ii), (iii) & (iv) above. However in such case bidder shall be having a minimum
turnover of INR 300 crores each year during the last two years (i.e. 2009-10 and
2010-11) and shall have an experience in installation and commissioning of
IT/Networking/Telecom related projects of a cumulative total of minimum of INR 100
Crore (Turnkey Project Cost) during last three financial years (2008-09,2009-10
&2010-11). (Please refer Clarification Document also)

(vi)

In case a bid is submitted by bidder in consortium with the OEM of Access


equipments(LMGs), the bidder and the OEM of NGN Access equipments i.e.
Consortium partner shall be jointly and severally responsible for due performance of
the contract including continued post execution maintenance/AMCs. Both, the bidder
as well as OEM of NGN Access equipments i.e. Consortium partner shall have to
furnish separate Performance Bank Guarantees (PBGs), each for an amount equal to
5% of the value of Purchase Order. Similarly both the bidder and the OEM of NGN
Access equipments shall be jointly and severally remain responsible for nonperformance inter-alia any other act that may lead to barring of business dealing with
the bidders or banning of business.

(vii) The bidder; or the OEM of NGN Access equipments (Consortium partner) or, its
Parent Company or Parent/ Holding Company of the Parent Company shall be ISO
9001:2000/2008 certified company.
(viii) Only one bid from one OEM/OSP of NGN Access Equipments (LMGs) shall be
submitted. It will be the responsibility of the bidder to ensure this. In case of multiple
bids from same OEM/OSP of NGN Access Equipments (LMGs) directly and/or
through Indian subsidiary or as consortium partner shall be summarily rejected.
(ix)

The Bidder firm shall not be a Licensed Telecom Service Provider to provide Basic
Services/ Cellular Telephony Services/ Internet Services/ UASL/ NLD/ ILD Services
anywhere in India. Self Certificate by the bidder shall be submitted.

(x)

The Bidder firm shall not have controlling equity stake or vice versa, in and of any
Basic Services/ Cellular Telephony Services/ Internet Services/ UASL/ NLD/ILD
Services operating companies in India. Self Certificate by the bidder shall be
submitted.

(xi)

Consortium Partner Company shall also meet the conditions as per para (ix) and (x).
Self certificate shall be submitted by the Consortium partner.

(xii) Bidders are required to submit Client certificates/documentary proof for eligibility

Class 5 NGN tender (Section-1)

BSNL C.O., New Delhi

conditions.
(xiii) The Bidder shall submit references of experiences as referred to above clause {4.3.1
(iv)} in the form of an original certificate from the relevant network operator/Telecom
Service Provider (TSP) signed by the official of the relevant network operator
(including name, designation, telephone number, fax numbers and e-mail id of the
signatory and that of the network operator) of all such existing networks in operation
in which Bidders/OEMs such equipment is deployed.
References shall be
considered valid provided that the networks mentioned thereof exist and are in
operation. References shall also mention performance of network equipment
supplied and installed. BSNL reserves the right to verify such references by visiting
directly or through Indian consulate or through any other means for which necessary
arrangements are to be made by the Bidder. However, the cost of travel
allowance/dearness allowance of BSNL officers/executives shall be borne by BSNL.
Only certificates issued by the relevant network operator in the manner prescribed in
this Clause {4.3.1 (xiii)} shall be considered valid and no self certification from either
the Bidder or their consortium partner shall be accepted. (Please refer Clarification
Document also)
4.3.2. All documents submitted in the Bid shall be in English. In case the certificate viz
experience, registration etc. is issued in any other language other than English, the
Bidder shall attach an English translation of the same duly attested by the Bidder &
the translator to be true copy in addition to the relevant certificate. All documents
should be duly attested/ signed by the Bidder.
4.3.3. The Bidder shall submit an irrevocable undertaking duly signed by it and its
consortium partners (if applicable) stating that both of them i.e. the Bidder and its
consortium partners shall be liable for due performance of the Contract jointly and
severally, failing which both of them shall be liable to be barred from having any
business dealing with BSNL for a period of three years. (Please refer Clarification
Document also)
5.

Responsibility and Bid Submission methodology for Package I and or Package II:

5.1.

The bidder shall be responsible for the turnkey implementation of the project, which
includes the Supply, Installation, Testing, System Integration, Commissioning and
Annual Maintenance of the complete equipments and solutions for the project.
The bidder shall also be responsible for the warranty and post warranty obligations
including Operation and Maintenance of network solution provided by them.

5.2.

Bidder participating in both the Package-I and Package-II need to submit


separate Techno-commercial bid for the Package - I and Package - II. Similarly,
separate financial bid shall be required to be submitted for Package - I and
Package - II of the tender. Both the financial bid shall be evaluated
independently for deciding the ranking of the bidders. (Please refer Clarification
Document also)

5.3.

BSNL shall open and evaluate the financial bid of technically and commercially
responsive bidders for Package I and/or Package II and prepare a list of such
bidders arranged in increasing order of their evaluated package prices starting from
the lowest (i.e. L1, L2, L3 and so on), for the purpose of ordering against this tender.

Class 5 NGN tender (Section-1)

BSNL C.O., New Delhi

5.4.

In case of Package - I, the bidder i.e. OEM of NGN Core Equipment (IMS) shall
establish Technical Support Centers in India for providing necessary AMC support
during lifetime of the equipment. In case of Package - II, the OEM of NGN Access
Equipment (LMGs) shall establish Technical Support Centers in India for providing
necessary AMC support during lifetime of the equipment. Remote access from a
facility outside India shall not be entertained. The operation and maintenance of
network should be entirely by Indian Engineer; and dependence on foreign engineer
shall be minimal or almost nil. (Please refer Clarification Document also)

5.5.

Security guidelines issued by Department of Telecom (DoT) from time to time shall
be adhered to.

5.6

The bidder shall have agreement/ MOU with the OEMs/ OSPs of other equipment(s)
of which the bidder is not the OEM/ OSP for providing total support and
customization as per BSNL tender requirements stating that full support shall be
extended by OEM/ OSP for product(s)/ solution(s) on the platform proposed by the
bidder for the period covering installation, testing, commissioning, warranty and
AMC. The MOU/Agreement shall remain in force during entire period of contract
including Warranty and AMC. In case the MOU contains any clause in contradiction
to terms and conditions of the tender, then BSNL shall have the right to get such
conditions withdrawn/modified. The legal agreement/ MOU should be submitted
along with the techno commercial Bid. (Please refer Clarification Document also)

6.

Bid Security:

6.1

Bank Guarantee from a scheduled bank drawn in favour of DGM (MMT), BSNL C.O.
Delhi which should be valid for 180 days from the Bid Opening Date.

6.2

Separate Bid security is required to be submitted for Package-I and Package-II. If


the bidder is participating in both the Packages then also separate Bid Security
is to be submitted for Package-I and Package-II.

6.2.1. Bid security in the form of bank guarantee is INR 4 Crore- (INR Four Crore only) for
Package-I.
6.2.2. Bid security in the form of bank guarantee is INR 5 Crore- (INR Five Crore only) for
Package-II.

7.

Last Date, Time of Submission of Bid and Pre-bid Conference:

7.1

The date and time for submission of the Bid is 20.07.2012 (11:30 Hrs) (Bid Closing
Date)

7.2

In case the Bid Closing Date is declared to be a holiday, the Bid Closing Date will
automatically get shifted to next working day at the same scheduled time. Any
change in Bid Opening Date due to any other unavoidable reason will be intimated to
all the Bidders separately.
Pre-bid Conference: A pre-bid bidders conference shall be conducted on
22.06.2012 from 14.30 Hrs at Conference Room, Bharat Sanchar Bhawan,
H.C.Mathur Lane, Janpath, New Delhi for those bidders who purchase tender
document.

7.3

8.

Bid Opening Date :


The date and time for the opening of the Bids shall be 20.07.2012 at 12:00 Hrs (Bid
Opening Date)

9.

Place of opening of Bids:

Class 5 NGN tender (Section-1)

BSNL C.O., New Delhi

9.1

BSNL has adopted e-tendering Process which offers a unique facility for Public
Online Tender Opening Event . BSNLs tender opening officers as well as authorized
representatives of Bidders can access the the Tender Opening Event (TOE) online.
Please refer to clause 8 of Section 4 Part B for further instructions.

9.2

However, if necessary, the authorized representatives of Bidders can attend the


TOE physically at the Meeting Room, 2nd Floor,
Bharat Sanchar Bhawan,
Janpath, New Delhi, where BSNLs tender opening officers shall be conducting the
TOE.

10.

Non-acceptance of Bids
Except, as otherwise provided in the Tender, Bids received after the Bid Closing Date
& time will not be accepted by e-tender system.

11.

Rejection of Bids

11.1.

Incomplete, ambiguous, conditional, unsealed Bids are liable to be rejected.

11.2.

CMD, BSNL reserves the right to accept or reject any or all Bids without assigning
any reason and is not bound to accept the lowest tender.

12.

Submission of signed Tender

12.1.

The Bidder shall furnish a declaration under his digital signature that no addition /
deletion / corrections have been made in the Tender being submitted as a part of
submission of Bid and it is identical to the Tender appearing on the e-Tendering
Portal.

12.2.

In case of any correction/ addition/ alteration/ omission in the Tender submitted as a


part of the submission of Bid, the Bid shall be treated as non-responsive and shall be
rejected summarily.

13.

Award of Work

13.1

The quantity to be procured through this tender shall be distributed zone wise among
two successful bidders L-1 and L-2. The quantity for the circles in East & South zone
will be procured from L-1 bidder and quantity for circles in North Zone & West Zone
will be procured from L-2 bidderas per the total evaluated package price of the L1.

13.2

NMS, Pre-paid solution and Multimedia Video conferencing and Wide Area Centrex
to be procured for all the 4 zones from the L1 bidder of Package I: Core Equipment
NGN.

13.3

The implementation of NGN project shall be done in two phases with defined mile
stones. Accordingly, the NGN equipments shall be procured in two Phases i.e
Phase-I Purchase order and Phase-II Purchase order. However, BSNL shall place
only one APO covering both the Phases.

13.3.1 In phase-I order, for Package-I i.e. NGN Core based on IMS, the capacity to be
procured shall be of 1 Million subscriber base and remaining capacity of 3 Million
subscriber base shall be procured through phase-II order.
13.3.2 In Phase-I order, for package-II i.e. NGN Access equipment capacity to be procured
shall be of 0.7 Million (i.e. 700K) ports/lines and remaining capacity of 2.1 Million (i.e.
2100K) ports/lines shall be procured through phase-II order.
Click Here for clarifications in respect of Clause No. 1, 4.2.1(iii), 4.2.1(ix), 4.3.1(v),
4.3.1(xiii), 5.4, 4.3.3, 5.2 & 5.6.

10

Class 5 NGN tender (Section-1)

BSNL C.O., New Delhi

PAGE LEFT BLANK

11

Class 5 NGN tender (Section-2)

BSNL C.O., New Delhi

Section- 2
Tender Information
1.

Type of tender:
The Tender is in the form of single stage bidding. There shall be two stages of
opening using two Electronic envelopes system.
[Note: The Bids will be evaluated techno-commercially first and the financial Bids of
only those Bidders whose techno-commercial Bids are substantively responsive,
shall be opened].

2.

Period of Validity of Bids

2.1

Bids shall remain valid for 150 days from the Bid Opening Date prescribed by the
Purchaser pursuant to Clause 13 of Section 4 Part A. Any Bid valid for a shorter
period shall be rejected by the Purchaser as non-responsive.

2.2

In exceptional circumstances, the Purchaser may request the consent of the Bidder
for an extension to the Bid Validity Period. The request and the response thereto
shall be made in writing. The Bid Security provided under Clause-12 of Section 4
Part A shall also be suitably extended. It is clarified that a Bidder accepting the
request for extension of Bid Validity Period will not be permitted to modify its Bid.

3.

Documents supporting the Bid

3.1

The tender offer shall contain all the documents in respective electronic Envelopes (1
& 2 to be submitted online only) and physical envelope (3- to be submitted offline
only on or before time/date of tender submission ) as per Section 12 of this tender
document .

3.2

The Bidder shall ensure that all the documents, as provided at Section 12 and also
as specified in various sections of this tender document, are accompanied with the
bid.

4.

The tender document is organized in 14 sections. Format of Draft agreements with


reference to security requirements is given in Section 13 and other Draft formats for
agreement/certificates are given in Section 14.

Class 5 NGN tender (Section-3)

BSNL C.O., New Delhi

SECTION- 3
SCOPE OF WORK
1. The scope of work to be performed is Planning, design, engineering, supply,
installation, testing, commissioning and annual maintenance for Package-I: 4 Million
Subscriber base- NGN Core Equipments and Package-II: 2.8 Million Ports - Access
Equipments of Next Generation Network and the associated infrastructure items for
the BSNL Network on turnkey basis.
2. Wherever new elements are being inducted in the network to integrate with the
existing networks/ equipments with all the network elements being inducted in the
network and to ensure smooth interworking is the responsibility of the Successful
Bidder.
3. While planning the supply and subsequent rollout of the network, the existing network
elements of various technologies present in the BSNL networks for which Bidder
shall have to confirm the compliance to IOT (Inter Operatibility Tests) requirement,
should be taken into account for seamless inter-working of the Equipment procured
against this tender with the existing equipments/ Networks. (Please refer Clarification
Document also)
4. The requirement of hardware and software solutions mentioned in PartB of section
5 of the bid document gives only the minimum requirement as a mandatory
requirement. It shall be the Bidders responsibility to ensure that any additional
equipments/ functional modules, including hardware, software and licenses etc.
required for satisfactory performance of the NGN services as mentioned in Part B of
section 5 of this document and for the specified customer base including class 4
operation and FMC, shall also be supplied. In case during the execution of the
project or thereafter during Warranty/AMC it is found that additional equipment
(Hardware / Software/ Licenses) is required while the same is not quoted by the
bidder, the same shall be supplied by the bidder at no extra cost to the BSNL.
5. The detail functional and Technical requirement has been defined in Annexure-1 and
Annexure-2 of Section-5 Part-B for Package-I and Package-II respectively.
6. All Equipments, Elements, Hardware, Software supplied through this tender shall be
IPV6 compliant and need to be implemented/ validated with IPv6 addressing scheme
in addition to IPv4 addressing scheme. (Please refer Clarification Document also)
7. NGN network equipment planed under this project shall be integrated by the
successful bidders with the different network of BSNL namely existing PSTN
Network,CDOT- MAX NGN, IN, SSTP, 2G/3G GSM, CDMA, IP/MPLS NIB network,
Aggregation Network, OSS/BS of wireline (i.e CDR Project), OSS/BSS of Broadband
(i.e. Project-3), Existing IPTAX, IPTV etc. The integration required is given at Part B
of Section 5. (Please refer Clarification Document also)
8. The objective of the Next Generation Network is briefly given as belowa. To provide Next Generation multi-media services as well as migration of
existing PSTN customers progressively to Next Generation Network(NGN).
(Please refer Clarification Document also)
b. To provide legacy services presently being provided through PSTN Network
namely POTS, Fax, ISDN services, IN Services

Class 5 NGN tender (Section-3)

BSNL C.O., New Delhi

c. To migrate existing PSTN/ISDN (Circuit Switched) customers to NGN


(Providing Basic telephony & Supplementary services using IP to these
migrated POTS customers through the application layer).
d. To provide Voice and other Multimedia services to the POTS/Broadband
customers (through LMG, DSLAM, and FTTH) on IP.
e. Interwork with existing legacy systems like IN and MRBT etc. to extend these
services to NGN domain customers as well.
9. Services for NGN Subscribers
The detailed technical requirement of various NGN services is given in Part-B
Section 5. Some of the application services which are to be provided in across zones
including prepaid services are given as below9.1

9.2

9.3

Wide Area IP Centrex


9.1.1

IP Centrex allows small and medium size enterprises to deploy PABX/ CUG
service without really installing system physically in their premises.

9.1.2

IP Centrex service shall be available across the country and seamlessly


available among different NGN Cores (i.e. may be of Softswitch based or IMS
based core of different vendors). Basically, IP Centrex shall have no limitation
of Zone or same NGN core (i.e. NGN Core from same OEMs). (Please refer
Clarification Document also)

Multi Media Video Conferencing


9.2.1

Multimedia services for SIP subscribers to be provided by Call Server or


external application server based on SIP. The system shall support
multimedia communications between SIP based and soft terminals via SBC
to provide multimedia service.

9.2.2

Multimedia video conferencing service shall be available across the country


and seamlessly available among different NGN Cores (i.e. may be of
Softswitch based or IMS based core) which means Multimedia
videoconferencing shall have no limitation of Zone or same NGN core (i.e.
NGN Cores from same OEMs).

Prepaid Services9.3.1

The Prepaid solution shall be provided with all functionalities to provide voice,
video and data pre-paid services including roaming. The Prepaid system shall
inter-work with different network elements from multiple vendors without any
limitations.

9.3.2

Prepaid system shall be Web Based, Voucher Based and Credit-Card Based.
Pre-paid shall support Time based and Volume Based On Line billing.

9.3.3

The prepaid system shall support online charging of all Services such as
Voice, Data , Video Call, Video Conference etc. based on QoS for the
subscriber.

9.3.4

The Voucher Management System shall also be provided along with the
prepaid system.

Class 5 NGN tender (Section-3)


9.3.5

9.4

BSNL C.O., New Delhi

Pre-paid services shall be available across the country and seamlessly


available among different NGN Cores (i.e. IMS based coreorIMS compliant
Softswitch of CDoT technology) to the subscriber connected to NGN access
equipment, which means Pre-paid solution shall have no limitation of Zone or
same NGN core (i.e. NGN Cores from same OEMs).

Fixed Mobile Convergence (FMC):

9.4.1 BSNL shall able to offer Fixed Mobile convergence (FMC) services by using the
IMS core along with the Access network and already deployed Mobile network.

9.4.2 BSNL shall able to offer FMC services between mobile (GSM network) and Fixed
(landline) network using CS to CS, CS to PS, PS to PS and PS to CSwith different
public identity(number) in Fixed and mobile domain as well with one number.

Click Here for clarifications in respect of Clause No. 3, 6, 7, 8(a), and 9.1.2,

Class 5NGN tender (Section-4 Part A)

NWP-CFA, BSNL C.O.,

New Delhi

SECTION-4 Part A
GENERAL INSTRUCTIONS TO BIDDERS
A.

INTRODUCTION

1.

DEFINITIONS:

(a)

The Purchaser means the CMD, Bharat Sanchar Nigam Ltd. (BSNL), New Delhi

(b)

The Bidder means the individual or firm who participates in this tender and
submits its bid.

(c)

The Supplier means the individual or firm supplying the goods under the contract.

(d)

The Goods means all the equipment, machinery, and/or other materials which the
Supplier is required to supply to the Purchaser under the contract.

(e)

The Advance Purchase Order means the intention of Purchaser to place the
Purchase Order on the bidder.

(f)

The Purchase Order means the order placed by the Purchaser on the Supplier
signed by the Purchaser including all attachments and appendices thereto and all
documents incorporated by reference therein. The purchase order shall be deemed
as Contract appearing in the document.

(g)

The Contract Price means the price payable to the Supplier under the purchase
order for the full and proper performance of its contractual obligations.

(h)

Validation is a process of testing the equipment as per the Generic Requirements


in the specifications for use in BSNL network. Validation is carried out in simulated
field environment and includes stability, reliability and environmental tests.

(i)

Telecom Service Provider means any Telecom operator in India, who is licensed
by the Department of Telecommunications ( DOT ), Government of India to provide
telecom services to the general public or to the other DOT licensed Telecom
operators.
Telecom Service Provider also refers to any Telecom operator in other countries
providing telecom services to general public of that country or to other telecom
operators of the same country.

2.0

ELIGIBILITY CRITERIA: Refer to Clause 4 of Detailed NIT (Section 1)

3.0

COST OF BIDDING
The bidder shall bear all costs associated with the preparation and submission of
the bid. The Purchaser will, in no case, be responsible or liable for these costs,
regardless of the conduct or outcome of the biding process.

Class 5NGN tender (Section-4 Part A)


B.

THE BID DOCUMENTS

4.0

DOCUMENTS REQUIRED

NWP-CFA, BSNL C.O.,

New Delhi

4.1

The goods required to be supplied; bidding procedures and contract terms and
conditions are prescribed in the Bid Documents. The contents of the Bid documents
are specified in the covering letter.

4.2

The Bidder is expected to examine all instructions, forms, terms and specifications in
the Bid Documents. Failure to furnish all information required as per the Bid
Documents or submission of the bids not substantially responsive to the Bid
Documents in every respect will be at the bidders risk and may result in
rejection of the bid.

5.0

CLARIFICATION OF BID DOCUMENTS

5.1

A prospective bidder, requiring any clarification on the Bid Documents shall notify the
Purchaser in writing or by FAX or by Email to the Purchasers mailing address
indicated in the invitation of Bid. The Purchaser shall respond in writing to any
request for the clarification of the Bid Documents, which it receives not later than
26/06/2012 i.e 24 days prior to the date of opening of the Tenders. This date will
prevail over any other date appearing on the e-tender portal for receipt of
queries. Copies of the query (without identifying the source) and clarifications by the
Purchaser shall be uploaded on ETS portal, as addenda, for all the prospective
bidders who have downloaded the official copy of tender documents from ETS portal.

5.2

Any clarification issued by BSNL in response to query raised by prospective bidders


shall form an integral part of bid documents and it shall amount to an amendment of
relevant clauses of the bid documents.

5.3

The format in which the clarifications are to be sent via E-mail and FAX is under:
S. No.

Section

Clause

Brief Description Ref Page Comments


of the clause
No in Bid
of Bidder

6.0

AMENDMENT OF BID DOCUMENTS

6.1

At any time, prior to the date of submission of Bids, the Purchaser may, for any
reason, whether at its own initiative or in response to a clarification requested by a
prospective bidder, modify bid documents by amendments.

6.2

The amendments shall be notified in writing through E-tender portal to all prospective
bidders on the address intimated at the time of purchase of the bid document from
the purchaser and these amendments will be binding on them.

6.3

In order to afford prospective bidders a reasonable time (min 7 days) to take the
amendment into account in preparing their bids, the purchaser may, at its discretion,
extend the deadline for the submission of bids suitably.

C.

PREPARATION OF BIDS

7.

DOCUMENTS COMPRISING THE BID


The bid prepared by the bidder shall comprise of the documents specified in clause 3
of tender information (Section 2)

Class 5NGN tender (Section-4 Part A)

NWP-CFA, BSNL C.O.,

New Delhi

8.

BID FORM
The bidder shall complete the bid form and appropriate Price schedule furnished in
the Bid documents, indicating the goods to be supplied, brief description of the
goods, quantity and prices as per section 11.

9.
9.1

BID PRICES
The bidder shall give the total composite price inclusive of all Levies & Taxes i.e.
Sales Tax & Excise, packing, forwarding, freight and insurance etc. but excluding
Octroi /Entry Tax which will be paid extra as per actual, wherever applicable. The
basic unit price and all other components of the price need to be individually
indicated against the goods it proposes to supply under the contract as per the price
schedule given in Section 11. Prices of incidental services should also be quoted.
The offer shall be firm in Indian Rupees. No Foreign exchange will be made available
by the purchaser.

9.2

Prices indicated in the Price Schedule shall be entered in the following manner:
(i) The Basic Unit price (Ex-Factory Price) of the goods, Excise duty, Sales Tax,
Freight, Forwarding, Packing, Insurance and any other Levies/Charges already
paid or payable by the supplier shall be quoted separately item wise.
(ii)

The supplier shall quote as per price schedule given in section 11 for all the items
given in schedule of requirement.

9.3

A bid submitted with an adjustable price quotation will be treated as non - responsive
and rejected.

9.4

The prices quoted by the bidder shall be in sufficient detail to enable the Purchaser to
arrive at the price of equipment/system offered.

9.5

DISCOUNT, if any, offered by the bidders shall not be considered unless specifically
indicated in the price schedule. Bidders desiring to offer discount shall therefore
modify their offers suitably while quoting and shall quote clearly net price taking all
such factors like Discount, free supply, etc, into account.

9.6

The price approved by BSNL for procurement will be inclusive of Levies and Taxes,
packing, forwarding, freight and insurance as mentioned in Clause 9.1 subject to
other terms and condition as stipulated in Clause 22.2 of Section 4 Part A.

9.7

The freight by sea for transportation of equipment/Stores from the nearest port in the
main land to Andaman & Nicobar Islands will be reimbursed to the supplier at the
concessional rates levied by Ministry of Water and Surface Transport on production
of proof.

10.

DOCUMENTS ESTABLISHING BIDDERS ELIGIBILITY AND QUALIFICATION

10.1

The bidder shall furnish, as part of the bid documents establishing the bidders
eligibility, the following documents or whichever is required as per terms and
conditions of Bid Documents.
(i)

Certificate of incorporation.

(ii)

Article or Memorandum of Association


proprietorship deed as the case may be.

or

partnership

deed

or

10

Class 5NGN tender (Section-4 Part A)

10.2

NWP-CFA, BSNL C.O.,

New Delhi

(iii)

Registration certificate from Ste Director of Industries or from Secretariat for


Industrial Approval (SIA), Ministry of Industries, Government of India. (Please
refer Clarification Doducment also)

(iv)

Approval from
Collaboration.

(v)

Latest and valid NSIC Certificate duly certified by NSIC, if applicable.

(vi)

Type Approval Certificate (TAC) issued by Telecom Engineering Centre/ TSEC


issued by QA circle or proof of having applied for TEC/TSEC (Copy of Form
B/QF-103 be attached. (If applicable) (Please refer Clarification Document
also)

Reserve

Bank

of

India

/SIA

(QA)

in

case

for

of

foreign

(vii)

Inspection Certificate issued by BSNL


Educational/Commercial Order. (If applicable)

execution

of

(viii)

Undertaking duly signed by front bidder and its technology/consortium partner


stating that both of them shall be liable for due performance of the contract
jointly and severally, if applicable.

(i)

The bidder shall furnish Annual Report and /or a certificate from its bankers as
evidence that he has financial capability to perform the contract. (Please refer
Clarification Document also)

(ii)

The bidder shall furnish documentary evidence about technical and production
capability necessary to perform the contract.

10.3

In order to enable the Purchaser to assess the provenness of the system offered, the
bidder shall provide documentary evidence regarding the system being offered by
him.

10.4

The offered product has to be type approved. For this purpose, the supplier shall
submit a sample type for evaluation. The sample would be evaluated for its ability to
meet the technical specifications, manufacturability, reliability, testability, ease of
installation, maintainability etc. Necessary documents to substantiate these attributes
will have to be submitted at the time of application for approval by the supplier for
obtaining type approval. (Plese refer Clarification Document also)
OR
In case goods offered have already been type approved/ validated by the Purchaser,
documentary evidence to this effect shall be submitted by the bidder.

10.5

A signed undertaking from Authorized Signatory of the bidder that shall certify
that all the components/parts/assembly/software used in the Desktops and Servers
like Hard disk, Monitors, Memory etc. shall be original, new components/parts/
assembly/ software and that no refurbished/duplicate/ second hand components/
parts/assembly/software are being used or shall be used.

10.6

For supply of any software i.e. operating system or any applications software the
bidder should have a Certificate Of Authenticity (COA), signed by Authorized
Signatory stating that all Software supplied are authentic and legal copy is/are being
supplied.

11

Class 5NGN tender (Section-4 Part A)

NWP-CFA, BSNL C.O.,

New Delhi

11.

DOCUMENTS ESTABLISHING GOODS CONFORMITY TO BID DOCUMENTS

11.1

Pursuant to clause 7, the bidder shall furnish, as part of his bid, documents
establishing the conformity of his bid to the Bid Documents of all goods and services
which he proposes to supply under the contract.

11.2

The documentary evidences of the goods and services conformity to the Bid
Documents, may be, in the form of literature, drawings, data etc. and the bidder shall
furnish :
(a) a detailed description of goods with essential technical and performance
characteristics;
(b) a list, giving full particulars including available sources and current prices of all
spare parts, special tools, etc., necessary for the proper and continuous
functioning of the goods for a period of three years following commencement of
use of the goods by the purchaser, and
(c)

a clause-by-clause compliance on the purchasers Technical Specifications and


Commercial Conditions demonstrating substantial responsiveness to the
Technical Specifications(Section- 5 Part B) and Commercial Conditions(
Section- 5 Part A). In case of deviations, a statement of the deviations and
exception to the provision of the Technical Specifications and Commercial
Conditions shall be given by the bidder. A bid without clause-by-clause
compliance of the Technical Specifications (Section 5 Part B), Commercial
Conditions (Section 5 Part A) and Special Conditions (Section 5 Part B) shall
not be considered. (Please refer Clarification Document also)

11.3

For the purpose of compliance to be furnished pursuant to the clause 11.2(c) above,
the bidder shall note that the standards for the workmanship, material and equipment
and reference to the brand names or catalogue number, designated by the
Purchaser in its Technical specifications are intended to be descriptive only and not
restrictive.

12.

BID SECURITY

12.1

(i)

The bidder shall furnish a bid security of amount as specified in detailed NIT
(Section 1). The bidders (small scale units) who are registered with National
Small Scale Industries Corporation UNDER SINGLE POINT REGISTRATION
SCHEME are exempted from payment of bid security up to the amount equal to
their monetary limit. OR Rs. Fifty lakhs whichever is lower:
A proof regarding current registration with NSIC for the tendered items will have
to be attached along with the bid.

The enlistment certificate issued by NSIC will not be permanent and should be
renewed within two years of its presentation.

The unit claiming concession of NSIC is required to submit its monthly turnover
in support of its claim for meeting the delivery schedule.

12.1

(ii)

If a vender registered with NSIC under single point registration scheme


claiming concessional benefits is awarded work by BSNL and subsequently
fails to obey any of the contractual obligation, he will be debarred from any
further work/ contract by BSNL for one year from the date of issue of such
order.

12.2

The bid security is required to protect the purchaser against the risk of bidders
conduct, which would warrant the fore feature of bid security pursuant to para 12.7.

12

Class 5NGN tender (Section-4 Part A)

NWP-CFA, BSNL C.O.,

New Delhi

12.3

The bid security shall be submitted in the form as specified in clause 6 of detailed
NIT (section-1).

12.4

A bid not secured in accordance with Para 12.1 & 12.3 shall be summarily rejected
by the Purchaser being non-responsive at the bid opening stage.

12.5

The bid security of the unsuccessful bidder will be returned/ discharged as promptly
as possible and within 60 days of acceptance of tender but not later than 30 days
after the expiry of the period of the bid validity prescribed by the purchaser pursuant
to clause 13.

12.6

The successful bidders bid security will be discharged upon the bidders acceptance
of the advance purchase order satisfactorily in accordance with clause 27 and
furnishing the performance security.

12.7

The bid security may be forfeited:


(a)
If the bidder withdraws his bid during the period of bid validity specified by the
bidder in the Bid form or
(b)
In the case of successful bidder , if the bidder fails :
(i)
(ii)

to sign the contract in accordance with clause 28 or


to furnish performance security in accordance with clause 27.

(c)

In both the above cases, i.e. 12.7 (a) & (b), the bidder will not be eligible to
participate in the tender for same item for one year from the date of issue of
APO. The bidder will not approach the court against the decision of BSNL in
this regard.

(d)

The front bidder shall submit an irrevocable undertaking duly signed by it and
its technology/consortium partner stating that both of them i.e. the front bidder
and its technology/consortium partner shall be liable for due performance of the
contract jointly and severally, failing which both of them shall be liable to be
barred from having any business dealing with BSNL for a period of 3 years.

13.
13.1

PERIOD OF VALIDITY OF BIDS


Bid shall remain valid for periodspecified in clause 2 of Tender information (Section 2) from the date of opening of bids prescribed by the purchaser. A bid valid for a
shorter period shall be rejected by the purchaser being non-responsive.

13.2

In exceptional circumstances, the purchaser may request the consent of the bidder
for an extension to the period of bid validity. The request and the response thereto
shall be made in writing. The bid security provided under clause 12 shall also be
suitably extended. The bidder may refuse the request without forfeiting his bid
security. A bidder accepting the request and granting extension will not be permitted
to modify his bid.

14.

FORMAT AND SIGNING OF BID

14.1

(i)

The bidder shall submit his bid, online, complying all eligibility conditions, other
terms and conditions of tender document to be read along with the clarifications
and amendments issued in this respect. All the documents must be
authenticated using Digital Signature by the authorized person. Please refer
Section 4 Part B for further instructions.

13

Class 5NGN tender (Section-4 Part A)


(ii)

NWP-CFA, BSNL C.O.,

New Delhi

The copy of quality manual and Article or Memorandum of Association should


be uploaded along with other documents as required.

14.2

The bid shall be digitally signed by the bidder or a person duly authorized to bind the
bidder to the contract. The letter of authorization shall be indicated by written powerof-attorney accompanying the bid.

14.3

The bid shall contain no interlineations, erasures or overwriting except as necessary


to correct errors made by the bidder in which case such corrected documents or
revisions shall be authenticated by the person signing the bid using digital signature.

14.4 (i)

The Power of Attorney should be submitted and executed on the non-judicial


stamp paper of appropriate value as prevailing in the respective states(s) and
the same be attested by a Notary public or registered before Sub-Registrar of
the states(s) concerned.

(ii)

The Power of Attorney be executed by a person who has been authorized by


the Board of Directors of the bidder in this regard, on behalf of the
Company/Institution/Body Corporate.

(iii)

In case of the bidder being a firm, the said Power of Attorney should be
executed by all the partner(s) in favour of the said Attorney.

D.

SUBMISSION OF BIDS

15.

SEALING AND MARKING OF BIDS:

15.1

The bid should be submitted online using Two Envelope methodology. The first
envelope Technical part shall consist the eligibility requirements, Technical
specification and compliance to all terms and condition of the bid document including
clarifications, addendums
The second envelope- Financial part shall contain price schedule i.e. tender/Bid form
only.

15.2 Venue of Tender Opening: Specified in Clause 9 of detail NIT (Section 1)


16.

SUBMISSION OF BIDS

16.1

Bids must be submitted online by the bidders as per instructions in Section 4


Part B not later than the specified date & time indicated in the covering letter.

16.2

The Purchaser may, at its discretion, extend this deadline for the submission of bids
by amending the Bid Documents in accordance with clause 6 in which case all rights
and obligations of the purchaser and bidders previously subject to the deadline will
thereafter be subjected to the deadline as extended.

16.3

The bidder shall submit his bid offer against a set of bid documents purchased by
him for all or some of the systems / equipment / packages as per requirement of the
Bid Documents. He may include alternate offer, if permissible, as per the bid.
However not more than one independent and complete offer shall be permitted from
the bidder.

14

Class 5NGN tender (Section-4 Part A)


17.

NWP-CFA, BSNL C.O.,

New Delhi

LATE BIDS
No bid shall be accepted online by the ElectronicTender System (ETS) after the
specified deadline for submission of bids prescribed by the purchaser pursuant to
clause 16.

18.

MODIFICATION AND WITHDRAWAL OF BIDS

18.1

The bidder may modify, revise or withdraw his bid after submission prior to deadline
prescribed for submission of bid.

18.2

The bidders modification, revision or withdrawal shall have to be online and digitally
authenticated as per clause 15. (Please refer Amendment No. 1 below)
Amendment No. 1
The Clause no. 18.2 of Section 4 Part-A is amended as follows:18.2 The Bidders modification, revision or withdrawal to the Bid shall have to be
made online and digitally authenticated as per Clause 14.2 of Section 4 Part-A.

18.3

Subject to clause 20, no bid shall be allowed for modification subsequent to the
deadline for submission of bids.

E.

BID OPENING AND EVALUATION

19.

OPENING OF BIDS BY PURCHASER

19.1

The purchaser shall open bids online in the presence of bidders or their authorized
representatives who chose to attend, at time specified in Clause 7 of detail
NIT(Section-1) on due date. The bidders representatives, who are present, shall sign
in an attendance register. Authority letter to this effect shall be submitted by the
bidders before they are allowed to participate in bid opening (A Format is given in
section 9 part (c)).

19.2

A maximum of two representatives of any bidder shall be authorized and permitted to


attend the bid opening.

19.3

The bidders names, Bid prices, modifications, bid withdrawals and such other details
as the purchaser, at its discretion, may consider appropriate will be made available
online at the time of opening.

19.4

The date fixed for opening of bids, if subsequently declared as holiday by the BSNL,
the revised date of schedule will be notified. However, in absence of such
notification, the bids will be opened on next working day, time and venue remaining
unaltered.

20.

CLARIFICATION OF BIDS
To assist in the examination, evaluation and comparison of bids, the purchaser may,
at its discretion ask the bidder for the clarification of its bid. The request for the
clarification and the response shall be in writing. However, no post bid clarification
at the initiative of the bidder shall be entertained.

15

Class 5NGN tender (Section-4 Part A)

NWP-CFA, BSNL C.O.,

New Delhi

21.

Technical and Commercial Evaluation

21.1

In the first stage of evaluation, the Purchaser shall evaluate the Bids to determine
whether they are complete, whether required Bid Security/sureties have been
furnished, whether the documents have been properly signed including digital
signatures and whether the Bids are generally in order.

21.2

Prior to the detailed evaluation pursuant to cl 22, the Purchaser will determine the
substantive responsiveness of technical and commercial Bids to the requirements
of the Bid Document. For purposes of these clauses, a substantively responsive Bid
is one which conforms to all terms and conditions of the Bid Document without
material deviations. The Purchasers determination of bids responsiveness shall be
based on the contents of the Bid itself without recourse to extrinsic evidence.

21.3

During the evaluation, BSNL at its discretion may call upon the Bidder to give a
techno-commercial presentation of its offer, to explain the products offered, its
capability to undertake the project and to respond to any question from BSNL.

21.4

A Bid, determined as substantively non-responsive will be rejected by the


Purchaser and shall not subsequent to the bid opening be made responsive
by the Bidder by correction of the non-conformity.

21.5

The Purchaser may waive any minor infirmity or non-conformity or irregularity in a


Bid which doesnt constitute a material deviation, provided such waiver doesnt
prejudice the establishment of techno-commercial parity among the Bids or effect
the relative ranking of any bidder.

21.6

The financial Bids of only those technical and commercial Bids that are determined
as substantively responsive shall be opened. The financial Bids of those technical
and commercial Bids that are determined as substantively non-responsive shall be
returned to the respective Bidders unopened.

22.

Financial Evaluation of Substantively Responsive Bids and Comparison

22.1

The Purchaser shall evaluate in detail and compare the financial Bids previously
determined to be substantively responsive pursuant to clause-21.

22.2

(a) The evaluation and comparison of responsive Bids shall be done on the basis
of net cost to BSNL on the prices of the Goods offered inclusive of duties and taxes
(but excluding CENVAT-able duties & taxes), sales tax, packing, forwarding, freight
and insurance charges etc. as indicated in Col. 17 of the price schedule in the
Section-11, Part-II of the Tender Document. As stipulated in Clause- 9.1,
octroi/entry taxes are not to be included in the composite price and hence the same
will not be considered for the purpose of evaluation and comparison of responsive
Bids. However, Octroi and entry Taxes will be paid extra as per actual wherever
applicable on production of proof of payment/ relevant invoices/documents.
(b)

(Please refer Clarification document also)

(i) Duties and taxes for which the firm has to furnish
challans/Invoices will be indicated separately in the PO/APO.

cenvatable

(ii) Vendors should furnish the correct E.D./Customs tariff Head in the price
schedule. If the credit for the duties and taxes under CENVAT Credit Rules,
2004 is found to be not admissible at any stage subsequently owing to wrong
furnishing of tariff head, then the Vendors will be liable to refund such nonadmissible amount, if already paid, along with penalty, if charged by the
concerned authority. (please refer clarification document also)
(iii) In case the duties and taxes which are non CENVAT-able as per the quotes
indicated in the price schedule by the vendors and subsequently at any stage

16

Class 5NGN tender (Section-4 Part A)

NWP-CFA, BSNL C.O.,

New Delhi

it is found that credit for such duties and taxes is admissible as per CENVAT
Credit Rules, 2004, then the Vendors will be liable to refund the amount
equivalent to such duties and taxes, if already paid to them. However, the
Purchaser may allow the Supplier to submit necessary documents in this
regard which may enable the Purchaser to avail the CENVAT credit provided
such credit is still available for the amount so paid as per CENVAT Credit
Rules 2004.
(iv) The Purchaser reserves the right to ask the Bidders to submit documentary
proof confirming the correct tariff head from the E.D/Customs authority where
the tariff head furnished against the particular tendered item by different
Bidders differ from each other or the same is found apparently not furnished in
accordance with E.D./Customs Tariff notifications.
(v) If the Supplier fails to furnish necessary supporting documents i.e.
Excise/Customs invoices etc. in respect of the duties/taxes which are
cenvatable, the amount pertaining to such duties/taxes will be deducted from
the payment due to the firm.
22.3

The responsibility for furnishing the correct taxes and duties along with the correct
tariff heads shall rest with the Bidder.

22.4

The Purchaser shall evaluate the financial Bids to determine whether they are
complete, whether any computational errors have been made, whether the duties
and taxes have been applied as per actuals, whether the documents have been
properly signed and whether the Bids are generally in order. The Bids are then
evaluated in the following manner:
(i)

In the first stage, the arithmetic and the tax/duty related errors shall be
rectified. (Please refer Amendment No. 2 below)

Amendment No. 2
The Clause no. 22.4 (i) of Section 4 Part-A is amended as follows:22.4(i) In the first stage, the arithmetic errors shall be rectified.
(ii)

In the second stage, the Bids shall be loaded to reach the required level of
techno-commercial compliance.

(iii)

In the third stage, the Bids shall be evaluated as per the criteria set in clause18 of section-5 Part B read with the related clarifications.

(iv)

Arithmetical errors shall be rectified on the following basis. If there is a


discrepancy between the unit price and total price that is obtained by
multiplying the unit price and quantity, the unit price shall prevail and the total
price shall be corrected by the Purchaser. If there is a discrepancy between
words and figures, the amount in words shall prevail. If the Supplier does
not accept the correction of the errors, his Bid shall be rejected.

(v)

In case items with same nomenclature for the same capacity is quoted with
different price in the Price Schedule, the lowest among the items with same
nomenclature shall be paid for all such items

23.

CONTACTING THE PURCHASER

23.1

Subject to Clause 20, no bidder shall try to influence the Purchaser on any matter
relating to its bid, from the time of the bid opening till the time the contract is
awarded.

17

Class 5NGN tender (Section-4 Part A)

NWP-CFA, BSNL C.O.,

New Delhi

23.2

Any effort by a bidder to modify his bid or influence the purchaser in the purchasers
bid evaluation, bid comparison or contract award decision shall result in the rejection
of the bid.

AWARD OF CONTRACT

24.

PLACEMENT OF ORDER
The Purchaser shall consider placement of orders for commercial supplies only on
those eligible bidders whose offers have been found technically, commercially and
financially acceptable and whose goods have been type approved/validated by the
purchaser. The Purchaser reserves the right to counter offer price(s) against price(s)
quoted by any bidder.

25.
(a)

26.

PURCHASERS RIGHT TO VARY QUANTITIES


BSNL will have the right to increase or decrease up to 25% of the quantity of goods
and services specified in the schedule of requirements without any change in the
unit price or other terms and conditions at the time of award of contract or upto
25% of the additional quantity can be ordered within 2(Two) months of the
placement of purchase order and supply is obtained within the original scheduled
delivery period. (Please refer Clarification document also)

(b)

In exceptional situation where the requirement is of an emergent nature and it is


necessary to ensure continued supplies from the existing venders, the purchaser
reserves the right to place repeat order up to 50% of the quantities of goods and
services contained in the running tender/contract within a period of 12 months from
the earliest date of acceptance of APO at the same rate or a rate negotiated
(downwardly) with the existing venders considering the reasonability of rates based
on prevailing market conditions and the impact of reduction in duties and taxes etc.

(c)

BSNL Board will have full power to accord administrative approval and financial
concurrence to procure any equipment/material in any quantity by any means in the
exigencies of services and interest of BSNL.

(d)

In case of ordering of additional quantity, BSNL reserve the right to decide the
locations/ circles/zone for the additional quantity to be placed to successful bidders
irrespective of initial zone allotted in Phase-I/Phase-II.
PURCHASERS RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL
BIDS
The Purchaser reserves the right to accept or reject any bid, and to annul the bidding
process and reject all bids, at any time prior to award of contract without assigning
any reason whatsoever and without thereby incurring any liability to the affected
bidder or bidders on the grounds of purchasers action.

27.

ISSUE OF ADVANCE PURCHASE ORDER

27.1 The issue of an Advance Purchase Order shall constitute the intention of the
Purchaser to enter into contract with the bidder.
27.2 The bidder shall within 14 days of issue of the advance purchase order, give his
acceptance along with performance security in conformity with proforma enclosed in
Section 9 Part (B) provided with the bid document.

18

Class 5NGN tender (Section-4 Part A)


28.

NWP-CFA, BSNL C.O.,

New Delhi

SIGNING OF CONTRACT

28.1 The issue of Purchase order shall constitute the award of contract on the bidder.
28.2

Upon the successful bidder furnishing performance security pursuant to clause 27,
the Purchaser shall discharge the bid security in pursuant to clause 12.

29.

ANNULMENT OF AWARD
Failure of the successful bidder to comply with the requirement of clause 28 shall
constitute sufficient ground for the annulment of the award and the forfeiture of the
bid security in which event the Purchaser may make the award to any other bidder at
the discretion of the purchaser or call for new bids.

30.

QUALITY ASSURANCE REQUIREMENTS


The supplier shall have Quality Management System supported and evidenced by
the following:
-

31.

A Quality Policy.
A management representative with authority and responsibility for fulfilling QA
requirements and for interfacing with purchaser in the matters of Quality.
Procedure for controlling design/production engineering, materials, choice of
components/vendors, manufacturing and packaging process for supplying
quality products.
System of Inward Good Inspection.
System to calibrate and maintain required measuring and test equipment.
System for tracing the cause for non-conformance (traceability) and
segregating product which dont conform to specifications.
Configuration management and change-control mechanism.
A quality plan for the product.
Periodical internal quality audits.
A Quality Manual detailing the above Or infrastructure assessment certificate
and Type Approval Certificate issued by TEC shall be furnished.

While all the conditions specified in the Bid documents are critical and are to be
complied, special attention of bidder is invited to the following clauses of the bid
documents. Non-compliance of any one of which shall result in outright rejection of
the bid.
(i)

Clauses 12.1, 12.3 & 13.1 of Section 4: The bids will be rejected at opening
stage if Bid security is not submitted as per Clauses 12.1 & 12.3 and bid validity
is less than the period prescribed in Clause 13.1 mentioned above.

(ii)

Clause 2 & 10 of Section 4: If the eligibility condition as per clause 2 of


Section 4 is not met and / or documents prescribed to establish the eligibility as
per Clause 10 of section 4 are not provided, the bids will be rejected without
further evaluation.

(iii)

Clause 11.2 (c) of Section 4 Part A: If clause-by-clause compliance and


deviation statements as prescribed are not given, the bid will be rejected at the
stage of primary evaluation. In case of no deviations, a statement to that
effect must be given.

(iv)

Section 5 Part A- Commercial conditions, Section5 Part B- Special


Conditions of Contract & Section 3- Scope of work: Compliance, if given,
using ambiguous words like Noted, Understood, Noted & Understood shall

19

Class 5NGN tender (Section-4 Part A)

NWP-CFA, BSNL C.O.,

New Delhi

not be accepted as complied. Mere Complied will also be not sufficient,


reference to the enclosed documents showing compliances must be given.
(v)

Section 11 Price Schedule: Prices are not filled in as prescribed in price


schedule.

(vi)

Section 4 Part A clause 9.5 on discount which is reproduced below:


Discount, if any, offered by the bidder shall not be considered unless
specifically indicated in the price schedule. Bidders desiring to offer discount
shall therefore modify their offer suitably while quoting and shall quote clearly
net price taking all such factors like Discount, free supply etc. into account.

(vii) Before outright rejection of the Bid by Bid-opening team for non-compliance of
any of the provisions mentioned in clause 31(i) of Section 4 Part A and clause
10.1(vii), 12.1 & 12.3 of Section- 4 Part A and clause 4 of section 1, though, the
bidder company is given opportunity to explain their position, however if the
person representing the bidder company is not satisfied with the decision of the
Bid opening team, he / they can submit the representation to the Bid opening
team immediately but in no case after closing of the tender process with full
justification quoting specifically the violation of tender condition if any.
Bid opening team will not return the bids submitted by the bidders on the date
of tender opening even if it is liable for rejection and will preserve the bids in
sealed cover as submitted by taking the signatures of some of the desirous
representatives of the participating bidder/companies present on the occasion.
The in-charge of Bid opening team will mention the number of bids with the
name of the company found unsuitable for further processing on the date of
tender opening and number of representations received in Bid opening
Minutes and if Bid opening team is satisfied with the argument of the
bidder/company mentioned in their representation and feel that there is primafacie fact for consideration, the in-charge of the bid opening team will submit
the case for review to competent authority CGM in circles and Director
concerned in corporate office as early as possible preferably on next working
day and decision to this effect should be communicated to the bidder company
within a week positively. Bids found liable for rejection and kept preserved on
the date of tender opening will be returned to the bidders after issue of P.O.
against the instant tender.
If the reviewing officer finds it fit to open the bid of the petitioner, this should be
done by giving three (working) days notice to all the participating bidders to give
opportunity to desirous participants to be present on the occasion.
32.

Purchaser reserves the right to disqualify the supplier for a suitable period who
habitually failed to supply the equipment in time. Further, the suppliers whose
equipment do not perform satisfactory in the field in accordance with the
specifications may also be disqualified for a suitable period as decided by the
purchaser.

33.

Purchaser reserves the right to blacklist a bidder for a suitable period in case he fails
to honour his bid without sufficient grounds.

34.

The bidder should give a certificate that none of his/her near relative is working in
the units as defined below where he is going to apply for the tender. In case of
proprietorship firm, certificate will be given by the proprietor.For partnership firm,

20

Class 5NGN tender (Section-4 Part A)

NWP-CFA, BSNL C.O.,

New Delhi

certificate will be given by all the partners.In case of Limited Company, certificate will
be given by all the Directors of the company excluding Government of
India/Financial institution nominees and independent non-Official part time Directors
appointed by Govt. of India or the Governor of the state and full time Directors of
PSUs both state and central.Due to any breach of these conditions by the company
or firm or any other person the tender will be cancelled and Bid Security will be
forfeited at any stage whenever it is noticed and BSNL will not pay any damage to
the company or firm or the concerned person.
The company or firm or the person will also be debarred for further participation in
the concerned unit.
The near relatives for this purpose are defined as:(a) Members of a Hindu undivided family.
(b) They are husband and wife.
(c) The one is related to the other in the manner as father, mother, son(s) & Sons
wife (daughter in law), Daughter(s) and daughters husband (son in law),
brother(s) and brothers wife, sister(s) and sisters husband (brother in law).
Please refer to the Performa enclosed in Section 8 Part(B)
35.

VERIFICATION OF DOCUMENTS AND CERTIFICATES


The bidder will verify the genuineness and correctness of all documents and
certificates, including experience/performance certificates, issued either by the bidder
or any other firm / associate before submitting them in the bid. The onus of proving
genuineness of the submitted documents would rest with the bidder.
As per requirement of the tenders conditions, if any document / paper / certificate
submitted by the participant bidder is found to be false / fabricated / tempered /
manipulated at any stage during bid evaluation or award of contract, then the bid
security (EMBG) of the bidder would be forfeited and the bidder would be disqualified
from the tender. Action would also be taken for banning of business dealing with the
defaulting firm. In case contract has already awarded to the bidder, then PBG would
be forfeited and the contract would be rescind / annulled and BSNL would be at
liberty to procure the ordered goods and services from any other source at the risk
and cost of the defaulting bidder. Action would also be taken for banning business
dealing with the defaulting firm.
NOTE : To obviate any possibility of doubt and dispute and maintain veracity of the
documents / papers / certificates, the documents conforming to eligibility part will be
submitted by the participant bidder duly authenticated digitally by the authorized
signatory along with EMBG (bid security) of requisite amount and will be checked at
the time of tender opening. The documents / papers to be submitted in respective bid
part will be explicitly mentioned in clause- 31(vii) of Section-4 Part A. This bid part
(already digitally signed by the authorized representative of the bidder company
during bid submission) will be digitally signed by the in charge of the tender opening
team and will be kept preserved along with the bid submitted online. In case of any
dispute these papers will be treated as authentic one.
Click Here for clarifications in respect of Clause No. 10.1(iii), 10.4, 10.2(i), 10.1(vi),
11.2 (c) , 22(b) (ii) and 25(a).

21

Class 5NGN tender (Section-5 Part A)

NWP-CFA, BSNL C.O., New Delhi

SECTION 4 PART B
SPECIAL INSTRUCTIONS TO BIDDERS FOR E-TENDERING
1.

General

1.1

The Special Instructions (for e-Tendering) supplement Instruction to Bidders, as


given in these Tender Documents. Submission of Online Bids is mandatory for this
Tender.

1.2

E-Tendering is a new methodology for conducting Public Procurement in a secured


manner. Suppliers/ Vendors will be the biggest beneficiaries of this new system of
procurement. For conducting electronic tendering, BSNL has decided to use the
portal (https://www.tcil-india-electronictender.com) of M/s TCIL, a Government of
India Undertaking.

1.3

Benefits to Suppliers are outlined on the Home-page of the portal.

2.

Instructions

Tender Bidding Methodology: Single Stage Bidding, Two stage opening


using Two Electronic Envelopes.

Broad outline of activities from Bidders prospective:

3.1

Procure a Digital Signing Certificate (DSC)

3.2

Register on Electronic Tendering System (ETS)

3.3

Create Users and assign roles on ETS

3.4

View Notice Inviting Tender (NIT) on ETS

3.5

Submit Tender fee and NDA offline to BSNL

3.6

Download Official Copy of Tender Documents from ETS

3.7

Attend training on e-tendering to be arranged by BSNL(optional)

3.8

Clarification to Tender Documents on ETS

3.9

Query to BSNL (Optional)

3.10

View response to queries/clarifications posted by BSNL as addenda

3.11

Bid-Submission on ETS

3.12

Attend Public Online Tender Opening Event (TOE) on ETS

3.13

Opening of Technical-Part

3.14

View Post-TOE Clarification posted by BSNL on ETS

3.15

Respond to BSNLs Post-TOE queries

3.16

Attend Public Online Tender Opening Event (TOE) on ETS

3.17

Opening of Financial-Part (Only for Technical Responsive Bidders)

Other Instructions
For participating in this Tender online, the following instructions are to be read
carefully. These instructions are supplemented with more detailed guidelines on the
relevant screens of the ETS.

22

Class 5NGN tender (Section-5 Part A)

NWP-CFA, BSNL C.O., New Delhi

4.1

Digital Certificates

4.2

For integrity of data and authenticity/ non-repudiation of electronic records, and to


be complaint with IT Act 2000, it is necessary for each user to have a Digital
Certificate (DC) also referred to as Digital Signature Certificate (DSC), of Class 2 or
above, issued by a Certifying Authority (CA) licensed by Controller of Certifying
Authorities (CCA) [refer http://www.cca.gov.in].
Registration
To use the ElectronicTender portal (https://www.tcil-india-electronictender.com)
vendors need to register on the portal. Registration of each organization is to be
done by one of its senior persons who will be the main person coordinating for the
e-tendering activities. In ETS terminology, this person will be referred to as the
Super User (SU) of that organization. For further details, please visit the
website/portal, and click on the Supplier Organization link under Registration (on
the Home Page), and follow further instructions as given on the web site. Pay
Annual Registration Fee as applicable.
[Note: After successful submission of Registration details and Annual Registration
Fee (Rs 6000/- plus service tax as applicable,payable etc TCIL), please contact
TCIL Helpdesk (as given below), to get your registration accepted/activated].
TCIL Helpdesk
TCILs Contact Person
Telephone/ Mobile

E-mail ID

BSNL Contact-1
BSNLs Contact Person
Telephone/ Mobile

E-mail ID

BSNL Contact-2
BSNLs Contact Person
Telephone/ Mobile

E-mail ID

5
(A)

Mr. Manish Tiwari


011-26202624
[between 9:30 hrs to 18:00 hrs on working
days]
manish.tiwari@tcil-india.com
[Please mark CC:
support@electronictender.com]

Mr. Anup Verma, AGM(MMY)


011-23717844
[between 9:30 hrs to 18:00 hrs on
working days]
akverma@bsnl.co.in

Mr. Manoj Jain ,Dy. Mgr.(MMX)


011-23037172
[between 9:30 hrs to 18:00 hrs on
working days]
manoj_jain@bsnl.co.in

Some Bidding related Information for this Tender (Sealed Bid)


Procurement of Official Copy of Tender Documents
After the registration process, to procure an official copy of Tender Documents, the
Bidder is requested to submit the following documents offline to AGM (MMY),
BSNL Corporate Office, 2nd Floor, Bharat Sanchar Bhawan, Janpath, New Delhi
110001, on or before the date & time of procurement of Tender Documents
specified in the covering letter of this Tender Document:

23

Class 5NGN tender (Section-5 Part A)

NWP-CFA, BSNL C.O., New Delhi

(i)

DD/ Bankers cheque of INR 1,00,000/- ( INR One lakh only)drawn in favour
of AO(Cash), BSNL CO, New Delhi, payable at New Delhi against payment
of tender fee (ie cost of Tender Documents)

(ii)

Non-Disclosure Agreement (NDA)

Only after the receipt of the above mentioned documents, the Bidder would be
authorized to procure the official copy of Tender Documents from the eprocurement portal.
Online Submission of Bids
The entire bid-submission would be online on ETS. Broad outline of submissions
are as follows:
a)
Submission of information about Bid Security/ Earnest Money Deposit
(EMD) being submitted offline on or before the date & time of submission
of bids
b)
Submission of digitally signed copy of Tender Documents/ Addenda
c)
Acceptance of General Terms and Conditions (GTC)
d)
Acceptance of Special Terms and Conditions (STC)
e)
Two Envelopes
i) Technical-Part

ElectronicForms-mandatory

Main-Bid-mandatory

Bid-Annexures (Optional)
ii) Financial-Part

ElectronicForms-mandatory

Main-Bid-mandatory

Bid-Annexures (Optional)

(B)

Offline Submissions:

(a)

The Bidder is requested to submit the following original documents offline to DM


(MMT), BSNL Corporate Office, 2nd Floor, Bharat Sanchar Bhawan, Janpath, New
Delhi 110001 on or before the Bid Closing Date specified in covering letter of this
Tender Document, in a sealed envelope. The envelope shall bear (the
Tender/Project name), the tender number and the words DO NOT OPEN
BEFORE (due date & time).
Bid Security.

(b)

Power of attorney in accordance with clause 14 of Section-4 Part A.

(c)

Integrity Pact duly signed by the Bidder. (Please refer Clarification document also)

[Note:
7

The Bidder has to upload the Scanned copy of all above said original documents
as Bid-Annexure during Online Bid-Submission].
Special Note on Security of Bids

7.1

Security related functionality has been rigorously implemented in ETS in a multidimensional manner. Starting with 'Acceptance of Registration by the Service
Provider', provision for security has been made at various stages in Electronic
Tender's software. Specifically for Bid Submission, some security related aspects
are outlined below.

7.2

As part of the Electronic Encrypter functionality, the contents of both the


Electronic Forms and the Main-Bid are securely encrypted using a Pass-Phrase
created by the Bidder himself. Unlike a password, a Pass-Phrase can be a multiword sentence with spaces between words (eg I love this World). A Pass-Phrase is
easier to remember, and more difficult to break. It is recommended that a separate
Pass-Phrase be created for each Bid-Part. This method of bid-encryption does not

24

Class 5NGN tender (Section-5 Part A)

NWP-CFA, BSNL C.O., New Delhi

have the security and data-integrity related vulnerabilities which are inherent in etendering systems which use Public-Key of the specified officer of a Buyer
organization for bid-encryption. Bid-encryption in ETS is such that the Bids cannot
be decrypted before the Public Online Tender Opening Event (TOE), even if there is
connivance between the concerned tender-opening officers of the Buyer
organization and the personnel of e-tendering service provider.
7.3

Typically, Pass-Phrase of the Bid-Part to be opened during a particular Public


Online Tender Opening Event (TOE) is furnished online by each Bidder during the
TOE itself, when demanded by the concerned Tender Opening Officer.

7.4

It is important for the bidder to keep a safe record of his Pass-phrases. It is the
RESPONSIBILITY of the bidder to provide the CORRECT PASS-PHRASE for
decrypting his bid part. In case the bidder is unable to provide the correct passphrase during the TOE, it will not be possible to open his bid and as his bid will be
REJECTED (i.e. Archived Un-opened). Before rejection in such a situation, the
bidder will be given opportunity to himself enter the pass-phrase from his own office
or from BSNLs office if his representative is physically present there.

7.5

There is an additional protection with SSL Encryption during transit from the clientend computer of a Supplier organization to the e-tendering server/ portal.

Public Online Tender Opening Event (TOE)

8.1

ETS offers a unique facility for Public Online Tender Opening Event (TOE).
Tender Opening Officers as well as authorized representatives of Bidders can
attend the Public Online Tender Opening Event (TOE) from the comfort of their
offices. Alternatively, duly authorized representatives of Bidders (i.e. Supplier
organization) are requested to carry a Laptop with Wireless Internet Connectivity, if
they wish to come to BSNL office for the Public Online TOE.

8.2

Every legal requirement for a transparent and secure Public Online Tender
Opening Event (TOE) has been implemented on ETS.

8.3

As soon as a Bid is decrypted with the corresponding Pass-Phrase as submitted


online by the Bidder himself (during the TOE itself), salient points of the Bids are
simultaneously made available for downloading by all prospective Bidders. The
tedium of taking notes during a manual Tender Opening Event is therefore
replaced with this superior and convenient form of Public Online Tender Opening
Event (TOE).

8.4

ETS has a unique facility of Online Comparison Chart which is dynamically


updated as each online bid is opened. The format of the chart is based on inputs
provided by the Buyer for each Tender. The information in the Comparison Chart is
based on the data submitted by the Bidders. A detailed Technical and/ or Financial
Comparison Chart enhances Transparency. Detailed instructions are given on
relevant screens.

8.5

ETS has a unique facility of a detailed report titled Minutes of Online Tender
Opening Event (TOE) covering all important activities of Online Tender Opening
Event (TOE). This is available to all prospective Bidders for Viewing/
Downloading.

8.6

There are many more facilities and features on ETS. For a particular tender, the
screens viewed by a Supplier will depend upon the options selected/programmed
by the Purchaser for the relevant tender.

IMPORTANT NOTE: In case of internet related problem at a bidders end, especially


during critical events such as a short period before bid-submission deadline, during
online public tender opening event, during e-auction, it is the bidders responsibility to
have backup internet connections. In case there is a problem at the e-procurement/ e-

25

Class 5NGN tender (Section-5 Part A)

NWP-CFA, BSNL C.O., New Delhi

auction service-providers end (in the server, leased line, etc) due to which all the bidders
face a problem during critical events, and this is brought to the notice of BSNL by the
bidders in time, then BSNL will promptly re-schedule the affected event(s).
Other Instructions
8.7

For further instructions, the vendor should visit the home-page of the portal
(https://www.tcil-india-electronictender.com) and go to the User-Guidance Center

8.8

The help information provided through ETS User-Guidance Center is available in


three categories Users intending to Register / First-Time Users, Logged-in users
of Buyer organizations, and Logged-in users of Supplier organizations. Various
links are provided under each of the three categories.

8.9

It is strongly recommended that all authorized users of Supplier organizations


should thoroughly peruse the information provided under the relevant links, and
take appropriate action. This will prevent hiccups, and minimize teething problems
during the use of ETS.

8.10 The following FOUR KEY INSTRUCTIONS for BIDDERS must be assiduously
adhered to:

(a)

Obtain individual Digital Signing Certificate (DSC or DC) well in advance


of your first tender submission deadline on ETS

(b)

Register your organization on ETS well in advance of your first tender


submission deadline on ETS.

(c)

Get your organizations concerned executives trained on ETS well in


advance of your first tender submission deadline on ETS

(d)

Submit your Bids well in advance of tender submission deadline on ETS


(There could be last minute problems due to internet timeout, breakdown,
et al).

(e)

While the first three instructions mentioned above are especially relevant
to first-time users of ETS, the fourth instruction is relevant at all times.

Minimum Requirements at Bidders end

9.1

Computer System with good configuration (Min PIV, 1 GB RAM, Windows XP)

9.2

Broadband connectivity

9.3

Microsoft Internet Explorer 6.0 or above

9.4

Digital Certificate(s)

10 Training Program
10.1 One day training (10:00 to 17:00) would be provided as per the following table.
Training is optional.
10.2 The prospective Bidders are requested to carry a Laptop and Wireless Connectivity
to Internet.
Scheduled Date
Venue

Training Charges
(Per Participant)

Date of uploading of Tender document + 7 days


BSNL Corporate Office,
Bharat Sanchar Bhawan,
Janpath, New Delhi 110001
Rs. 2,500/(plus Service Tax @ 12.36 %)

Click Here for clarifications in respect of Clause No. 6 (c ).

26

Class 5NGN tender (Section-5 Part A)

NWP-CFA, BSNL C.O., New Delhi

SECTION- 5 Part A
GENERAL (COMMERCIAL) CONDITIONS OF CONTRACT
1.

APPLICATION
The General Conditions of Contracts provide the terms and conditions applicable to
the Supplier for the supply of Goods and the provision of Services.

2.

STANDARDS
The Goods and Services supplied under the Contract shall conform to the
standards prescribed in the Technical Specifications mentioned in Section 7 and
Annexure 1 and 2 of Section 5 Part B.

3.

PATENT RIGHTS
The Supplier shall indemnify the Purchaser against all third-party claims of
infringement of patent, trademark or industrial design rights arising from use of the
Goods and/or Services or any part thereof in network of BSNL. (Please refer
Clarification Document also)

4.

PERFORMANCE SECURITY

4.1

The Supplier (including small scale units who are registered with National Small
Scale Industries Corporation under single point registration scheme) shall furnish
Performance Security to the Purchaser for an amount equal to 5% of the value of
Advanced Purchase Order within 14 days from the date of issue of Advance
Purchase Order by the Purchaser. (Please refer Clarification Document also)

4.2

The proceeds of the Performance Security referred to in Clause 4.1 above shall be
payable to the Purchaser as compensation for any loss resulting from the Suppliers
failure to complete its obligations under the Contract. (Please refer Clarification
Document also)

4.3

The PerformanceSecurity shall be in the form of Bank Guarantee issued by a


scheduled bank and shall be as per the format provided in Part B of Section-9 of
this Tender Document respectively. The Bidder shall ensure that Performance
Security is sent to the Purchaser directly by the issuing bank by Registered Post
(A.D). In exceptional circumstances where the Performance Security is submitted
by the Bidder to the Purchaser, the Bidder shall ensure that an unstamped
duplicate copy of the Performance Security is sent immediately by the bank directly
to the Purchaser by Registered Post (A.D).

4.4

The PerformanceSecurity will be discharged by the Purchaser after completion of


the Suppliers performance obligations including any warranty obligations under the
Contract.

5.

INSPECTION AND TESTS

5.1

The Purchaser or its representative(s) shall have the right to inspect and test the
goods and services as per prescribed test schedules for their conformity to the
specifications (Inspectors). Where the Purchaser decides to conduct such tests
on the premises of the Supplier or its subcontractor(s), all reasonable facilities and
assistance like testing instruments and other test gadgets including access to
drawings and production data shall be furnished to the Inspectors at no charge to
the Purchaser.

27

Class 5NGN tender (Section-5 Part A)

NWP-CFA, BSNL C.O., New Delhi

5.2

Should any inspected or tested goods and services fail to conform to the
specifications the Purchaser may reject them and the Supplier shall either replace
the rejected Goods or make all alterations necessary to meet specification
requirements free of cost to the Purchaser. In case of Services, the Bidder shall
make arrangements to rectify the deficiencies in Services to conform to the
specifications and all quality aspects of installations.

5.3

Notwithstanding the pre-supply tests and inspections prescribed in Clause 5.1 and
5.2 above, the Equipment and accessories on receipt at the Purchasers premises
will also be tested during and after installation before take over and if any
Equipment or part thereof is found defective, the same shall be replaced free of all
cost to the Purchaser as laid down in Clause 5.4 below. (Please refer Clarification
Document also)

5.4

If any Equipment or any part thereof including the Services, before it is taken over
under Clause 5.5, is found defective or fails to fulfil the requirements of the
Contract, the Inspector shall give the Supplier notice setting forth details of such
defects or failure and the Supplier shall make the defective quipment and/or the
Services good, or alter the same to make it comply with the requirements of the
Contract forthwith and in any case within a period not exceeding three months of
the initial report. These replacements shall be made by the Supplier free of all
charges at the site designated by the Purchaser. Should it fail to do so within this
time, the Purchaser reserves the discretion to reject and replace at the cost of the
Supplier the whole or any portion of Equipment and Services as the case may be,
which is defective or fails to fulfil the requirements of the Contract. The cost of any
such replacement of Goods and Services made by the Purchaser shall be deducted
from the amount payable to the Supplier.

5.5

When the performance tests called for have been successfully carried out, the
Inspector will forthwith issue a Taking Over Certificate for all aspects of the Contract
in respect of both Goods and Services. The Inspector/ shall not delay the issue of
any Taking Over Certificate contemplated by this clause on account of minor
defects in the Equipment and Services which do not materially affect the
commercial use thereof provided that the Supplier shall undertake to make good
the same in a time period not exceeding six months. All the major validation issues
and major technical problems reported by the Circles should have been
satisfactorily resolved.

5.6

Nothing in Clause-5 shall in any way discharge the Supplier from any warranty or
other obligations under this Contract.

6.

DELIVERY AND DOCUMENTS

6.1

Delivery of the Goods and documents, its installation and commissioning shall be
made by the Supplier in accordance with the terms specified by the Purchaser in its
SoR and Special Conditions of Contract. The title of the Equipment/material so
supplied shall vest with the Purchaser after the sale is concluded by way of High
Sea Sales or sales of indigenous materials. Thereafter, the Goods will be issued by
the Purchaser to the Supplier and the risk of the Goods shall remain with the
Supplier until delivery of the complete network as a turnkey job has been completed
and the network is made over to Purchaser for operation. The delivery of the
Equipment shall be to the ultimate consignee as given in the Purchase Order.
Bidder shall comply with the provisions of Applicable Law. (Please refer Clarification
Document also)

28

Class 5NGN tender (Section-5 Part A)

NWP-CFA, BSNL C.O., New Delhi

6.2

The supply, installation and commissioning of the system be completed in


accordance with the commissioning schedule stipulated in the Special Conditions
of Contract. .

6.3

All technical assistance for installation, commissioning and monitoring of the


Equipment shall be provided by the Supplier at no extra cost during laboratory
evaluation, if any, validation/type approval and field trial/operation period as
stipulated in the Special Conditions of Contract . (Please refer Clarification
Document also)

6.4

The extension of delivery period against the Purchase Order, if any, should be
granted subject to the condition that BSNL shall have the absolute right to revise
the price(s) and also to levy penalty for the delayed supplies. (Please refer
Clarification Document also)

7.

TRAINING

7.1

The Successful Bidder shall provide training for installation and maintenance staff
of the Purchaser free of cost.

7.2

The bidder shall specify in his bid the number of trainees, quantum of proposed
training, pre-training qualifications required of the trainees and duration of the
proposed training.

7.3

The bidder shall provide all training material and documents.

7.4

Conduct of training of the purchasers personnel shall be at the suppliers plant


and/or on-site in assembly start-up operation, maintenance and/or repair of the
supplied goods.

8.

INCIDENTAL SERVICES

8.1

The Supplier may be required to provide any or all of the following services:
(a)

Performance or supervision of on-site installation and/or start-up of the


supplied Goods.

(b)

Furnishing of tools required for installation and/or maintenance of supplied


Goods.

(c)

Performance of supervision or maintenance and/or repair of the supplied


Ggoods, for a period of time agreed by the Parties provided that this Service
shall not relieve the Supplier of any warranty obligations under this Contract.

9.

SPARES

9.1

The Supplier shall be required to provide a list of the following material and
notifications pertaining to spare parts manufactured or distributed by the Supplier of
spares including cost and quantity considered for arriving at the price of spares
stated at Clause 9, Section-4 Part A.
(a)

Such spare parts as the Purchaser may elect to purchase from the Supplier
provided that such purchase shall not relieve the Supplier of any warranty
obligation under the Contract.

(b)

In the event of termination of production of the spare parts, the Supplier shall:

29

Class 5NGN tender (Section-5 Part A)

NWP-CFA, BSNL C.O., New Delhi

(i)

give advance notification to the Purchaser pending termination (not less


than 2 years), in sufficient time to enable the Purchaser to procure life
time spare; and

(ii)

following such advance intimation of termination, furnish at no cost to the


Purchaser, the blue prints, drawings and specifications of spare parts, if
and when requested.

9.2

Over a period of three years starting from the date of final acceptance, the Supplier
shall supply, at his own cost, all necessary spares which have not been included in
the offer as part of the requirement. These spares should be supplied within a
maximum period of 30 days from the notification by the Purchaser of his need.
(Please refer clarification document also)

10.

WARRANTY

10.1

The Supplier/Bidder shall warrant that all supplies under the scope of the Contract
shall be new and free from all defects and faults in materials used, workmanship
and manufacture and shall be of the highest grade and consistent with the
established and generally accepted standards for materials of the type ordered and
shall perform in full conformity with the specifications and drawings. The Supplier
shall be responsible for any defect that may develop under the conditions provided
by the Contract and under proper use, arising from faulty material, design or
workmanship such as corrosion of the equipment, inadequate quantity of material
to meet equipment requirements, inadequate contact protection, deficiencies in
circuit design and/or otherwise and shall remedy such defects at his own cost
when called upon to do so by the Purchaser who shall state in writing in what
respect the stores are faulty. This warranty shall survive inspection or payment for /
and acceptance of goods, but shall expire (except in respect of complaints notified
prior to such date) twelve months from the date of commissioning of the complete
network in the licensed service area and have been taken over under Clause 5.5
above.

10.2

If it becomes necessary for the Supplier to replace or renew any defective portion(s)
of the Equipment under this clause, the provisions of the Clause 10.1 shall apply to
the portion(s) of the equipment so replaced or renewed or until the end of the above
mentioned period of twelve months, whichever may be later. If any defect is not
remedied by the Ssupplier within a reasonable time, the Purchaser may proceed to
get the defects remedied from other supplier etc., at the Suppliers risk and
expenses, but without prejudice to any other rights which the Purchaser may have
against the Supplier in respect of such defects.

10.3

Replacement under warranty clause shall be made by the Supplier free of all
charges at the site designated by the Purchaser including freight, insurance and
other incidental charges.

11.

PAYMENT TERMS

11.1

The payment terms shall be governed by Clause-22 of section-5 Part B. For claiming
the payment on receipt of goods by the consignee, following documents are to be
submitted to the paying authority.
(i)

Invoice clearly indicating break up details of composite price i.e. Basic,


E.D., Sales Tax, any other Duties and Taxes, Freight /Packing
Charges, Service Tax etc.

30

Class 5NGN tender (Section-5 Part A)

NWP-CFA, BSNL C.O., New Delhi

(ii)
(iii)
(v)

Acknowledged Delivery Challan.


Supplier certificate for dispatch
Excise gate pass / invoice or equivalent document viz. Custom invoice, if
applicable.
(vi)
Inspection certificate of QA
(vii)
Proof of payment of octroi / entry tax etc., if applicable
(viii) The sea freight receipt as per the rates approved by the Ministry of Water and
Surface Transport, if applicable.
Note : If the supplier fails to furnish necessary supporting documents i.e. excise /
customs invoices etc. in respect of the Duties/Taxes which are Cenvatable , the
amount pertaining to such Duties/Taxes will be deducted from the payment due to the
firm.
11.2

In case there are damage/shortages the consignee shall intimate the supplier in
writing, who will take necessary action to collect the material at his own cost &
replace the same.

11.3

(i)

Form C and also a certificate stating that the tendered item (stores) are meant
for the use of BSNL shall be provided by the purchaser on the request of the
bidder as and when asked for.

(ii)

No payment will be made for goods rejected at the site on testing.

11.4

The bidder has to give the mandate for receiving the payment of Rs.5 lacs and above
electronically and the charges, if any, levied by bank has to be borne by the
bidder/contractor/supplier. The bidder company are required to give the following
information for this purpose:
(i)
Beneficiary Bank Name
(ii)
Beneficiary Branch Name
(iii)
IFSC Code of beneficiary Branch
(iv)
Beneficiary account No.
(v)
Branch Serial No. (MICR No)

12.

PRICES

12.1

The prices payable under the Contract shall be governed by the following:
(i)

Prices charged by the Supplier for goods delivered and services performed
under the Contract shall not be higher than the prices quoted by the Supplier
in his Bid except for variation caused by change in duty/tax as specified in
Clause-12.1(ii). (Please refer Clarification document also)

(ii)

The duty/tax part of the unit price shall be regulated as under:


(a)

Prices will be fixed at the time of issue of Purchase Order as per taxes
and statutory duties applicable at that time. If the duties are not quoted
correctly, the basic price may be revised downwardly at the time of PO.
Further, during extended delivery period, if there is increase in
duties/taxes then the basic price would have to be reduced to
accommodate the increase in taxes. (Please refer Clarification
document also)

(b)

In case of reduction of taxes and other statutory duties during the


scheduled delivery period, Purchaser shall take the benefit of decrease

31

Class 5NGN tender (Section-5 Part A)

NWP-CFA, BSNL C.O., New Delhi

in these taxes / duties for the supplies made from the date of enactment
of revised duties / taxes.
(c)

(iii)

In case of increase in duties / taxes during the scheduled delivery


period, the Purchaser shall revise the prices as per new duties / taxes
for the supplies, to be made during the remaining delivery period as per
terms and conditions of the Purchase Order.

Any increase in taxes and others statutory duties / levies after the expiry of
scheduled delivery date shall be to the Suppliers account. However, benefit
of any decrease in these taxes / duties shall be passed on to the Purchaser
by the Supplier. (Please refer Clarification document also)

(Please refer Amendment No. 3 below)

Amendment No. 3
The new Clause no. 12.2 is inserted after Clause No. 12.1 of Section 5 Part-A as
follows:12.2 Anti dumping duty, if any, levied shall be borne by the supplier.
13.

CHANGES IN PURCHASE ORDERS

13.1

The Purchaser may, at any time, by a written order given to a Supplier, make
changes within the general scope of the Contract in any one or more of the
following:
(a)

Drawings, designs or specifications, where goods to be supplied under the


Contract are to be specifically manufactured for the Purchaser;

(b)

the method of transportation or packing;

(c)

the place of delivery; or

(d)

the services to be provided by the Supplier.

13.2

If any such change causes an increase or decrease in the cost and quantity of, or
the time required for the execution of the Contract an equitable adjustment shall be
made in the Contract Price or delivery schedule, or both, and the Contract shall
accordingly be amended. Any proposal by the Supplier for adjustment under this
clause must be made within thirty days from the date of the receipt of the change in
order. (Please refer clarification document also)

14.

SUBCONTRACTS
The Supplier shall notify the Purchaser in writing of all subcontracts awarded under
this Contract if not already specified in his Bid. Such notification, in his original bid
or later shall not relieve the Supplier from any liability or obligation under the
Contract.

15.

DELAYS IN THE SUPPLIERS PERFORMANCE

15.1

Delivery of the Goods and performance of the services shall be made by the
Supplier in accordance with the time schedule specified by the purchaser in its
purchase order. In case the supply is not completed in the stipulated delivery
period, as indicated in the Purchase Order, purchasers reserves the right either to
short close /cancel this purchase order and/or recover liquidated damage charges.
The cancellation/short closing of the order shall be at the risk and responsibility of

32

Class 5NGN tender (Section-5 Part A)

15.2

15.3

NWP-CFA, BSNL C.O., New Delhi

the supplier and purchaser reserves the right to purchase balance unsupplied item
at the risk and cost of the defaulting vendors.
Delay by the Supplier in the performance of its delivery obligations shall render the
Supplier liable to any or all of the following sanctions: forfeiture of its performance
security, imposition of liquidated damages and/or termination of the contract for
default.
(i)
If at any time during the performance of the contract, the supplier
encounters condition impending timely delivery of the goods and
performance of service, the supplier shall promptly notify to the
Purchaser in writing the fact of the delay, its likely duration and its
cause(s). As soon as practicable after receipt of the suppliers notice,
the purchaser shall evaluate the situation and may at its discretion
extend the period for performance of the contract (by not more than 20
weeks or as per provisions of clause 16.2, Section-5 Part A) as per
provision given below:
(ii)

The vendor has to submit their request for extension along with the required
additional BG, undertaking as per clause 24 Section-5 Part A (Fall Clause)
and a copy of QA inspection certificate at least two weeks before the expiry of
delivery period. The decision regarding extension shall be communicated
within two weeks of the receipt of request.

(iii)

In case extension is being granted beyond 20 weeks then the vendor shall
submit additional BG while seeking extension. For peace meal items the
amount of additional BG shall be 5% of the value of balance quantity of items
to be supplied for which extension in delivery period has been sought. In case
of infrastructure/turnkey projects other than as stated above, 1% of the total
project value shall be the value for additional BG. The additional BG shall be
valid for six months beyond extension of. delivery period sought and shall be
discharged after the full ordered quantity has been supplied to the ultimate
consignee within the last extended delivery period on submission of
inspection certificate from QA and consignee receipt without prejudice to the
other remedies available to the purchaser.

(iv)

If the vendor fails to deliver the full ordered quantity even during extended
delivery period then the PO shall be short-closed and the Performance Bank
Guarantee as well as additional BG shall be forfeited.

Format of (i) letters conveying conditions of DP extension and (ii) DP extension letter
are in appendix.
15.4

If the supplies are not completed in the extended delivery period, the purchase
order shall be short-closed and both the Performance securities shall be forfeited.

16.

LIQUIDATED DAMAGES

16.1

Time is the essence of this Tender Document/Contract. The Bidder shall adhere to
the project execution schedule given in the Tender Document /APO/PO. The
milestones stipulated for delivery of supplies and services in the acceptance of the
Tender shall be deemed to be the essence of the Contract and delivery must be
completed not later than the dates specified therein. Extension will not be given
except in exceptional circumstances. In the event of Bidders failure to perform as
per the milestones mentioned in the project execution schedule in section-5 Part B,
the Bidder shall be liable to pay liquidated damages. The target dates for selected
milestone shall be sacrosanct for the purposes reckoning liquidated damages in this

33

Class 5NGN tender (Section-5 Part A)

NWP-CFA, BSNL C.O., New Delhi

Tender/ Contract. Should, however, deliveries be made after expiry of the


contracted delivery period, without prior concurrence of the Purchaser and be
accepted by the Purchaser, such delivery will not deprive the Purchaser of his right
to recover liquidated damage under Clause 16.2 below. However, when supply is
made within 21 days of the contracted original delivery period, the Purchaser may
accept the stores and in such cases the provision of Clause 16.2 will not apply.
16.2

16.3

(i)

Should the supplier fails to deliver the store or any consignment thereof within
the period prescribed and agreed for delivery, the purchaser, without
prejudice to other remedies available to the purchaser shall be entitled to
recover, as agreed liquidated damages for breach of contract, a sum
equivalent to 0.5% of the value of the delayed supply and/or undelivered
material/ supply for each week of delay or part thereof for a period up to 10
(TEN) weeks, and thereafter at the rate of 0.7% of the value of the delayed
supply and/ or undelivered material/ supply for each week of delay or part
thereof for another TEN weeks of delay. (Please refer clarification document
also)

(ii)

DP extension beyond 20 weeks would not be generally allowed. The


extension beyond 20 weeks may be decided in most exceptional
circumstances on case to case basis, by the CGM concerned in case of
tenders floated by Circles and by the Functional Director concerned in case
tenders floated by Corporate Office, stating reasons and justifications for
grant of extension of delivery period beyond 20 weeks.

(iii)

In the case of package supply/turnkey projects when the delayed portion of


the supply materially hampers installation and commissioning of the systems,
LD charges shall be levied as above on the total value of the concerned
package of the Purchase Order. (Please refer clarification document also)

(iv)

Quantum of liquidated damages assessed and levied by the purchaser and


decision of the purchaser thereon shall be final and binding on the supplier,
further the same shall not be challenged by the supplier either before
Arbitration tribunal or before the court. The same shall stand specifically
excluded from the purview of the arbitration clause, as such shall not be
referable to arbitration. However, when supply is made to the ultimate
consignee within 21 days of QA clearance in the extended delivery period and
the goods were dispatched within this delivery period, the consignee may
accept the stores and in such cases the LD shall be levied up to the date of
dispatch after QA clearance only. (Please refer clarification document also)

(iv)

The total value of the liquidated damages as per above sub-clauses shall be
limited to a maximum of 12% (Twelve percent) i.e. LD shall be levied upto 20
weeks only as per provision at para (i).

The provision of the Section- 5 Part A clause-16 shall be applied together with those
specified in Section-5 Part B clause-21.

17.

FORCE MAJEURE

17.1

If, at any time, during the continuance of this contract, the performance in whole or
in part by either party of any obligation under this contract is prevented or delayed
by reasons of any war or hostility, acts of the public enemy, civil commotion,
sabotage , fires, floods, explosions, epidemics, quarantine restrictions, strikes,
lockouts or act of God (hereinafter referred to as events) provided notice of
happenings of any such eventuality is given by either party to the other within 21
days from the date of occurrence thereof, neither party shall by reason of such
event be entitled to terminate this contract nor shall either party have any claim for
damages against
other in respect of such non-performance or delay in

34

Class 5NGN tender (Section-5 Part A)

NWP-CFA, BSNL C.O., New Delhi

performance, and deliveries under the contract shall be resumed as soon as


practicable after such an event come to an end or cease to exist, and the decision
of the Purchaser as to whether the deliveries have been so resumed or not shall be
final and conclusive. Further that if the performance in whole or part of any
obligation under this contract is prevented or delayed by reasons of any such event
for a period exceeding 60 days, either party may, at its option, terminate the
contract.
17.2

Provided, also that if the contract is terminated under this clause, the Purchaser
shall be at liberty to take over from the Supplier at a price to be fixed by the
purchaser, which shall be final, all unused, undamaged and acceptable materials,
bought out components and stores in course of manufacture which may be in
possession of the Supplier at the time of such termination or such portion thereof
as the purchaser may deem fit, except such materials, bought out components and
stores as the Supplier may with the concurrence of the purchaser elect to retain.

18.

TERMINATION FOR DEFAULT

18.1

The Purchaser may, without prejudice to any other remedy for breach of contract,
by written notice of default, sent to the supplier, terminate this contract in whole or
in part (Please refer clarification document also)

18.2

19.

a)

if the supplier fails to deliver any or all of the goods within the time period(s)
specified in the contract, or any extension thereof granted by the purchaser
pursuant to clause15;

b)

if the supplier fails to perform any other obligation(s) under the Contract; and

c)

if the supplier, in either of the above circumstances, does not remedy his
failure within a period of 15 days (or such longer period as the purchaser
may authorize in writing) after receipt of the default notice from the purchaser.

In the event the purchaser terminates the contract in whole or in part pursuant to
para 18.1 the purchaser may procure, upon such terms and in such manner as it
deems appropriate, goods similar to those undelivered and the supplier shall be
liable to the Purchaser for any excess cost for such similar goods. However the
supplier shall continue the performance of the contract to the extent not terminated.
TERMINATION FOR INSOLVENCY
The Purchaser may at any time terminate the Contract by giving written notice to the
Supplier, without compensation to the supplier. If the supplier becomes bankrupt or
otherwise insolvent as declared by the competent court provided that such
termination will not prejudice or affect any right of action or remedy which has
accrued or will accrue thereafter to the purchaser.

20.

ARBITRATION

20.1

In the event of any question, dispute or difference arising under this agreement or in
connection there-with (except as to the matters, the decision to which is specifically
provided under this agreement), the same shall be referred to the sole arbitration of
the CMD, BSNL or in case his designation is changed or his office is abolished, then
in such cases to the sole arbitration of the officer for the time being entrusted

35

Class 5NGN tender (Section-5 Part A)

NWP-CFA, BSNL C.O., New Delhi

(whether in addition to his own duties or otherwise) with the functions of the CMD,
BSNL or by whatever designation such an officer may be called (hereinafter referred
to as the said officer), and if the CMD or the said officer is unable or unwilling to act
as such, then to the sole arbitration of some other person appointed by the CMD or
the said officer. The agreement to appoint an arbitrator will be in accordance with the
Arbitration and Conciliation Act 1996. There will be no objection to any such
appointment on the ground that the arbitrator is a Government Servant or that he has
to deal with the matter to which the agreement relates or that in the course of his
duties as a Government Servant he has expressed his views on all or any of the
matters in dispute. The award of the arbitrator shall be final and binding on both the
parties to the agreement. In the event of such an arbitrator to whom the matter is
originally referred, being transferred or vacating his office or being unable to act for
any reason whatsoever, the CMD, BSNL or the said officer shall appoint another
person to act as an arbitrator in accordance with terms of the agreement and the
person so appointed shall be entitled to proceed from the stage at which it was left
out by his predecessors.
20.2

The arbitrator may from time to time with the consent of both the parties enlarge the
time frame for making and publishing the award. Subject to the aforesaid, Arbitration
and Conciliation Act, 1996 and the rules made there under, any modification thereof
for the time being in force shall be deemed to apply to the arbitration proceeding under
this clause.

20.3

The venue of the arbitration proceeding shall be the office of the CMD, BSNL, New
Delhi or such other places as the arbitrator may decide.

21

SET OFF
Any sum of money due and payable to the supplier (including security deposit
refundable to him) under this contract may be appropriated by the purchaser or the
BSNL or any other person(s) contracting through the BSNL and set off the same
against any claim of the Purchaser or BSNL or such other person or person(s) for
payment of a sum of money arising out of this contract or under any other contract
made by the supplier with the Purchaser or BSNL or such other person(s) contracting
through the BSNL. (Please refer clarification document also)

22.

The bidders, who are given Purchase Orders, must give the details of the supplies
made against all the Purchase Orders every month on the first working day of the
following month to MM and the concerned Planning Branches of BSNL (Corporate
Office).

23.

The bidder should furnish the name of his collaborator (if applicable), brand name,
model no. and type of the products offered in this tender. The technical literatures of
the products should also be submitted. No change in either technology or product
shall be permitted after opening of bids.

24. FALL CLAUSE


24.1

The prices once fixed will remain valid during the scheduled delivery period except for
the provisions in clause 12.1 of Section 5 Part A. Further, if at any time during the
contract (Please refer clarification document also)
(a)

It comes to the notice of purchaser regarding reduction of price for the same
or similar equipment/ service;
and /or

36

Class 5NGN tender (Section-5 Part A)


(b)

NWP-CFA, BSNL C.O., New Delhi

The prices received in a new tender for the same or similar equipment/
service are less than the prices chargeable under the contract.

The purchaser, for the purpose of delivery period extension, if any, will determine and
intimate the new price, taking into account various related aspects such as quantity,
geographical location etc., and the date of its effect for the balance quantity/ service
to the vendor. In case the vendor does not accept the new price to be made
applicable during the extended delivery period and the date of its effect, the purchaser
shall have the right to terminate the contract without accepting any further supplies.
This termination of the contract shall be at the risk and responsibility of the supplier
and the purchaser reserves the right to purchase the balance unsupplied quantity/
service at the risk and cost of the defaulting vendor besides considering the forfeiture
of his performance security.
24.2

(a)

The vendor while applying for extension of time for delivery of


equipment/services, if any, shall have to provide an undertaking as We have
not reduced the sale price, and/ or offered to sell the same or similar equipment/
service to any person/organization including Department of central/state
Government or any central/state PSU at a price lower than the price chargeable
under the contract for scheduled delivery period.

(b) In case under taking as in Clause 24.2(a) is not applicable, the vendor will give
the details of prices, the name(s) of purchaser, quantity etc. to the purchaser,
while applying extension of delivery period.
25.

COURT JURISDICTION:
(i)

Any dispute arising out of the tender/bid document/evaluation of bids/issue of


APO shall be subject to jurisdiction of the competent court at the place from
where the NIT/tender has been issued.

(ii)

Where a contractor has not agreed to arbitration, the dispute/claims arising out
of the Contract/PO entered with him shall be subject to the jurisdiction of the
Competent Court at the place from where Contract/PO has been issued.
Accordingly ,a stipulation shall be made in the contract as under:

This Contract/PO is subject to jurisdiction of Court at Delhi only


Click Here for clarifications in respect of Clause No. 3, 4.1, 4.2, 5.3, 6.1, 6.3, 6.4,
12.1(i), 12.1(iii), 12.1 (ii) (a), 13.2, 16.2(i), 16.2(iii), 16.2(iv), 18.1, 21 and 24.1,

37

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

SECTION 5 PART-B
SPECIAL CONDITIONS OF CONTRACT
1. INTRODUCTION
The Special Conditions of the Contract shall supplement the Detailed Notice Inviting
Tender as contained in Section-1, `General Instructions to the Bidders as contained in
Section-4 Part A, "General Commercial Conditions of the Contract" as contained in
Section-5 Part A. Wherever there is a conflict, the provisions herein shall prevail over
those in TEC GRs, Section-1, Section-4 Part A and Section-5 Part A.
2. Schedule of activities for the Tender
2.1. The following is the tentative schedule of activities associated with the Tender:
Sl.No
1.

Description of the activity


Issue of NIT

Proposed schedule
07.06.2012

2.

Availability of Tender document on etender portal

14.06.2012

3.

Training on e-Tendering process to


Vendors

From 14.06.2012 to
21.06.2012

4.

Pre-bid conference

22.06.2012
Upto 26.06.2012,

5.

Receipt of queries from prospective


bidders who purchased
tender document

6.

Reply to queries of Bidders

10.07.2012

7.

Submission and opening of bids

20.07.2012

Any change in the schedule will be notified on the BSNL web site http://bsnl.co.in. and
through corrigendum on e-tender portal. The prospective Bidders are required to keep a
watch on these web sites for any change in the schedule. (Please refer to clarification
document also)
3. Guidelines for submission of soft-copy of the Bid
The following guidelines shall be observed in submitting the soft copy of the Bid:
3.1. The softcopy of the technical and commercial offer shall contain product
documentation with complete details to verify the compliance to the requirements
provided in the Tender. The product documentation shall be of the product offered
and shall not be of generic in nature.
3.2. The softcopy of the Price Schedule in the financial Bid shall be in Microsoft Excel.
The Excel sheet shall be set for precision of two decimals only [ie. For paise only]
and the display shall also be set accordingly.
3.3. The card level BoM shall also be in Microsoft Excel with the precision limited to two
decimals only.

38

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

4.

Implementation Plan

4.1.

The implementation plan of the Class 5 NGNbeing procured through this tender is
indicated below:

S.
No.
1
Package-I:
Core
Equipment
(Class
NGN)

Zone

Site/ Locations*(Note)

Bidder

South

Chennai/ Bangalore & Hyderabad or


any other site(s) in the Zone
Kolkata / Patna or any other site(s) in
the Zone
Chandigarh / Lucknow or any other
site(s) in the Zone
Pune/ Ahmedabad or any other site in
the Zone(s)
LMGs shall be collocated at the
existing TDM Line termination units at
various stations/cities in the respective
circles in the Zone

L1

East
5 North
West

Package-II:
Access
equipment
LMG
&
associated
items

South
East
North
West

L2

L1
L2
(And M/s ITI Ltd
for Reservation
Quota)

*(Note): BSNL reserves the right to change the site/location even after the
placement of Purchase Order.
4.2.

Network Management System(NMS), ENUM/DNS Server, Prepaid system,


Multimedia Video Conferencing, Wide Area Centrex for the subscribers base
mentioned in DTR for all the zone shall be procured from L-1 bidder of Package-I
only. These equipments shall be deployed in main NOC site at Chennai/Bangalore,
DR-NOC site at Kolkata or any other NGN core site as decided by BSNL.

5.
5.1.

Eligibility conditions for Package-I and Package-II


As per detailed NIT Section I.

6.

In case a bid of Package-II is being submitted through a legally bound consortium


with OEM, having the bidder as a lead bidder, following are also applicable for
consortium bids in addition to the terms/conditions as specified in clause 4.3 of
Section - 1 (NIT):

7.

i.

Consortium agreement as per the format at Annexure-1 of Section 14 shall


clearly mention the details of scope of works and relationship, including
commercial agreement and shall be submitted in the technical bid.

ii.

Only bidder will interact with BSNL for all obligations/payment.

iii.

The bidder is not permitted to be a consortium member under another bidder


for this project.

iv.

No change in consortium members i.e. addition or dropping of a member


shall be permitted after the submission of the bid.

Bidder shall submit along with the bid, the complete list of OEM partners (including
database vendor) formed for bidding in this tender including but not limited to

39

Class 5 NGN tender (Section-5 Part-B)


Hardware-Software
Members, etc.

Solution

NWP-CFA, BSNL C.O., New Delhi

Providers/

Technology

Providers/

Consortium

7.1.

The bidder shall identify solutions/ technology/ product that have a clear road map
from respective OEMs for the next 5 years w.e.f. date of submission of the bid and
the same shall be submitted in the technical bid.

7.2.

The bidder shall furnish signed letters from all the OEM partners stating their
participation in the said tender. (Please refer clarification document also)

7.3.

The bidder shall have Teaming agreement with each of the OEM partners
(including data base vendor) individually, to ensure that respective product support
for implementation, operations, maintenance, spares and upgrades is available to
BSNL for a minimum period of 8 years from the date of commissioning the
product/service. The copies of the actual Teaming Agreement between the bidder
and each of the partner companies shall have to be submitted along with the
Technical bid. All such agreements shall be signed by the respective authorized
signatories of the concerned companies.Format of teaming agreement is at
Annexure-A of Section 14. (Please refer to clarification document also)

7.4.

Support Certificate: Each of the OEM partners shall also certify direct support of
its respective products supplied to bidder and BSNL for a period of 8 years from
the date of commissioning, giving a clear road map, as per Annexure C of
Section 14 of the tender document. (Please refer to clarification document also)

7.5.

Bidder has to keep the AMC support current from all the OEMs during the contract
period (including implementation, warranty and AMC period). In case it is noticed
that bidder has not renewed the AMC services from any of the OEMs then BSNL
shall be at liberty to renew the AMC contract directly from the respective OEM at
the risk and cost of the bidder. (Please refer to clarification document also)

8.

Proven Performance for different Equipment under Package I and Package II:

8.1

Proven Performance of the Equipment being offered for Package I: NGN Core
Equipment (Class 5 NGN)
The Equipment being offered shall have adequate deployment and proven
performance. The deployment required for the respective Equipments to be
considered for this Tender is stated below:
Sl
No.

Network Element

Deployment Required

1.

IMS {Call Servers & a. Quoted model shall be working at least in 2


Database/ HSS} of
countries.
NGN
core
b. At least one commercial deployment for minimum
equipment.
capacity of 5,00,000 subscriber base and live
commercial traffic carrying for a minimum period of
one year at the time of bid submission for the
quoted model .
c. Provenness for interoperability with minimum two
OEMs of Media Gateways/LMGs/MSAN in
commercial deployment for a minimum period of
one year at the time of bid submission.

40

Class 5 NGN tender (Section-5 Part-B)

2.

NMS

NWP-CFA, BSNL C.O., New Delhi

a. Working at least in 2 countries.


b. Two commercial deployment of more than 5000
network elements each, with eMSs of different
OEMs of NGN equipment for a minimum period
of one year at the time of bid submission.

3.

eMS

a. Working in commercial deployment for a


minimum period of one year at the time of bid
submission.
b. Working at least in 2 countries.

4.

Prepaid Solution

a. Two commercial deployments of more than


250,000 subscribers base each, for a minimum
period of one year at the time of bid
submission.
b. Working at least in 2 countries.

5.

8.1.

Multimedia
VideoConferenc
ing
Solution
(Please
refer
to
clarification
document
also)

a.

b.

Two commercial deployments of more than


100,000 subscribers base each for a minimum
period of one year at the time of bid
submission.
Working at least in 2 countries.

(Please refer the Amendment No. 4 Part A below)

Amendment No. 4
Part A: The Sl No. 2 of Clause no.8.1 (for NMS) and Sl No. 5 of Clause no.8.1 (for
Multimedia Video- Conferencing Solution) of Section 5 Part-B are amended as
follows:8.1 (Sl No. 2 and 5)
Sl
No
2

Network
Element
NMS

5.

Multimedia
VideoConferencing
Solution

Deployment Required
a. Working at least in 2 countries.
b. Two commercial deployment of more than
5000 network elements each, with eMSs of
different OEMs of Internet Protocol (IP)
related equipments for a minimum period
of one year at the time of bid submission.
c. Two commercial deployments of more than
10000 subscribers base each for a
minimum period of one year at the time of
bid submission.
d. Working at least in 2 countries.

41

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

8.1.1 Necessary client certificate from the relevant network operator as specified in
clause-(8.1) above shall be submitted by the Bidder as part of the technical and
commercial Bid to establish the provenness of the Equipment offered.
8.2.

Proven Performance of the Equipment being offered for Package II: Access
Equipment (LMGs & associated items) (Please refer to clarification document also)
The Equipment being offered shall have adequate deployment and proven
performance. The deployment required for the respective Equipments to be
considered for this Tender is stated below:

No
.
1.

Network
Element

Deployment Required

a. Working at least in 2 countries.


Class 5
Line
b. Commercial deployment for minimum capacity of 50,000
Media
subscriber base (POTS & xDSL) and live commercial traffic
Gateway
carrying for a minimum period of one year at the time of bid
(LMGs)
submission for the quoted model(s)
c. Proven performance for interoperability with minimum two
OEMs IMS (Call server & Databases)
in commercial
deployment for a period of minimum one year at the time of bid
submission.

2.

eMS

a. Working in commercial deployment for a minimum period of


one year at the time of bid submission.
b.

Working at least in 2 countries.

(Please refer the Amendment No. 4 Part B below)


Amendment No. 4
Part B: The Sl No. 1 of Clause no.8.2 (for LMGs) of Section 5 Part-B is amended as
follows:8.2 (Sl No. 1)
Sl Network
Deployment Required
No. Element
1. Class 5 Line Media d. Working at least in 2 countries.
Gateway (LMGs)
e. Commercial deployment for minimum capacity of 50,000
subscriber base (POTS & xDSL) and live commercial
traffic carrying for a minimum period of one year at the
time of bid submission for the quoted model(s)
f. Proven performance for interoperability with,
(i) minimum two OEMs IMS (Call server & Databases)
in commercial deployment for a period of minimum
one year at the time of bid submission.
OR,
(ii) one OEMs IMS (Call server & Databases) other than
the OEM of LMGs; and one OEMs Call Server and
databases on SIP interface, in commercial
deployment for a period of minimum one year at the
time of bid submission.

42

Class 5 NGN tender (Section-5 Part-B)

8.3.

8.4.

8.5.

NWP-CFA, BSNL C.O., New Delhi

Necessary client certificate from the relevant network operator as specified in


clause-(8.2) above shall be submitted by the Bidder as part of the technical
and commercial Bid to establish the proven performance of the Equipment
offered.
Biddershall ensure that certificates and verifiable references (eligibility
clause) are authentic. Bidder shall give an undertaking on its letter head that
they are satisfied about the correctness of the certificate and verifiable
references.
The contact details shall be given for contact person for references, as specified
below:
(a) Details of the contact person:
i. Complete postal address
ii. Contact numbers and FAX
iii. Email address
(b) Postal address of the Location(s) of the place of deployment

8.6.

All Software OEMs shall provide a certificate that proposed application is


commercially deployed (With verifiable references) on the quoted hardware and
Operating System (OS) for at least one year as on the date of bid submission. The
Bidder and the hardware vendor shall also sign this certificate jointly. (Please refer
clarification document also)

8.7.

OS vendor shall also certify that proposed software applications is commercially


deployed (With verifiable references) for at least one year as on the date of bid
submission on their OS mentioning the version as well. (Please refer clarification
document also)

8.8.

RDBMS selected for specific application shall be up and running with the application
in a production system (live-site ) for at least one year as on date of submission of
the Bid. Certificate taken from Software OEM, with detail of reference site in this
regard shall be submitted along with bid. (Please refer clarification document also)

8.9.

Various products including servers, networking equipments, storage etc should be


commercially launched for at least one year as on the date of bid submission. Any
product shall be considered as commercially launched if it has been supplied to a
customer for deployment by the OEM (with proof of supply shall be attached).
(Please refer to Corrigendum No. 1 below) (Please refer clarification document also)
Corrigendum no -1: dated 17/08/2012
In view of Response/clarification no 67 with reference to clause no 8.9. of section 5
Part B, the words quoted hardware and Operating System(OS)
in
Response/clarification no 70 with reference to clause no 8.6 of section 5 Part B shall
be read as quoted Operating System(OS). Accordingly, same can be incorporated
in the Annexure-E.

8.10. For all products quoted by the bidder, documentary evidence in respect of the
compliance of the clauses mentioned in the tender document shall be furnished in
the form of product datasheet, product manual, user manual, etc.

43

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

8.11. Site references shall be verifiable and in case, needed, BSNL reserves the right to
visit the reference site.BSNL team is at liberty to visit these live sites at its own cost
for verification of the details submitted by the bidder for that particular site, however
bidder shall be required to organize and co-ordinate the visit at referred site.
9.

Quality Assurance (QA):

9.1

Indigenous Equipment: The supply of Equipments manufactured indigenously


shall be accepted only after quality assurance test are carried out by the QA. For
other items which do not have TEC GR, QA shall be done based on a test schedule
submitted by the Successful Bidder and approved by BSNL. However, for branded
IT items such as computers, laptops, servers and computer peripherals that are
supplied by ISO certified companies, BSNL, at its discretion, may accept the testing
and quality certificate of such companies in lieu of QA requirements and copy of the
same shall be submitted to the relevant Circle at the time of supply of these
Equipments and to the InspectionCircle for verification while offering for acceptance
testing. The relaxation of QA requirement, if necessary, shall be given by BSNL on a
case-to-case basis.

9.2

Imported Equipments: The supply of imported Equipment shall be accepted only if


it is accompanied with factory test reports/certifications of various performance
parameters required as per relevant TEC GR & DTR of this Tender together with
environmental test as per BSNL QA document QM333. Any imported Equipment not
accompanied by the factory test reports/certifications of various services, features,
facilities and performance parameters as per relevant TEC GR together with
environmental testing certificate as per QA document QM-333 shall not be accepted.
For the IT equipments such as Routers, servers etc. supplied by ISO certified
companies Supplier shall seek for any specific relaxation, if necessary along with
reasons, on QM333 requirements from CGM, QA before supplies are made which
will be considered by QA circle and decision of the same will be binding. The factory
test reports and certification with relaxed parameters are to be submitted along with
the supplies. (Please refer clarification document also)

9.3

BSNL shall conduct certain quality tests at factory premises of the Successful Bidder
or its vendor (as the case may be) like load test, environmental test and any other
test for which Successful Bidder/Vendor expresses his incapability of demonstrating
at the designated installation site. (Please refer clarification document also)

9.4

The items like installation materials, earthing materials will be tested at the sites at
the time of acceptance testing and no QA will be required for these items.

9.5

The supply of equipment/stores/services shall strictly adhere to the package


discipline as described in the Purchase Order. A particular item mentioned in SoR
would deem to have been received in full only if all the parts/components,
installation material etc are supplied as a package during Scheduled Delivery
Period.

9.6

The network Elements to be supplied shall be fully integrated and tested for all the
features, facilities, services, performance, parameter setting, capacity, protocols
etc., before dispatch to the installation site designated by the Purchaser. No
interworking trials for API, interfaces and protocols shall be allowed during testing in
the field. Any delay arising out of such integration trials in the field would viewed
seriously and dealt appropriately.

44

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

(Please refer Amendment No. 6 below)


Amendment No. 6
The Clause no. 9 - (9.1, 9.2 and 9.6) of Section 5 Part-B are amended as follows:9.1 Indigenous Equipment: The supply of Equipments manufactured indigenously
shall be accepted after quality assurance (QA) tests are carried out by the QA circle
of BSNL. For other items which do not have TEC GR, QA shall be done based on a
test schedule submitted by the Successful Bidder and approved by BSNL. However,
for items such as personal computers, laptops, and computer peripherals that are
supplied under this tender, BSNL shall accept the Factory testing report/certificate in
lieu of QA requirements and copy of the same shall be submitted to the relevant
Circle at the time of supply of these Equipments.
9.2 Imported Equipments: The supply of imported Equipment shall be accepted
along with factory test reports/certificates, unless otherwise specified in Tender.
9.6 The network Elements to be supplied shall be integrated and tested for all the
features, facilities, services, performance, parameter setting, capacity, protocols etc.,
before dispatch to the installation site designated by the Purchaser.
10.

Environmental Testing:
environmental tests :

The

equipment

10.1

Media gateways/Line Media Gateway

will

be

subjected

to

following

:Category A of QM333.

However, the environmental tests shall not be carried out in case the supplier
produces Certificates regarding environmental tests for conditions which can be
considered as equivalent to or more stringent than QM-333.

10.2.

NGN Core:
For NGN Core Network implemented on own/ third party CTCA /ATCA based or
ATCA compliant Carrier Grade Systems, NEBS (GR-63 Core/Bell core 63 and GR1089) certificates from third party accredited labs shall be submitted. The certificate
shall be submitted along with equipment.

10.3.

SMPS Power Plant/UPS- As per BSNL prescribed environmental test categories &
procedures. (Please refer clarification document also)

10.4. BSNL reserves the right to depute its representatives to the factory premises abroad
to inspect/ verify/ witness the QA testing of equipments/software. All the expenses
related to travel, boarding and lodging, etc. of BSNL officers shall be borne by BSNL
or else BSNL may decide to carry out tests in India at bidder's factory premises.
10.5. A quality manual describing the QA system shall be submitted along with the bid,
which should include following:
i. The details about the component quality assurance and quality system practices,
including data on critical components.
(Please refer Amendment No. 7 below)

Amendment No. 7
45

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

The Clause no. 10 (10.1 and 10.4) of Section 5 Part-B are amended as
follows:10.
Environmental Testing:
environmental tests:

Following equipment will be subjected to

10.1. Trunk Media gateways/Line Media Gateway/IAG: Category A of QM333.

Trunk Media Gateways/ Line Media Gateways/ ISDN Access Gateways shall
be subjected to QM333 tests as per TEC GR. The supplier shall offer for QM
333 testing within two months of issue of Purchase Order(PO).
10.4 BSNL reserves the right to depute its representatives to the factory premises in
India/ abroad to inspect/ verify/ witness the testing of equipments/software. All the
expenses related to travel, boarding and lodging, etc. of BSNL officers shall be
borne by BSNL.
11.

Disqualification and barring of Bidders

11.2.

The Purchaser reserves the right to disqualify such Bidders who have a record of
not meeting contractual obligations against earlier contracts entered into with the
BSNL.

11.3.

In the event of the Bidder/Supplier/Vendors failure to perform any of the obligations


under this Contract, the Bidder/Supplier/Vendor including his/their associated firms/
companies/collaborators shall be barred from participating in any of the tenders of
BSNL or its units for a period of three years.
(Please refer Amendment No. 8 below)
Amendment No. 8
The Clause no. 11 (11.2 and 11.3) of Section 5 Part-B relating to Disqualification
and barring of Bidders of Section 5 Part-B are amended as follows:Clause No.11.2 is deleted.

11.3 In the event of the Bidder/Supplier/Vendors failure to perform any of the


obligations under this Contract, the Bidder/Supplier/Vendor including his/their
associated firms/ companies/collaborators, BSNL reserves the right to bar the
bidder from participating in any of the tenders of BSNL or its units for a
period of three years.
11.4.

The Purchaser reserves the right to blacklist a Bidder/Successful Bidder debarring


him to participate in any of the tenders floated by BSNL for a suitable period, in case
he fails to honour the obligations under the Tender/Contract.

11. Seeking Clarification on the Tender Document


11.1.

Query
No

Only those queries received through e-Tendering Portal, that are received by the
Purchaser within the prescribed schedule shall be considered for issue of
clarification. The format of the queries shall be raised as below:
Section Main
Clause

Sub
clause

Sub-Sub
Clause

Sub sub- Clause


sub Clause
Description

Query

46

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

11.2. Clarifications issued by the Purchaser, either by its own volition or in response to
the queries raised by the prospective Bidders shall form an integral part of Tender
Document and shall be treated as amendment of relevant clauses of the Tender
Document.
12.

Project Import Benefit

12.1.

Benefit in custom duty, if any, on account of infrastructure project import shall be


passed on to the Purchaser. The Supplier shall take action for arranging
infrastructure benefit for telecom equipment. It shall be the responsibility of the
Supplier to avail reduced rate of custom duty as applicable. (Please refer
clarification document also)

12.2.

The Supplier shall be responsible for the reasonability of the cost quoted for the
imported Equipment including satisfying the custom authorities, if required, in this
regard. The Supplier shall also be responsible for custom clearance, transportation,
insurance etc., including payments thereof. The Supplier shall be fully responsible
for the performance, compliance to TEC specifications and tender requirements of
the imported Equipment.

12.3.

The Purchaser proposes to adopt provisions under High Sea Sales to avail
infrastructure project import benefits and/or other benefits that accrue with it of the
imported equipment. Since the title of the goods/materials would be in the name of
BSNL after the High Sea Sales, the customs duty will be paid by the Purchaser
directly to the customs authorities. The payment of customs duty shall be regulated
as under: (Please refer clarification document also)

12.4.

In case the custom duty levied by the customs authorities is less than the rate
indicated in the Bid, the benefit of the reduced rate would be passed on to the
Purchaser. However, if the rate of customs duty paid is higher than that quoted in
the Bid and no revision in the duty structure is done by the Government at the time
of import, the same will be absorbed by the Supplier. Revision in custom duty
during and after the Scheduled Delivery Period will be regulated as per the clause
12.1 of Section-5 Part A. (Please refer clarification document also)

12.5.

Custom duty paid directly by the Purchaser to the custom authorities including that,
if any, paid in excess of that quoted by the Supplier shall be deducted in full from
the first payment due to the Supplier subsequent to the payment of custom duty.
(Please refer clarification document also)

13.

Validation:

13.1. The network/ equipment shall be subjected to on-site validation by the team
designated by BSNL.Validation shall cover at least one set of each type of
equipment.
13.2. The systems/Equipments supplied in the network, and installed by the Bidders
against the Purchase Orders placed on them shall be subjected to validation by the
team designated by BSNL during which the tests as per the provisions in the TEC
specifications and Tender requirements shall be conducted. The Test Schedule and
Procedures for Validation Testing shall be submitted by successful bidder within
15days from date of Purchase Order and shall befinalized by the BSNL in
consultation with the Bidders within 2 months from the date of Purchase Order. The
system for the purpose of equipment validation is defined as a set of network

47

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

elements that shall be required to simulate all the services which are mandated in
this Tender Document.
13.3. Inter-working both intra and inter zones and between network elements of various
vendors shall form an essential part of the requirement for validation clearance. The
configuration that shall be offered for validation shall be decided by BSNL and the
testing methodology shall be finalised in consultation with the Supplier.
13.4. Successful bidder (also referred as supplier) shall arrange to validate complete NGN
Core equipment interworking it with IP/MPLS network, IP-TAX, Mobile Network,
Broadband Access, the existing PSTN network via existing / proposed Converged
MPLS network, IN, SSTP at the site(s) determined by BSNL as well as OSS & BSS
system of BSNL. . (Please refer clarification document also)
13.5. Supplier of Package II shall be responsible for integration testing of NGN Access
Equipment (LMGs/Media Gatways and eMS) with NGN core (Package-I). However,
the supplier of Package-I shall be responsible to provide full support including supply
of interface information for such integration testing. The supplier of Package-I shall
also be responsible for integration/interworking testing of NGN core equipments as
per detail given at cl no 9 of Annexure-1 of section 5 Part B. and the supplier of
package-II shall be responsible for integration/interworking testing of NGN Access
equipments as per detail given at cl no 14 of Annexure-2 of section 5 Part B.
13.6. Suppliers of Package-I shall be responsible for integration testing of NGN Core
Equipment inter zone and also with Pre-paid and Multimedia video conferencing
system, Wide Area IP Centrex, LIMS, NMS, VAS, FMC applications etc.
13.7. The bidder(s) shall submit the required integration/integration support services and
documentation etc. for integrating the NGN Core equipment Package I and NGN
Access equipment (Media Gateways/LMGs) or any other components to be supplied
under this tender with OSS&BSS systems of Wire-line and Broadband, MPLS,
Multiplay Network.
13.8. The successful bidder will submit the Validation test document (including but not
limited to all test of all services, features, Capacity test/ quality testing, Traffic trials,
Triple play trials for High Speed Internet, Broadcast TV, Multicasting and Video on
Demand etc.), Multimedia Video Conferencing, Wide Area IP Centrex within one
month of issue of PO. The validation test document shall contain the list as well as
procedures for the tests which are proposed to be conducted during the validation/
field trial to test the conformance of the equipment to the Technical Specifications.
The test schedule and procedures for validation tests will be finalized by BSNL.
13.9.

Any deficiency found during validation in performance of the system as per the
requirement shall be rectified by the successful bidder. The Supplier shall provide,
at his own cost all the testing equipments/instruments including load test
equipmentas required for all the tests to be conducted for validation.

13.10. The bidder shall make available software programs and testers required for carrying
out the Validation tests as per the schedule. The bidder shall indicate whether the
software package includes programs for testing the nodes under full load conditions
and overload conditions by creation of artificial traffic. Such test program shall be
provided by the bidder for the limited purpose of testing. The Bidder shall also
indicate the technique used in the creation of such artificial traffic. Details of various
items required for the above purpose may be specified in compliance to this clause.

48

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

13.11. Any additional test equipment required during Validation shall be arranged by the
bidder at no additional cost to BSNL, so as to complete the Validation as per the
specified time schedule in this document.

14.

Acceptance Testing (A/T):

14.1. Purchaser reserves the right to appoint any testing authority including its own A/T
team for carrying out Acceptance Testing of the network and its network elements.
The acceptance test schedule generally covers (but not limited to) the following:
(i)
(ii)
(ii)
(iii)
(iv)

Check on ironwork, cabling and wiring.


Functional test on individual equipment /network for meeting the required
parameter.
Load testing of engine , battery and power plants
Traffic trials.
Integration/Interworking testing with existing network elements including
equipment being procured through this tender under Package-I & PackageII. Please refer cl 9 of Annexure-1 of section 5 Part B for Package-I and
clause no 14 of Annexure-2 of Section 5 Part B for Package-II.

14.2. The Selected Bidder shall submit the Acceptance test schedule within one month of
issue of PO and finalize the same in consultation with BSNL within two months from
the date of issue of PO. Bidder shall also clearly indicate the specification clause(s)
verified by each test. BSNL shall have the right to make modifications or additions to
any test or techniques of measurement as considered necessary by it.
14.3. Bidder shall arrange the equipment (including CPE/terminal with requisite features)
for A/T purpose without any financial implications to BSNL. The bidder shall indicate
whether the software package includes programs for testing the nodes under full
load conditions and overload conditions by creation of artificial traffic. Such test
program shall be supplied by the bidder for the limited purpose of testing. The Bidder
shall also indicate the technique used in the creation of such artificial traffic. Details
of various items required for the above purpose may be specified in compliance to
this clause.
14.4. BSNL will carry out all the tests detailed in the acceptance test schedule to confirm
that the performance of the different modules, subsystems, and entire installation
satisfies the specified requirement of specifications including service performance.
(Please refer Amendment No. 9 below)
Amendment No. 9
The Clause no. 14.4 of Section 5 Part-B is amended as follows:14.4 BSNL concerned Circle shall offer equipment for acceptance testing to A/T
team that will carry out the tests detailed in the acceptance test schedule to confirm
that the performance of the different modules, subsystems, and entire installation
satisfies the specified requirement of specifications including service performance
14.5. Any components or modules failing during the acceptance tests shall be replaced at
no additional cost to the Purchaser at site by the Selected Bidder. These shall be
shipped within two weeks of the initial reports. Notwithstanding the pre-supply tests
and inspections prescribed in this document, the equipment and accessories will

49

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

also be pre-tested by supplier, before offering to A/T, in coordination with the Node
In-charge as per the procedure and Performa provided by purchaser in due course
during and after installation/ commissioning before take over and if any equipment
and part thereof is found defective, the same shall be replaced at no cost to the
purchaser.
14.6. If any equipment or any part thereof, before it is taken over under as specified in the
document, is found defective or fails to fulfill the requirements of the contract, the
inspector shall give the Supplier notice setting forth details of such defects or failure
and the supplier shall make the defective equipment good, or alter the same to make
it comply with the requirements of the contract forthwith and in any case within a
period not exceeding one month of the initial report. These replacements shall be
made by the supplier free of all charges at site. Should it fail to do so within this time,
the purchaser reserves the discretion to reject and replace at the cost of the supplier
the whole or any portion of equipment as the case may be, which is defective or fails
to fulfill the requirements of the contract. The cost of any such replacement made by
the purchaser shall be deducted from the amount payable to the supplier.
14.7. When the AT tests called for have been successfully carried out, the ultimate
consignee will forthwith issue a Taking Over Certificate. The ultimate consignee shall
not delay the issue of any Taking Over Certificate contemplated by this clause on
account of minor defects in the equipment which do not materially affect the
commercial use thereof provided that the supplier shall undertake to make good the
same in a time period not exceeding six months. The Taking Over Certificate shall
be issued by the ultimate consignee within six weeks of successful completion of
tests.
14.8. After all acceptance tests have been successfully carried out to the satisfaction of
the BSNL, BSNL will certify the equipment as fit for commissioning.
15.

SOFTWARE

15.1. All the software licenses supplied against this Tender Document shall be perpetual
without any limitations on use and shall be licensed in the name of BSNL. Licensing
matrix shall be indicated for each of the applications in Section-14 Annexure-F.
15.2. Software version of the equipment being supplied must be indicated in the schedule
of requirements as well as in other documentation. Bidders must quote for all
necessary licenses required to meet out the tender requirements, however BSNL
reserves the right to order requirednumber of licenses depending on the availability
of licenses with BSNL for such products. Wherever licenses are available, the prices
shall be affected on pro-rata basis.
15.3. For the third party applications software, the bidder shall have arrangement with the
respective software OEMs for maintenance/upgrade to meet the obligations under
this tender.
15.4. Certified and licensed copies of the application software required shall be supplied.
Only Freeware software (i.e. Linux & Apache) that is supported by respective OEMs
for a period of Eight years can be supplied bundled with application /solution. Details
shall be submitted along with the technical bid. Unsupported software with no
provision of bug fixing, upgrades and updates shall not be accepted.
(Please refer to Amendment No. 10 below)
Amendment No. 10

50

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

The Clause no. 15.4 of Section 5 Part-B is amended as follows:15.4 Certified and licensed copies of the application software required shall be
supplied. Only supported Freeware software (i.e. Linux & Apache) that is supported
by respective OEMs for the period of contract (i.e. Eight years) can be supplied
bundled with application /solution. Details shall be submitted along with the technical
bid. Unsupported software with no provision of bug fixing, upgrades and updates
shall not be accepted.
15.5. Software versions in the various subsystems should be latest & the bidder shall
indicate complete details along with deviations if any. Software version of the
Equipment being supplied should be latest and must be indicated in the Bid element
wise.
15.6. All the software upgrades and/ or patches required for the system supplied shall be
implemented free of cost at each site during Warranty and AMC periodby the bidder.
(Please refer clarication document also)
15.7. All system interfaces should be industry standard open interfaces.
15.8. The system hardware/software shall not pose any problem due to change in date
time caused by events such as change of millennium, century, leap year etc, in the
normal functioning of the equipment.
15.9. Any customized operation and Management reports from the system required by
BSNL during the warranty and AMC period shall be provided by the successful
bidder without any additional cost to BSNL.
15.10. The bidder has to provide open published APIs of Software systems supplied
against the Purchase Order for the purpose of integration with other systems like
NMS, EMS, Billing, Provisioning, CRM.
15.11. No software licenses spanning multiple network elements shall be allowed and if
quoted in the Bid shall not be paid. The software licenses shall correspond to a
specific network element and BSNL reserves the right to acquire the quantum of
license for each network element independently and as it deems appropriate. The
Supplier shall supply the extent of software license ordered and shall not impose any
restriction on the use of such license for the bonafide operational requirements of
BSNL.
(Please refer to Amendment No. 11 below)
Amendment No. 11
The Clause no. 15.11 of Section 5 Part-B is amended as The Supplier shall supply the extent of software license as per requirement and
shall not impose restriction on the use of such license for the operational
requirements of BSNL.
15.12. All the system and application software loaded in the various network elements shall
be supplied in reloadable media to the consignee in a manner suitable for re-loading
in the network element.
15.13. All the Software upgrades and/or patches required for the maintenance of the
system supplied/shown in the roadmap for realisation of the features stated in the
Bid will be implemented without any additional cost at each site during the currency
of the warranty and AMC and acceptance testing of the system will be done by the

51

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

Supplier through an authority designated by BSNL for all functions of all systems
after the implementation of Software upgrades/patches in each system. The
Successful Bidder shall have to associate BSNL officers in developing any additional
features/services in the software centres which are not inherently available in the
system and required to match with the competition.
(Please refer to Amendment No. 12 below)
Amendment No. 12
The Clause no. 15.13 of Section 5 Part-B is amended as follows:15.13 All the Software upgrades and/or patches required for the maintenance of
the system supplied/shown in the roadmap for realization of the features stated in
the Bid will be implemented without any additional cost at each site during the
currency of the warranty and AMC and acceptance testing of the system will be
done by the Supplier through an authority designated by BSNL for all functions of all
systems after the implementation of Software upgrades/patches in each system.
15.14. Technical support centre:- Successful Bidder shall have to establish its Technical
support centre within six months of award of Contract to provide to provide technical
support to ensure smooth functioning of equipment supplied by them and to meet
additional requirements from time to time. The Bidder shall submit details of location,
number of personnel, facility to be made available at technical support centre in the
Bid.
16.

Conditions Regarding Submission of Bids

16.1. Package-I: NGN Core equipment refer sub-clause-(x) of clause 4.2.1 in section 1.
16.2. Package-II: NGN Access equipment refer sub-clause-(viii) of clause 4.3.1 in
section 1.
16.3. The purchaser shall reject all such bids which are in violation of the above cl no 16.1
& 16.2.
17.

Any item required for the completion of the project as per tender, but not quoted,
shall be supplied by the bidder at no additional cost to BSNL.

18.

TENDER EVALUATION
As per clause no 21 & 22 of section 4 Part A.

18.1

The Financial evaluation methodology is as per Section- 4 Part A clause-22 of the


Tender Document.

18.2

Further, the Bid shall be evaluated as a package quoted by the Bidders for various
equipments/materials/services as per the criterion given below:
(i)

The price of various components forming part of the packages detailed in the
SoR at Section-6 shall be evaluated. It shall also include all those items
which respective Bidders consider essential for commissioning purposes.
The sanctity of the price of individual items shall be maintained by the
Bidders within the package even though the evaluation is package based.

52

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

(ii)

For such items which are to be included in addition to what has been
mentioned in the SoR, it is the responsibility of Bidder to indicate the
quantities to be ordered for the project execution and it shall also form part of
evaluation of total package. If the Bidder indicates quantities of any of the
item as zero, such items are to be supplied free of cost irrespective of quote
being available. Further the quantity of such items shall match with the
quantity specified for the network element to which such an item is
associated with.

(iii)

The prices of each individual item shall form part of financial Bid and the total
package price for evaluation shall be the quoted price excluding AMC + NPV
of the AMC of 7 years discounted @ 12% per year.

(iv)

The Bidder shall quote the cost of AMC for a period of 7 years for all the
elements except for the battery for which it shall be 5 years AMC after the
expiry of the warranty as mentioned in clause 23. The Bidders shall quote
the AMC prices as a percentage of the quoted equipment cost for each of the
7 years.. (Please refer clarification document also)

(v)

The bidder has to quote a minimum AMC cost of 3% of the equipment cost.
In case the AMC rate quoted is less than 3 %, then for the evaluation
purpose, AMC rate shall be taken as 3%, as illustrated in Table (A) under
clause no 18.5 of Section 5 Part B.However, payment towards AMC shall be
as per the quoted AMC rate, as illustrated in said clause.

(vi)

Although the AMC amount quoted is taken for evaluation as referred above,
the amount payable towards AMC charges shall be determined based on the
actual purchase made by BSNL.

(vii)

In order to reach the required level of techno-commercial compliance, the


financial Bid of the bidders shall be treated as below, for the purpose of
arriving at ranking:(a)

In case any item is not quoted by a Bidder mentioned in the SOR of the
tender document (section-6), the bid shall be loaded by the highest price
quoted in its own bid. In case the price is not available in its own bid then
the bid shall be loaded by the highest price quoted by any of the bidders
for that item. The loaded item shall be supplied free of cost by the bidder.

(b)

Cases in which the bidder has quoted for less quantity for any of the
items than that indicated in the SoR of the tender document (section-6),
then the price bid shall be loaded to the extent of the difference in
quantity of the item to meet the full requirement of the SoR on a pro-rata
basis for the purpose of evaluation. For ordering purposes, the unit price
in such cases shall be re-worked for the total quoted price with the
revised quantity.

(c)

No de-loading of the bid is envisaged, if the quoted quantity in the bid is


higher than that requested in the tender for the purpose of evaluation.

(d)

AMC cost shall not be paid for all items supplied free of cost on account
of the loading. The same principle shall be applied for the cost towards
services and all other items (Please refer clarification document also)

(e)

Offer to the L1 bidder(s) after correcting the arithmetical errors and


effecting change in unit prices due to loading shall not tantamount to
counter offer.

53

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

(viii) Though the prices of optional item/s have been separately asked for, the cost
of Optional item/s shall be included for evaluation of the tender, unless
otherwise specified. BSNL reserves the right to procure or not to procure the
optional items.
(Please refer to Amendment No. 14 below)
Amendment No.14
The clause no. 18.2(ix) is inserted in Section 5 Part B after the clause no 18.2(viii)
of Section 5 Part B as follows18.2.(ix) For the purpose of tender evaluation, the prices quoted against line item in
the SoR in the Price Schedule ( Section 11 Part II) shall only be considered. In
case, sum of the breakup of prices in the detailed BoM is more than the price
quoted against line item as per the SoR in the Price Schedule, the itemized prices
in the BoM shall be de-rated. However, in case sum of the breakup of prices in the
detailed BoM is less than the price quoted against line item in the SoR in the Price
Schedule, the prices against line item in the SoR in the price schedule shall be
considered for the purpose of evaluation but while ordering the prices shall be
restricted to the prices quoted in the detailed BoM of that SoR line item.

18.3

Package-I and Package-II shall be evaluated independently and ranking


decided independently.

18.4

(i) For Package-I: Bid shall be evaluated as per the price schedule for Schedule of
Requirement (SOR) for Package-I: NGN Core equipments based on IMS (Call
Server & Database/HSS) based Architecture as per Section 6 Part(A).. Bidder
shall give price schedule for only one solution otherwise bid shall be
summarily rejected.
(ii) For Package-II: Bid shall -be evaluated as per the price schedule for Schedule
of Requirement(SOR) for Package-IINGN Access equipments given at section 6
Part (B)

18.5

For AMC cost NPV calculations: Cost of AMC for the period mentioned in the
price schedule shall be calculated to the Net present value (NPV) at a discounted
rate of 12% per annum, for evaluating purpose as per the formula given below:
NPV= A1/(1+r/100)2+ A2/(1+r/100)3+ A3/(1+r/100)4+ A4/(1+r/100)5 + A5/(1+r/100)6 +
A6/(1+r/100)7 + A7/(1+r/100)8
Here A1, A2, A3, A4, A5, A6, A7 are the AMC amounts for first, second, third, fourth, fifth,
sixth, seventh years subsequent to the one year of warranty and r is the
discounting rate of 12% per annum.
Note: For evaluation purpose discounting shall be done on annual basis at a
discounting rate of 12% per annum.
Tables under clause 18.5 : Illustration for evaluation purpose
Table-A
Summary sheet for Successful bidder in Package-I

54

Class 5 NGN tender (Section-5 Part-B)


Sl
No

Item

1
2
3
4
5
6
7
8
9
10
11

Equipment-Imported
Equipment-Indigenous
Services( excluding AMC)
AMC - year 1
AMC - year 2
AMC - year 3
AMC - year 4
AMC - year 5
AMC - year 6
AMC - year 7
AMC after NPV , taking
one year of warranty
12 Total
18.6

NWP-CFA, BSNL C.O., New Delhi

Qouted
Price

AMC
value in
%

1,000
1,200
800
20
20
20
20
20
20
20

0.91%
0.91%
0.91%
0.91%
0.91%
0.91%
0.91%

Evaluated
Price
based on
quoted
value

Evaluated price (
as per clause
22.4 of section 4
part A) with
minimum 3%
AMC, wherever
applicable

1,000
1,200
800
16
14
13
11
10
9
8
81

1,000
1,200
800
53
47
42
37
33
30
27
269

3,081

3,269

Presumption for certain items:-This Tender Document seeks a comprehensive


and complete requirement of hardware and software for the successful installation
and commissioning of the NGN Class 5 network. In case the Bidder has not quoted
for any of the item that are essential for the completion of the project in respect of
Package-I and/OR Package-II ( as applicable), it shall be presumed that cost of
such items is covered as part of some other sub-system of the offer and no extra
amount shall be payable by Purchaser. In the evaluation of the Bid, cost of such
item shall be taken as Nil while the same shall be made available to Purchaser as

per requirement without any additional cost. The Successful Bidder shall be
required to supply all material/goods/services required to make the equipment
operative as per the requirements, after integrating with the existing network (even
if it is not shown in Bill of Material).
(Please refer to Amendment No. 13 below)
Amendment No. 13
The Clause no. 18.2(ii) and 18.6 of Section 5 Part-B are amended as 18.2(ii) For such items which are to be included in addition to what has been
mentioned in the SoR, it is the responsibility of Bidder to indicate the quantities
under
any
other
item
for
successful
implementation
including
integration/interworking to be ordered for the project execution and it shall also form
part of evaluation of total package. If the Bidder indicates quantities of any of such
item(s) as zero, such item(s) are to be supplied free of cost irrespective of quote
being available. Further the quantity of such items shall match with the quantity
specified for the network element to which such an item is associated with.
18.6 This Tender Document seeks a comprehensive and complete requirement of
hardware and software for the successful installation and commissioning of the NGN
Class 5 network. The Bidder shall be required to supply all material/goods/services
required to make the equipment operative as per the requirements, after integrating

55

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

as per requirement with the other system/network of BSNL(even if it is not shown in


Bill of Material).
19.

AWARD OF CONTRACT (PLACEMENT OF ORDER)

19.1

ReferCl no 13 of Section I

19.2

BSNL will open and evaluate the financial bids of technically and commercially
responsive bidders for Package-I and Package-II and prepare separate list of such
bidders arranged in increasing order of their evaluated package prices (with NPV)
starting from the lowest (i.e. L1, L2, L3 and so on) for Package-I and Package-II
separately, for the purpose of ordering against this tender.

19.3

Award of work for Package-I (Please refer clarification document also)

19.3.1

The implementation of the project shall be carried out in two phases i.e. Phase-I for
1 Mn subscriber base and Phase-II for 3 Mn subscriber base.

19.3.2

Milestones for ordering Phase-II equipment:The order for Phase-II shall be


placed after meeting the defined mile stone of implementation of Phase-I. The
defined milestones to be achieved in phase-I implementation for ordering phase-II
shall be as under: (Please refer clarification document also)
a) Successful completion of primary interoperability/ interworking tests as defined
under cl no 22.1 of section 5(B) of tender; and,
b) Successful completion of Acceptance testing & commissioning of NGN core sites
including LIS/LIM, Successful Integration with CDR systems (OSS/BSS of
wireline) etc.
(Please refer to Amendment No. 15 below)
Amendment No. 15
The Clause no. 19.3.2 (b) & 19.3.2(c) of Section 5 Part-B have been amended as
follows:19.3.2(b) Successful completion of Acceptance testing & commissioning or,
Commercial utilization of NGN core sites including LIS/LIM, Successful
Integration with CDR systems (OSS/BSS of wireline) etc.
19.3.2(c) In case of ordering of optional item namely FMC in phase-I, the bidder
shall demonstrate the successful integration/ implementation of the same at least
in two sites in each zone.
After Clause 19.3.2 (c ) following new clauses 19.3.2 (d), 19.3.2 (e) and 19.3.2 (f)
are inserted.
19.3.2(d) Clause 19.3.2 (c ) of Section 5 Part-B shall be applicable for Phase II
ordering of optional item(s) FMC.
19.3.2 (e). Successful completion of Acceptance testing and commissioning of
50% of equipment capacity of TMGs or 50% sites whichever is earlier.
19.3.2 (f ). Clause no. 19.3.2 (e) above shall be applicable for Phase II ordering
of TMGs only.
c) In case of ordering of optional item namely FMC in phase-I, the bidder shall
demonstrate the successful integration/ implementation of the same at least in
two sites in each zone. Similarly optional item namely TMGs to be procured in
package-II, the bidder shall also demonstrate the successful integration of the
same..

56

Class 5 NGN tender (Section-5 Part-B)


19.3.3

NWP-CFA, BSNL C.O., New Delhi

The sites mentioned for NGN core are tentative and BSNL will specify the sites in
purchase order (PO). ( Please refer Amendment No. 16 below inserted after
clause no. 19.4.9)
(A) Phase-I order: The work distribution among L1 and L2 bidders may be given
as below-

Zone

Subscrib
ers base
capacity
for
Class 5

Capacity
for NGN
Class-4
(DS0
Circuits)

Capacity
for FMC
applicati
on

Main Site
for NGN
Core i.e.
IMS (Call
Servers &
HSS)

DR site or
Partner
site for
NGN Core
i.e. IMS
(Call
Servers &
HSS)

South

1,87,500

10,000

20000

Hyderabad

Chennai

South
Sub
Total

1,87,500

10,000

20000

Chennai

Hyderabad

3,75,000

40,000

62,500

20,000
10,000

5000

Patna

Kolkata

5000

Kolkata

Patna

East

work to be awarded
Control
Layer
(Call
Server,
HSS, SAS,
LIMS etc.)

NMS,
MMVC,
WIPC,
Prepaid

L-1

East
Sub
Total

62,500

10,000

1,25,000

20,000

10,000

North

1,00,000

20,000

10,000

Chandigarh

Lucknow

North
Sub
Total

1,00,000

20,000

10,000

Lucknow

Chandigarh

2,00,000

40,000

20,000

West

1,50,000

60,000

15,000

West
Sub
Total

1,50,000

60,000

15,000

3,00,000

120,000

30,000

Total

10,00,000

2,00,000

1,00,000

L-1

L-2
Pune
Ahmedabad

Ahmedabad
Pune

(B) Phase-II order: The work distribution among L1 and L2 bidders may be given as
belowZone

Subscribe
rs base
capacity
for Class
5

Capacity
for NGN
Class-4
(DS0
Circuits)

Capacity
for FMC
applicati
on

Main Site
for NGN
Core i.e.
IMS (Call
Servers &
HSS)

South

562500

20,000

1,12,500

Hyderabad

DR site or
Partner
site for
NGN Core
i.e. IMS
(Call
Servers &
HSS)
Chennai

South
Sub
Total

562500

20,000

1,12,500

Chennai

Hyderabad

11,25,000

40,000

2,25,000

East

187500

20,000

37,500

Patna

Kolkata

East
Sub
Total

187500

20,000

37,500

Kolkata

Patna

3,75,000

40,000

75,000

North

300000

30,000

60,000

Chandigarh

Lucknow

work to be awarded
Control
Layer (Call
server,HS
S,SAS,LIM
S etc.)

NMS,
MMVC,
WIPC,
Prepaid

L-1
L-1

L-2

57

Class 5 NGN tender (Section-5 Part-B)


North
Sub
Total

300000

30,000

60,000

6,00,000

60,000

1,20,000

West
West
Sub
Total

450000
450000

2,70,000
2,70,000

90,000
90,000

9,00,000

4,60,000

1,80,000

Total

30,00,000

6,00,000

6,00,000

19.3.4
19.3.5

a.

NWP-CFA, BSNL C.O., New Delhi

Lucknow

Pune
Ahmedabad

Chandigarh

Ahmedabad
Pune

The bidder with the lowest evaluated price (L1) will be considered for awarding the
work.
The offer to L2 bidder shall be at the total evaluated package price of the L1. The
evaluated price schedule of the L2 bidder shall be recalculated by multiplying the
individual SoR line items with a factor arrived at by dividing the evaluated L1
package (with NPV) price by evaluated L2 package (with NPV) price (herein after
referred to as derating).
In case the total value of the equipment categorized under Sub Package-Primary,
derived as per derated prices as mentioned above is more than the total value of
Sub Package-Primary of L-1, then the ordering prices for L-2 shall be recalculated
by derating the line item prices of L-2 by a factor of total evaluated value of Sub
Package-Primaryof L-1 divided by total evaluated value of Sub Package-Primaryof
L-2.
Sub Package-Primary shall comprise items, from S.No 1(1.1-1.5) to 5, 10, 12 to
16& 18 to 27 and 28.5 & 28.6 of IMS based solution as per Part (A) of section 6,
for Package-I i.e equipment for Primary sites only.
(Please refer to Amendment No. 17 below)
Amendment No. 17
The clause 19.3.5 of Section 5 part B is amended as follows19.3.5
The offer to L2 bidder shall be at the total evaluated package price of
the L1. The evaluated price schedule of the L2 bidder shall be recalculated by
multiplying the individual SoR line items with a factor arrived at by dividing the
evaluated L1 package (with NPV) price by evaluated L2 package (with NPV) price
(herein after referred to as derating).
a.
In case the total value of the equipment categorized under Sub PackagePrimary, derived as per derated prices as mentioned above is more than the total
value of Sub Package-Primary of L-1, then the ordering prices for L-2 shall be
recalculated by derating the line item prices of L-2 by a factor of total evaluated
value of Sub Package-Primary of L-1 divided by total evaluated value of Sub
Package-Primary of L-2.
Sub Package-Primary shall comprise items, from S.No 1(1.1-1.5) to 5, 10, 13 to
17 & 19 to 29 and 34 to 36 of Schedule of requirement (SoR) Section 6
(Amended) Part(A) for Package-I i.e equipment/items for Primary sites and TMG
sites.

19.3.6

The L2 may decline the offer without the risk of forfeiting its bid security.In case L2
bidder declines to accept the offer, the offer shall be made to L3 bidder and so on
in the same manner as has been made to L2 bidder.

19.3.7

In the event of L2 and so on bidders refusing to accept its package de-rated to the
price of L1 bidder, BSNL reserves the right to offer the contract for all the zones
other than RQ to the L1 bidder. It is mandatory for the L1 bidder to accept such an
offer and shall perform the whole contract as envisaged in the tender document.

58

Class 5 NGN tender (Section-5 Part-B)


19.3.8

NWP-CFA, BSNL C.O., New Delhi

In case L1 bidder declines to accept the offer, the offer shall be made to L2
bidder for L1 quantity. The offer to L2 bidder shall be at the total evaluated
package price of the L1. The evaluated price schedule of the L2 bidder shall be
recalculated by multiplying the individual SoR line items with a factor arrived at by
dividing the evaluated L1 package (with NPV) price by evaluated L2 package (with
NPV) price (herein after referred to as derating). In such a scenario L2 quantity
shall be awarded to L3 and so on bidder atthe total evaluated package price of the
L1 (de-rating as per cl. 19.3.3). The L2 may decline the offer without the risk of
forfeiting its bid security. However the bid security of L1 bidder shall be forfeited in
case of refusal of offer.
In case L2 bidder declines to accept the offer, the offer shall be made to L3 bidder
and so on in the same manner as has been made to L2 bidder.
(Please refer to Amendment No. 18 below)
Amendment No. 18
The Clause no. 19.3.8 of Section 5 Part-B is amended as 19.3.8 In case L1 bidder declines to accept the offer, the offer shall be made to L2
bidder for L1 quantity. The offer to L2 bidder shall be at the total evaluated
package price of the L1. The evaluated price schedule of the L2 bidder shall be
recalculated by multiplying the individual SoR line items with a factor arrived at by
dividing the evaluated L1 package (with NPV) price by evaluated L2 package (with
NPV) price (herein after referred to as derating). In such a scenario L2 quantity
shall be awarded to L3 and so on bidder at the total evaluated package price of the
L1 (de-rating as per cl no 19.3.5 of Section 5 Part B ). The L2 may decline the offer
without the risk of forfeiting its bid security. However the bid security of L1 bidder
shall be forfeited in case of refusal of offer.
In case L2 bidder declines to accept the offer, the offer shall be made to L3 bidder
and so on in the same manner as has been made to L2 bidder.

19.4

Package-II

19.4.1

The implementation of the project shall be carried out in two phases i.e. Phase-I for
1 Mn NGN Ports/Lines and Phase-II for 3 Mn NGN ports/lines.

19.4.2

Milestones for ordering Phase-II equipment:The order for Phase-II shall be


placed after meeting the defined mile stone of implementation of Phase-I.The
defined milestonesto be achieved in phase-I implementation for ordering phase-II
shall be as under-

a.

Successful completion of primary interoperability/interworking tests as defined


under cl no 22.1 of this section; and,

b.

Successful completion of Acceptance testing and commissioning of 50% of


equipment capacity of LMGs and TMGs or 50% sites whichever is earlier.
(Please refer to Amendment No. 19 below)
Amendment No. 19
The Clause no. 19.4.2 (b) of Section 5 Part-B has been amended as follows:19.4.2(b) Successful completion of Acceptance testing & commissioning or,
Commercial utilization of 50% of equipment capacity of LMGs or 50% sites
whichever is earlier.

59

Class 5 NGN tender (Section-5 Part-B)


19.4.3

NWP-CFA, BSNL C.O., New Delhi

The circle wise distributions of requirement are tentative and BSNL will specify the
circle/sites wise requirement in purchase order (PO). (Please refer Amendment
No. 16 below, Inserted after clause No. 19.4.9)
(A) Phase-I order:The work distribution among L1 and L2 bidders may be given
as below-

S No.

Zone

Circle

Ports
Distribution

ANDHRA PRADESH

81,250

KARNATAKA

45,000

KERALA

87,500

South

TAMILNADU

CHENNAI TELE. DIST.

South Zone Total


JHARKHAND

3,75,000

ASSAM

10,000

NORTH EAST-I

13,750

NORTH EAST-II

2,500

11

ORISSA

12

A&N

13

WEST BENGAL

20,000

14

KOLKATA TELE. DIST.

53,750

16

12,500
1,250

East Zone total


J&K
North

20,000

2,500
8,750

15

L-1

55,000

BIHAR

East

Work to be
awarded to
bidder

1,06,250

10

TMG
Capacity
(DS0 Ckts)

HIMACHAL PR.

1,25,000
6,250

L-2

6,250

17

PUNJAB

50,000
62,500

18

North Zone total


MAHARASHTRA
West
West zone total
Total quantity

20,000

40,000

1,37,500
1,37,500

1,20,000

7,00,000

2,00,000

(B) Phase-II order: The work distribution among L1 and L2 bidders may be given
as below S No.

Zone

Circle

Ports
Distribution

ANDHRA PRADESH

2,43,750

KARNATAKA

1,35,000

KERALA

2,62,500

TAMILNADU

3,18,750

3
4
5

South

CHENNAI TELE.
DIST.
South Zone Total
JHARKHAND
East

TMG
Capacity
(DS0 Ckts)

Work to be
awarded to
bidder
L-1

1,65,000
11,25,000

40,000

7,500

60

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

BIHAR

26,250

ASSAM

30,000

NORTH EAST-I

41,250

10

NORTH EAST-II

7,500

11

ORISSA

12

A&N

13

WEST BENGAL

14

15
16

37,500
3,750
60,000

KOLKATA TELE.
DIST.
East Zone total
J&K
North

1,61,250
3,75,000
18,750

HIMACHAL PR.

L-2

18,750

17

PUNJAB

1,50,000
1,87,500

18

North Zone total


MAHARASHTRA
West
West zone total
Total quantity

40,000

60,000

4,12,500
4,12,500

4,60,000

21,00,000

6,00,000

19.4.4

The bidder with the lowest evaluated price (L1) will be considered for awarding the
work.

19.4.5

The offer to L2 bidder shall be at the total evaluated package price of the L1. The
evaluated price schedule of the L2 bidder shall be recalculated by multiplying the
individual SoR line items with a factor arrived at by dividing the evaluated L1
package (with NPV) price by evaluated L2 package (with NPV) price (herein after
referred to as derating). The L2 may decline the offer without the risk of forfeiting
its bid security.

19.4.6

In case L2 bidder declines to accept the offer, the offer shall be made to L3 bidder
and so on in the same manner as has been made to L2 bidder.

19.4.7

In the event of L2 and so on bidders refusing to accept its package de-rated to the
price of L1 bidder, BSNL reserves the right to offer the contract for all the zones
other than RQ to the L1 bidder. It is mandatory for the L1 bidder to accept such an
offer and shall perform the whole contract as envisaged in the tender document.

19.4.8

In case L1 bidder declines to accept the offer, the offer shall be made to L2 bidder.
The offer to L2 bidder shall be at the total evaluated package price of the L1. The
evaluated price schedule of the L2 bidder shall be recalculated by multiplying the
individual SoR line items with a factor arrived at by dividing the evaluated L1
package (with NPV) price by evaluated L2 package (with NPV) price (herein after
referred to as derating). The L2 may decline the offer without the risk of forfeiting
its bid security. However the bid security of L1 bidder shall be forfeited in case of
refusal of offer.

19.4.9

In case L2 bidder declines to accept the offer, the offer shall be made to L3 bidder
and so on in the same manner as has been made to L2 bidder.
(Please refer to Amendment No. 16 below)

61

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

Amendment No. 16
The Clause no. 19.3.3 & 19.4.3 of Section 5 Part-B are amended as 19.3.3 The sites mentioned for NGN core are tentative and BSNL will specify the
sites in purchase order (PO)
(A) Phase-I order: The work distribution among L1 and L2 bidders may be given as
belowZone

Subscrib
ers base
capacity
for
Class 5

Capacity
for NGN
Class-4
(DS0
Circuits)
MGCF
including
TMG
capacity

Capacit
y for
FMC
applicat
ion

Main Site
for NGN
Core i.e.
IMS (Call
Servers &
HSS)

DR site or
Partner
site for
NGN Core
i.e. IMS
(Call
Servers &
HSS)

South

1,87,500

10,000

20000

Hyderabad

Chennai

South
Sub
Total

1,87,500

10,000

20000

Chennai

Hyderabad

3,75,000

40,000

62,500

20,000
10,000

5000

Patna

Kolkata

5000

Kolkata

Patna

East
East
Sub
Total

62,500
1,25,000

20,000

10,000

North

1,00,000

20,000

10,000

Chandigarh

Lucknow

North
Sub
Total

1,00,000

20,000

10,000

Lucknow

Chandigarh

2,00,000

40,000

20,000

West

1,50,000

60,000

15,000

West
Sub
Total

1,50,000

60,000

15,000 Ahmedabad

3,00,000

120,000

30,000

Total

10,00,000

2,00,000

1,00,000

Zone

Control
Layer
(Call
Server,
HSS, SAS,
LIMS etc.)

NMS,
MMVC,
WIPC,
Prepaid

L-1

10,000

(C)

work to be awarded

L-1
(25%
capacity
mention
ed in
SOR)
L-2

Pune

Ahmedabad
Pune

Phase-II order: The work distribution among L1 and L2 bidders may be given as
belowSubscribe
rs base
capacity
for Class
5

South

562500

Capacity
for NGN
Class-4
(DS0
Circuits)
MGCF
including
TMG
capacity
20,000

Capacit
y for
FMC
applicat
ion

Main Site
for NGN
Core i.e.
IMS (Call
Servers &
HSS)

DR site or
Partner
site for
NGN Core
i.e. IMS
(Call
Servers &
HSS)

1,12,500

Hyderabad

Chennai

South
Sub
Total

562500

20,000

1,12,500

Chennai

Hyderabad

11,25,000

40,000

2,25,000

East

187500

20,000

37,500

Patna

Kolkata

East
Sub
Total

187500

20,000

37,500

Kolkata

Patna

3,75,000

40,000

75,000

work to be awarded
Control
Layer (Call
server,
HSS,SAS,
LIMS etc.)

L-1

NMS,
MMVC,
WIPC,
Prepaid

L-1
(75%
capacity
mention
ed in
SOR)

62

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

North

300000

30,000

60,000

Chandigarh

Lucknow

North
Sub
Total

300000

30,000

60,000

Lucknow

Chandigarh

6,00,000

60,000

1,20,000

West
West
Sub
Total

450000
450000

2,70,000
2,70,000

90,000
90,000

9,00,000

4,60,000

1,80,000

Total

30,00,000

6,00,000

6,00,000

L-2
Pune
Ahmedabad

Ahmedabad
Pune

19.4.3 The circle wise distributions of requirement are tentative and BSNL will specify the
circle/sites wise requirement in purchase order (PO).
(C) Phase-I order:The work distribution among L1 and L2 bidders may be given
as belowS No.

Zone

Circle

Ports
Distribution

ANDHRA PRADESH

81,250

KARNATAKA

45,000

KERALA

87,500

South

TAMILNADU

CHENNAI TELE. DIST.


South Zone Total
JHARKHAND

55,000
3,75,000
2,500

BIHAR

8,750

ASSAM

10,000

NORTH EAST-I

13,750

NORTH EAST-II

2,500

East

11

ORISSA

12

A&N

13

WEST BENGAL

20,000

14

KOLKATA TELE. DIST.

53,750

16

12,500
1,250

1,25,000

East Zone total


J&K

15

North

L-1

1,06,250

10

Work to be awarded
to bidder

6,250

HIMACHAL PR.

L-2

6,250

17

PUNJAB

50,000
62,500

18

North Zone total


MAHARASHTRA
West

1,37,500
1,37,500

West zone total


Total quantity

7,00,000

(D) Phase-II order: The work distribution among L1 and L2 bidders may be given
as below S No.

Zone

Circle

Ports
Distribution

Work to be
awarded to
bidder

63

Class 5 NGN tender (Section-5 Part-B)


1

ANDHRA PRADESH

2,43,750

KARNATAKA

1,35,000

KERALA

2,62,500

TAMILNADU

3,18,750

South

4
5

CHENNAI TELE.
DIST.
South Zone Total
JHARKHAND

BIHAR

26,250

ASSAM

30,000

NORTH EAST-I

41,250

NORTH EAST-II

7,500

10

East

11

ORISSA

12

A&N

13

WEST BENGAL

14

15
16

KOLKATA TELE.
DIST.
East Zone total
J&K
North

HIMACHAL PR.

11,25,000
7,500

37,500
3,750
60,000
1,61,250
3,75,000
18,750
1,50,000
1,87,500

18

North Zone total


MAHARASHTRA
West

Delivery schedule:

20.1

For Package-I (NGN Core)

L-2

18,750

PUNJAB

20.

L-1

1,65,000

17

West zone total


Total quantity

20.1.1

NWP-CFA, BSNL C.O., New Delhi

4,12,500
4,12,500
21,00,000

Phase-I order :

i)

Equipments shall be supplied within 120 days of the date of P.O.

ii)

Primary Interoperability and Interworking as specified in cl no. 22.1


Equipments shall be completed within 180 days of the date of issue of P.O. (Please
refer clarification document also)

iii) The equipments installation and Commissioning shall be completed within 270 days
from the date of P.O at all the sites. The Validation/Acceptance Testing shall be
conducted by a team nominated by BSNL. ( Please refer Amendment No. 20 below,
inserted after clause no. 20.2.2)
20.1.2

Phase-II order : (Please refer clarification document also)

i)

Equipments shall be supplied within 120 days of the date of P.O.

ii)

The equipments installation and Commissioning shall be completed within 240 days

64

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

from the date of P.O at all the sites. The Validation/Acceptance Testing shall be
conducted by a team nominated by BSNL.
20.1.3

20.2

For Package-II (NGN Access)

20.2.1
i)
ii)

In case there is delay in provisioning of Bandwidth, Space, power or any other


requirement as part of BSNL responsibility, the selected Bidder shall immediately
inform the project implementation Authority, which shall then grant additional
days extension as deemed necessary by BSNL.

Phase-I order:

Equipments shall be supplied within 120 days of the date of P.O.

Primary Interoperability and Interworking as specified in cl no. 22.1


Equipments shall be completed within 180 days of the date of issue of P.O

iii)

i)

The equipments installation and Commissioning shall be completed within 330 days
from the date of P.O at all the sites. The Validation/Acceptance Testing shall be
conducted by a team nominated by BSNL..( Please refer Amendment No. 20 below)
Phase-II order: Equipments shall be supplied within 120 days of the date of P.O.

ii)

The equipments installation and Commissioning shall be completed within 240 days
from the date of P.O at all the sites. The Validation/Acceptance Testing shall be
conducted by a team nominated by BSNL. (Please refer Amendment No. 20, inserted
after clause no. 20.2.3)
20.2.2 In case there is delay in provisioning of Bandwidth, Space, power or any other
requirement as part of BSNL responsibility, the selected Bidder shall immediately
inform the project implementation Authority, which shall then grant additional
days extension as deemed necessary by BSNL.
(Please refer Amendment No. 20 below)
Amendment No. 20
The Clause no. 20.1.1(iii) & 20.2.2(ii) of Section 5 Part-B are amended as 20.1.1(iii) The equipments installation and Commissioning shall be completed
within 240 days from the date of P.O at all the sites. The Validation/Acceptance
Testing shall be conducted by a team nominated by BSNL.
20.2.2(ii) The equipments installation and Commissioning shall be completed
within 270 days from the date of P.O at all the sites. The Validation/Acceptance
Testing shall be conducted by a team nominated by BSNL.
21.

Liquidated Damages(LD)

(i)

The Suppliershall be levied liquidated damages at the rates as defined in the


General Conditions of Contract as provided at Clause 16 Section-5 Part A of the
Tender Document for any delay in the turnkey job entrusted to the Bidder.

(ii)

In the present case of turnkey solution of supply, installation and commissioning of


the equipments where the delayed portion of the delivery and provisioning of service
materially hampers effective usage of the systems otherwise deployed in the
network, liquidated damage charges shall be levied as above on the total value of
the Purchase Orders. The liquidated damages shall also be leviable with reference
to commissioning of the network and shall be levied as above on the total value of
the Purchase Orders. Should there be any delay in the availability of site, civil

65

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

infrastructure, media or any other BSNL deliverables, it shall be considered on a


case to case basis for relaxation in levy of liquidated damages, by the concerned
heads of circles/PO issuing Authority. (Please refer clarification document also)
(iii)

The package wise liquidated damages will be levied from the identified milestone
date till the date of commissioning of network in accordance with Section-5 Part A
clause-16.

(iv)

Quantum of liquidated damages assessed and levied by the Purchaser shall be final
and not challengeable by the Supplier.

22.

Time schedule for various milestones and Payment Terms

22.1

Primary Interoperability and Interworking for the equipment being supplied as


part of Package-I: NGN Core equipment and Package-II: NGN Access equipment:-

22.1.1

The successful bidders shall submit the Primary Interoperability and Interworking
test schedule within 15 days of issue of PO and finalize the same in consultation
with BSNL within 45 days from the date of issue of PO.

22.1.2

Successful bidders shall arrange the testing for primary Interoperability and
Interworking of equipments being supplied under Package-I and/or Package-II
with minimum configuration or at least one number at one NGN core site in East
or South zone and one NGN core site in North or West zone as per the following.

22.1.3

Primary Interoperability/interworking test for package-I


i.

ii.
iii.

iv.
v.

vi.

vii.
22.1.4
i.

Interoperability with the LMG being supplied in its own zone for delivery of
servicesa. Voice to POTS subscribers
b. Fax to POTS, ISDN subscribers
c. voice, data & multimedia to ADSL 2+ subscribers
d. Voice & data to ISDN subscribers
Interoperability and interworking on SIP with the NGN core equipment of
other successful bidder of Package-Iand CDoT MAX NGN.
The delivery of services as per (i) above, shall have call scenario as under:a. Test call scenario from subscriber connected to LMG of a zone to
subscriber connected to different OEM and/or same OEM in other zone
with different NGN core OEM.
b. Test call scenario from subscriber connected to LMG of a zone to
subscriber connected to CDoT MAX NGN .
Interworking with the NGN IPTAX on SIP-I.
Similar as per (iii) above, Test call scenario from subscriber connected to
LMG to existing PSTN, CDMA, GSM subscribers and vice versa. Test call
scenario in this case shall be routed by NGN core via IPTAX.
Interworking of Multimedia Video Conferencing (MMVC), Wide Area Centrex
(WIPC) and Prepaid service to the subscribers after establishing
interoperability/interworking with the NGN core of other successful bidder and
CDoT MAX NGN.
Interworking with CDR project for billing of CDRs for postpaid subscribers for
the services as mentioned above.
Primary Interoperability/interworking test for package-II
Interoperability with the NGN Core being supplied in its own zone under this
tender for control/delivery of services-

66

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

a.
b.
c.

Voice to POTS subscribers


Fax to POTS, ISDN subscribers
voice, data & multimedia to ADSL subscribers through Combo
ports
d. Voice & data to ISDN subscribers
The delivery of services as per (i) above, shall also have call scenario as
under:a. Test call scenario from subscriber connected to LMG of a zone to
subscriber connected to different OEM and/or same OEM in other zone
with different NGN core OEM.
b. Test calls from LMG subscriber to existing PSTN, CDMA, GSM
subscribers and vice versa as per clause 22.1.3 (v) above.
The successful bidder(s) for testing Primary Interoperability shall have also to
connect separately at least one LMG with CDoT MAX NGN IMS compliant
NGN coreon SIP and test call scenario shall be similar as specified in para (i)
& (ii) above.

ii.

iii.

iv.

22.2

Interworking of LMG with the Broadband network in order to offer broadband


internet services through LMG.

Payment shall be made in Indian Rupees. The payments schedule shall be as


follows: (Please refer Amendment No. 21 below and clarification document
also)
Table-A for Package-I
Sl
No

Item Description/ Milestone

Time
Amount
Time
Amount
schedule
due
schedule
due
for
for
completion
completion
from PO
from PO
date
date
Phase I

120 days

40%

120 days

55%

(b) Successful completion of Primary 180 days


Interoperability and Interworking

15%

NA

NA

After successful completion of:

240 days

25%

240 days

25%

Acceptance Testing and Commissioning


and
integration/
interworking/
interoperability with NGN equipment
Access (LMGs) procured in Package II
and Inter Zone NGN Core equipment of
other vendor procured in Package I and
existing BSNL networks as defined cl no
9 of Annexure-1 of Section 5 Part B.
iii. Successful commissioning of LIS/LIM
After successful completion of validation
270 days

10%

240 days

10%

After completion of Warranty

10%

(a) At the time of delivery of the equipment

Phase - II

i.
ii.

10%

67

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

Table-B for Package-II


Sl No

Item Description/ Milestone

Time
Amount due
Time
Amount due
schedule for
schedule
completion
for
from PO
completion
date
from PO
date
Phase I

Phase - II

(a) At the time of delivery of the equipment

120 days

40%

120 days

50%

(b) Successful completion of Primary


Interoperability and Interworking

180 days

10%

NA

NA

2 (A) After successful completion of 50% of


equipment capacity and 50% sites:

270 days

i. Acceptance
Testing
and
Commissioning
ii. and
integration/
interworking/
interoperability with NGN equipment
Access (LMGs) procured in Package
II and Inter Zone NGN Core
equipment of other vendor procured in
Package I and existing BSNL
networks as defined cl no 14 of
Annexure-2 of Section 5 Part B.
2(B) After successful completion of balance 50% 330 days
of equipment capacity and 50% sites:

i. Acceptance
Testing
and
Commissioning
ii. and
integration/
interworking/
interoperability with NGN equipment
Access (LMGs) procured in Package II
and Inter Zone NGN Core equipment of
other vendor procured in Package I and
existing BSNL networks as defined cl
no 14 of Annexure-2 of Section 5 Part
B.
After successful completion of validation
270 days

After completion of Warranty

30% amount 180 days 30% amount


of the
of the
equipment
equipment
commissioned
commissioned
as against to
as against to
2(A)
2(A)

30% amount 240 days 30% amount


of the
of the
equipment
equipment
commissioned
commissioned
as against to
as against to
2(B)
2(B)

10%

240 days

10%

10%

10%

(Please refer Amendment No. 21 below)


Amendment No. 21

The clause 22.2 of Section 5 part B is amended as follows22.2

Payment shall be made in Indian Rupees. The payments schedule shall be as follows:

68

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

Package-I
Table-A1: Milestones - Payment Schedule against Equipments (Package I)
Sl No

Item Description/ Milestone

Time
Amount due
Time
Amount
schedule
against
schedule due against
for
Equipments
for
Equipments
completion Part of PO completion Part of PO
from PO
from PO
date
date
Phase I

Phase - II

(b) At the time of delivery of the equipment

120 days

50%

120 days

55%

(c) Successful completion of Primary


Interoperability and Interworking

180 days

5%

NA

NA

After successful completion of:

240 days

25%

240 days

25%

One year

10%

10%

10%

10%

iv. Acceptance
Commissioning
v.

Testing

and

and
integration/
interworking/
interoperability with NGN equipment
Access (LMGs) procured in Package II
and Inter Zone NGN Core equipment of
other vendor procured in Package I and
existing BSNL networks as defined cl
no 9 of Annexure-1 of Section 5 Part B.

vi. Successful commissioning of LIS/LIM


3

After successful completion of


validation(*Note-1)

After completion of Warranty

Table-A2: Milestones - Payment Schedule against Services (Package I)


Sl
No

Item Description/ Milestone

Time
Amount
Time
Amount
schedule for
due
schedule
due
completion against
for
against
from PO
Services completio Services
date
Part of PO n from PO Part of PO
date
Phase I
Phase - II

(a) At the time of delivery of the equipment

120 days

Nil

120 days

Nil

(b) Successful completion of Primary


Interoperability and Interworking

180 days

10%

NA

NA

69

Class 5 NGN tender (Section-5 Part-B)


2

NWP-CFA, BSNL C.O., New Delhi

After successful completion of:


i.

Acceptance
Commissioning

Testing

ii.

and
integration/
interworking/
interoperability with NGN equipment
Access (LMGs) procured in Package II
and Inter Zone NGN Core equipment of
other vendor procured in Package I and
existing BSNL networks as defined cl no
9 of Annexure-1 of Section 5 Part B.

240 days

70%

One year

10%

240 days

80%

and

iii. Successful commissioning of LIS/LIM


3
4

After successful completion of


validation(*Note-1)

10%

After completion of Warranty

10%

10%

*Note-1:- The validation shall be carried out for equipments against Phase-I order only.
The 10% payment provisioned for validation against the Phase-II shall also be
released after completion of the validation of equipment of Phase-I supply.
Package-II
Table-B1: Milestones - Payment Schedule against Equipments (Package II)
Sl
No

Item Description/ Milestone

Time
Amount
Time
Amount due
schedule due against schedule for against
for
Equipments completion Equipments
completion Part of PO from PO Part of PO
from PO
date
date
Phase I
Phase - II

(c) At the time of delivery of the


equipment

120 days

50%

120 days

55%

(d) Successful completion of Primary


Interoperability and Interworking

180 days

5%

NA

NA

2 After successful completion of 50% of


(A) equipment capacity and 50% sites:
iii. Acceptance
Commissioning

Testing

12.5%

12.5%

and

iv. and
integration/
interworking/
interoperability with NGN equipment
Access (LMGs) procured in Package
II and Inter Zone NGN Core
equipment of other vendor procured
in Package I and existing BSNL
networks as defined cl no 14 of
Annexure-2 of Section 5 Part B.

70

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

2(B) After successful completion of balance


50% of equipment capacity and 50% sites:
iii. Acceptance
Commissioning

Testing

330 days

12.5%

270 days

12.5%

One year

10%

10%

10%

10%

and

iv. and
integration/
interworking/
interoperability with NGN equipment
Access (LMGs) procured in Package II
and Inter Zone NGN Core equipment
of other vendor procured in Package I
and existing BSNL networks as
defined cl no 14 of Annexure-2 of
Section 5 Part B.
3

After successful completion of validation


(*Note-2)

After completion of Warranty

Table-B2: Milestones - Payment Schedule against Services (Package II)


Sl No

Item Description/ Milestone

Time
Amount due
Time
Amount due
schedule for
against
schedule
against
completion
Services
for
Services
from PO date Part of PO completion Part of PO
from PO
date
Phase I
Phase - II

(a) At the time of delivery of the


equipment

120 days

Nil

120 days

Nil

(b) Successful completion of Primary


Interoperability and Interworking

180 days

10%

NA

NA

2 (A) After successful completion of 50% of


equipment capacity and 50% sites:
i. Acceptance
Commissioning

Testing

35%

40%

and

ii. and integration/ interworking/


interoperability
with
NGN
equipment
Access
(LMGs)
procured in Package II and Inter
Zone NGN Core equipment of
other
vendor
procured
in
Package I and existing BSNL
networks as defined cl no 14 of
Annexure-2 of Section 5 Part B.

71

Class 5 NGN tender (Section-5 Part-B)


2(B) After successful completion of balance
50% of equipment capacity and 50%
sites:
i. Acceptance
Commissioning

Testing

NWP-CFA, BSNL C.O., New Delhi

330 days

35%

270 days

40%

One year

10%

10%

10%

10%

and

ii.
and integration/ interworking/
interoperability
with
NGN
equipment
Access
(LMGs)
procured in Package II and Inter
Zone NGN Core equipment of
other vendor procured in Package
I and existing BSNL networks as
defined cl no 14 of Annexure-2 of
Section 5 Part B.
3

After successful completion of


validation (*Note-2)

After completion of Warranty

*Note-2:- The validation shall be carried out for equipments against Phase-I order only.
The 10% payment provisioned for validation against the Phase-II shall also be
released after completion of the validation of equipment of Phase-I supply.
22.3 For claiming payments against delivery of equipment Milestone, the following
documents are to be submitted by the Supplier to BSNL: (Please refer Amendment No.
22 below)
i. Invoice.
ii. Delivery Challan.
iii. Supplier certificate for dispatch.
iv. Excise gate pass/invoice for Indigenous equipment and High Sea Sales
Agreement and Customs duty challan for the imported equipment.
v. Inspection certificate of QA for Indigenous equipment
vi. Consignee receipt confirming receipt of the (a) specified quantity of the
equipment mandated for the supply/payment milestone (b)Factory Test Reports
for the imported equipment
vii. Proof of payment of octroi /entry tax etc., if any
viii. Primary Interoperability and Interworking Certificate issued by testing authority
designated by BSNL as specified in clause no 22.1 above.
(Please refer Amendment No. 22 below and clarification document)

Amendment No. 22
Clause 22.3 of Section 5 Part-B, is amended as follows.
22.3

Payments against delivery of equipments

22.3.1 For claiming payments against delivery of equipment Milestone for Phase I
supplies, the following documents are to be submitted by the Supplier to
BSNL:
i.
ii.
iii.
iv.

Invoice.
Delivery Challan.
Supplier certificate for dispatch.
Excise gate pass/invoice for Indigenous equipment and High Sea Sales
Agreement and Customs duty challan for the imported equipment.
v. Inspection certificate of QA for Indigenous equipment
72

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

vi. Consignee receipt confirming receipt of the (a) specified quantity of the
equipment mandated for the supply/payment milestone (b)Factory Test
Reports for the imported equipment
vii. Proof of payment of octroi /entry tax etc., if any
22.3.2 For claiming payments against Completion of Primary Interoperability
and Interworking Milestone for Phase I supplies, the following
documents are to be submitted by the Supplier to BSNL:
i.
ii.

Invoice.
Primary Interoperability and Interworking Certificate issued by testing
authority designated by BSNL as specified in clause no 22.1 above.

22.3.3 For claiming payments against delivery of equipment Milestone for


Phase II supplies, the following documents are to be submitted by the
Supplier to BSNL:
iii.
iv.
v.
vi.
vii.
viii.

ix.
x.
22.4

Invoice.3
Delivery Challan.
Supplier certificate for dispatch.
Excise gate pass/invoice for Indigenous equipment and High Sea Sales
Agreement and Customs duty challan for the imported equipment.
Inspection certificate of QA for Indigenous equipment
Consignee receipt confirming receipt of the (a) specified quantity of the
equipment mandated for the supply/payment milestone (b)Factory Test
Reports for the imported equipment
Proof of payment of octroi /entry tax etc., if any
Primary Interoperability and Interworking Certificate issued by testing
authority designated by BSNL as specified in clause no 22.1 above.

For claiming payments against commissioning Milestone, the following documents are
to be submitted by the Supplier to BSNL: (Please refer Amendment No. 23 below)
i.
ii.
iii.

iv.

v.

Invoice
A/T certificates for the commissioning/payment milestones as required in
relevant milestone.
A certificate to the effect that all the Integration and inter-operability issues
have been resolved, provisional AT clearance received and major validation
points have been closed.
A certificate that all the software loaded in the corresponding Core, eMS/NMS
equipments, their testing, operational software etc have been made over and
received in the circle. The certificate should indicate clearly the list of software
made over and the original license in the name of BSNL.
A certificate to the effect that all the planning and design documents of the
Circle along with all the documentations of the Equipments ordered against the
Contract are made over to the planning branch of the Circle. This should also
include list of all such documents duly acknowledged by the consignee.
Amendment No. 23
Clause 22.4 of Section 5 Part-B, is amended as follows.
22.4For claiming payments against commissioning Milestone, the following
documents are to be submitted by the Supplier to BSNL:

73

Class 5 NGN tender (Section-5 Part-B)


i.
ii.

iii.
iv.

v.

NWP-CFA, BSNL C.O., New Delhi

Invoice
A/T certificates for the commissioning/payment milestones as required in
relevant milestone or a certificate that commercial utilization of the
equipments has commenced.
A certificate to the effect that major Integration and inter-operability issues
have been resolved, provisional AT clearance received.
A certificate that all the software loaded in the corresponding Core,
eMS/NMS equipments, their testing, operational software etc have been
made over and received in the circle. The certificate should indicate clearly
the list of software made over and the original license in the name of BSNL.
A certificate to the effect that all the planning and design documents of the
Circle along with all the documentations of the Equipments ordered against
the Contract are made over to the planning branch of the Circle. This should
also include list of all such documents duly acknowledged by the consignee.

22.5 For claiming payments for validation Milestone in addition to the documents stated
in Clause 22.4, a certificate that Validation has been completed and all the pending
issues have been closed, is to be provided by the Supplier along with the invoice.
(Please refer Amendment No. 24 below and clarification document )
Amendment No. 24
The clause 22.5 of Section 5 part B is amended as follows22.5 For claiming payments for validation Milestone a certificate that Validation
has been completed in accordance with the report of BSNL validation testing team
and the pending issues have been closed, is to be provided by the Supplier along
with the invoice.
22.6 For claiming payments after completion of warranty of the respective packages, in
addition to the documents stated in Clause 22.4, the Taking Over Certificate is also to
be submitted along with the invoice. (Please refer Amendment No. 25 below and
clarification document)
Amendment No. 25
The clause 22.6 of Section 5 part B is amended as follows22.6 For claiming payments after completion of warranty of the respective
packages, the Taking over Certificate is to be submitted along with the invoice.
22.7

The Supplier shall submit a mandate for receiving payment of Rs. 5 lakhs and
above electronically. Charges, if any, levied by the bank for electronic fund transfer
shall be borne by the Supplier. The Supplier is required to submit the following
information for this purpose:
22.7.1.1
Name of the beneficiarys bank and branch.
22.7.1.2
IFSC code of the beneficiarys branch.
22.7.1.3
Account number of the beneficiary.
22.7.1.4Branch serial number (MICR No.)

22.8

Customs duty already paid directly by BSNL shall be deducted in full from the first
payment due to the Supplier, subsequent to the payment of customs duty.

74

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

22.9

BSNL, if required by Applicable Law, shall deduct withholding tax at source as per
the applicable rates at the time of raising of the invoice for which it shall provide tax
withholding certificate to the Supplier. Provided further, that if required by Applicable
Law, BSNL shall pay the service tax on the approved invoice, in compliance with
Applicable Laws to the Supplier who shall be obliged to pay the service tax to the
authorities within the statutory timelines provided under Applicable Law.

22.10

Any withholding tax on the interest payment shall be determined in accordance with
the Applicable Laws. (Please refer Amendment No. 26 below)
All payment due dates shall be intimated by the Purchaser after the process of
clearance of the invoice for the respective Milestone and if required by the Supplier,
the Purchaser may accept the Bills of Exchange with due date of payments. All
costs relating to stamp duty on bills of exchange, acceptance fee to Purchaser
bank/other banks etc. shall be borne by the Purchaser. (Please refer Amendment
No. 26 below and clarification document)
The Supplier shall make the list of all the payment installments due for every month
and will provide intimation to the Purchaser, a month in advance to enable the
Purchaser to release the payment of the installment due in time. (Please refer
Amendment No. 26 below and clarification document)

22.11

22.12

Amendment No. 26
The Clause no. 22.10, 22.11 and 22.12 of Section 5 Part-B are deleted as follows:Clause No.22.10 is deleted.
Clause No.22.11 is deleted.
Clause No 22.12 is deleted.
22.13

AMC (for Package-I and Package-II) (Please refer clarification document also)
i. No advance payment for AMC shall be made.
ii. The entire AMC duration for a year will be divided in 2 half yearly segments.
iii. After successful completion of the AMC period of 6 months, 100% payment after
making due adjustment towards SLA penalties will be made based on the half
yearly bills submitted.
iv. It has to be ensured by the bidder that it has back to back AMC agreements with
all associated SSPs/vendors. The copy of the agreements shall be supplied at
the time of signing the AMC contract. (Please refer Amendment No. 27 below )
Amendment No. 27
The clause 22.13 of Section 5 part B is amended as follows-

22.13
i.
ii.
iii.

iv.

AMC (for Package-I and Package-II)


No advance payment for AMC shall be made.
The entire AMC duration for a year will be divided in 4 quarterly segments.
After successful completion of the AMC period of 3 months, 100% payment after
making due adjustment towards SLA penalties will be made based on the
quarterly bills submitted.
It has to be ensured by the bidder that it has back to back AMC agreements with
all associated OEMs. The copy of the agreements shall be supplied at the time
of signing the AMC contract.

23

Warranty

23.1

The warranty of the stores/ equipment supplied in respect of Package I shall be for a
period of twelve months from the date of commissioning as per Milestone at sl No. 2
Table A of cl 22.2 of this section of both the NGN Core sites in a Zone. (Please refer
clarification document also)

75

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

23.2

The warranty of the stores/ equipment supplied in respect of Package II shall be for
a period of twelve months from the Ist day following the end of the quarter (i.e.
quarter ending on 30th June, 30th Sep, 31st Dec and 31st March) during which
network equipments is commissioned as per Milestone at sl No. 2 Table B of cl 22.2
of this section. (Please refer clarification document also)

23.3

From the date of commissioning of the site after successful acceptance testing for
each site, all responsibilities including attending the faults and repairing the cards
within the specified time lines as per AMC conditions shall be with the Supplier, even
if, due to any impediments, the Warranty specified under clause 23.1& 23.2 above
could not start. (Please refer clarification document also)

23.4

All responsibilities including attending the faults and repairing the cards within the
specified time lines as per AMC conditions shall be with the Supplier.. All the SLA
penalty clauses shall be applicable during period of warranty in case of failure to
meet performance SLAs, on part of bidder.

24

Annual Maintenance Contract (AMC)

24.1

The Bidder shall quote prices for year-wise comprehensive Annual Maintenance
Contract for 7 years as in the price schedule. The Bidder shall quote the cost of
AMC for a period of 7years from the date of completion of the project and on the
expiry of the warranty as mentioned in clause-23. The Bidders shall quote the AMC
prices as a percentage of the quoted equipment cost other than the services. The
normal day-to-day operations and diagnosis to the extent possible will be done by
Purchaser.

24.2

The terms and conditions for AMC are given in Annexure-3. No separate charges
shall be paid for visit of engineers or attending to faults and repairs or supply of
spare parts.

24.3

The price for year-wise AMC shall truly reflect the efforts required to maintain the
SLA specified for AMC in Annexure-3 of Section-5 Part B of the Tender Document.
Towards meeting that objective, the price of AMC for any year shall not be higher
than that for the subsequent year.

24.4

The Supplier shall provide all the consumables that are required to be replaced
under the following circumstances: (Please refer clarification document also)
a)

Periodic preventive maintenance of elements

b)

Becoming faulty and require to be changed during corrective maintenance.

24.5

The parts such as circuit breakers, fuses, contactors, change-over switches,


chokes, surge arrestors, meters, burnt electric cables etc shall be replaced by
Supplier upon poor/degraded/faulty performances. (Please refer clarification
document also)

24.6

The batteries, UPS/Inverters shall not be treated as consumables and any


replacement or repair required to ensure their specified performance and capacity
during their life time shall be the responsibility of the Supplier. 6 years for the UPS
battery shall be taken as their effective life. During this lifeftime, warranty/AMC shall
be applicable and any replacement of any set/cells shall be done by the Bidder so
that the capacity/performance be maintained till the end of designated life. (Please
refer clarification document also)

76

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

24.7

The successful bidder shall be required to enter into Annual Maintenance Contract
with the purchaser for a period of 7years after the warranty period as per AMC
Agreement given in Annexure-3 of Section-5 Part-B.

24.8

Bidder shall stock sufficient spares for rendering service and meeting SLA as
defined in AMC Agreement given in Annexure-3 of Section-5 Part-B.

24.9

The bidder, at the time of submitting the bid, shall submit the proposal specifying the
fault control centre location and how the bidder proposes to carry out repair under
AMC. The bidder shall also indicate what spares shall be kept at different locations.
The infrastructure planned to be created by the bidder to fulfill his obligations under
AMC and his action plan to deal with the various situations arising out of hardware
and software faults shall be clearly indicated.

25.

Commercial Use
The Purchaser reserves the right to commercially use the installed Equipments.
Such commercial utilisation of the network shall not entail the Supplier to claim
deemed completion of otherwise incomplete obligations under the terms and
conditions of this Contract and shall not relieve the Supplier of the liability under the
relevant clauses of liquidated damages arising out of such non-completion/delay.
(Please refer clarification document also)

26.

Storage of Equipment
BSNL will provide the address of a warehouse store on Circle/area basis/ station
basis for storing the Equipment for all the sites, which are not acquired or ready for
handing over to the Supplier. The Supplier shall deliver the Equipment/material
directly to the designated sites, for the sites already acquired/handed over. BSNL
shall provide the information of such sites a week prior to the date of QA
release/custom release/date of dispatch. However, if requested by Supplier, it may
provide a single consignee at central location for all the equipment to be received in
that Circle. In case the Supplier consolidates the supply of various equipments for a
site, then it shall arrange space for storage of all such equipments till such time it is
delivered to the ultimate site. In all cases, safe custody of the Equipment shall be the
Suppliers responsibility. The material received at site or at BSNL store will be issued
to the installing team of Supplier on written request in packed condition and the
same shall be at the risk of the Supplier until the equipment is made over back to
BSNL after commissioning. (Please refer clarification document also)

27.

Facilities
The Purchaser shall provide space, commercial AC mains power supply, air
conditioning and other environmental requirements for installation of various
components of NGN equipment at the core sites which shall be BSNL sites. Supply,
installation, testing and commissioning of battery and power plant, Inverters and
UPS along with adequate battery backup, wherever required for NGN core
equipments shall be the responsibility of the Bidder and shall be quoted by them
additionally in the Bid, if the same are not indicated in the SoR of the Tender
Document. The battery backup shall be for a minimum period of 6(SIX) hours. The
UPS shall of 1+1 configuration catering to the required capacity with an ACDB at the
output. If no TEC approved UPS of the required capacity is available, UPS of
reputed brands may be supplied. The Bidders shall indicate the space, power and
air conditioning requirement of each unit as part of their Bid. (Please refer
clarification document also)

77

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

28.

Guidelines for Battery and Power Plant:

28.1

SMPS power plant is to be provided as per TEC specification G/SMP-01/05


JAN.2005 and MF VRLA/Tubular battery sets as per G/BAT-01/03 MAR.2004,
GR/BAT-03/01 MAR 2006 with amendments thereto. The Bidder should source the
equipment (both batteries and SMPS power plants) from TSEC approved
manufacturers who have service network across the concerned LSA to service
both hardware and software components of the Power Plants and Batteries.
Further detail requirement of Battery and power plant is given at Annexure-1 for
NGN core site & Annexure-2 for NGN Access sites.

29.

Earthing Arrangements
The earthing arrangement at each site shall be the Suppliers responsibility. It shall
be ensured that each site is provided with the necessary stage 1 &2 surge
protections at the input of the power plant. Necessary corrective actions including
supply and installation of required devices will have to be done by the supplier to
ensure that the site is fully and comprehensively protected against all kinds of high
voltage and lightning hazards. The necessary surge protection devices from each
phase to the ground are to be provided at the LT panel. The ELCBs are also
required to be provided. For the core sites, the existing earthing shall be tapped
from the Earth Busbar. The earthing engineering instructions of BSNL shall be
followed.

30.

New enhanced services/features


Any new/enhanced services/features which may be required for competitive
advantage of BSNL may be indicated by the Bidder for inclusion at the discretion of
BSNL.

31.

Make Model list

31.1

The Bidder shall quote for only one make, model and manufacturer included in the
proposal for each of the network elements (subject to the conditions given below).
Once quoted in the Bid, no change of make, model or manufacturer shall,
ordinarily, be permitted. Not more than one independent and complete offer shall
be permitted from the Bidder.The Bidder shall furnish the details of make, model
no., supplier together with complete details of the address of the supplier of the
imported and indigenous equipments as part of the technical Bid.

31.2

For TEC approved Power Plants & Batteries supplied with QA approval, the
Supplier need not furnish any make model list, but shall restrict to one make/model
per Circle during deployment.

32.

Extension of Alarms
The equipments shall have facility to extend the infrastructure alarms viz. power
plant, battery, air conditioner, DG sets, fire alarm, temp alarm etc. to the
EMS/NMS. All the infrastructure equipments and systems supplied shall have
inbuilt facility to extend alarm through potential-less NO/NC contacts or through
change of suitable voltage levels as required by the equipment. The minimum set
of alarms required are:
(i)

AC mains failure alarm

(ii)

High temperature alarm

78

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

(iii)

Battery Low (Voltage of the battery bank below a threshold level) alarm

(iv)

Cabin Door open alarm

(v)

Fire Alarm

The Successful Bidder shall provide the tag block, terminate the alarm cable and
do the required extension of the alarms from the respective infra elements to the
central NMS.
33.

Open Interfaces
All the Application Protocols, for implementation of the interoperability between
network elements of different vendors, shall have open interfaces. The Successful
Bidder shall provide the API along with complete documentation to facilitate
opening of the system interfaces for establishing the system interoperability with
any other system needing interconnections. The Successful Bidder shall adapt to
existing APIs the details of which shall be shared with BSNL as part of their
agreement with the existing vendors as defined in this Tender Document.

34.

Numbering Scheme
The numbering scheme for the proposed service shall be in accordance with
approved national numbering plan. Any changes, including that in software,
required in the network due to changes in the technical fundamental plans, etc
shall be implemented by the Supplier free of all costs as and when requested by
the Purchaser.

35.

Related Items
The Bidder shall indicate in the Bid any other related items (along with the price)
not reflected in the Tender Document required for successful commercial launch of
the service.

36.

Detailed BoM

36.1

DTR provides a detailed requirement of the Purchaser. The Bidders shall provide
along with the techno-commercial Bid, detailed unpriced price schedule as per the
SoR indicating along with card level Bill of Materials (BoM) for each of the
network elements in the SoR with complete details of PCBs contained in each
Module/unit of Package I: NGN Core Equipment and Package II: NGN Access
Equipment (as applicable)together with their quantity required to meet the
performance requirement sought for in the Tender and DTR. A detailed
specification of generic items such as laptop and desktop computers, Printers,
inverters, UPS etc shall form part of the technical Bid and shall be of latest
versions in the market. The card level BoM for all the network elements, but with
itemized prices shall form part of the financial Bid. Bids without such details shall
be loaded with the price of highest configuration of such items quoted by other
Bidders. This need arises out of the requirement of the Purchaser to engineer and
design network for the individual Licensed Service Area/Zone and to estimate the
quantity of equipment/material to be ordered for each such area/Zone. Absence of
itemised prices of any such items, if found essential to be ordered shall have to be
supplied free of cost. The Bidder shall ensure that the Bid is complete and
comprehensive as regards detailed card level BoM.

79

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

36.2

The submission of detailed BoM sought above shall apply to both hardware and
software line items. While the BoM for hardware line items shall have itemized card
level prices, the BoQ (Bill of Quotes) for the software line items shall have
itemized prices for each of the software block and the number of units of each
software block under quantity column.

36.3

Lump sum price quote for the software line items are not allowed. Every software
line item shall have a detailed BoQ with price indicated for each of the component
software item together with unit price and quantity. The Bidder shall indicate the
software price for each and every feature, facility, interface peripheral etc. as part
of their offer and such detailed BoQ with price shall form part of the financial Bid.
The same BoQ for the software line items with itemised price masked shall form
part of the techno-commercial bid.

36.4

The price of each of the discrete items in Detailled BOM upto card level may be
quoted as a percentage of the total price(upto two decimal point) quoted for the
main item concerned. While apportioning the percentage price of a main item for
which price has been explicitly quoted in the financial Bid,care should be exercised
to ensure that the total of all the sub-items forming part of the main item shall be
equal to 100 %.

36.5

A Bid without the detailed BoM/BoQ may be rejected as substantively non


responsive. However, if BSNL chooses to consider the Bid, then non-submission of
the detailed BoM/BoQ shall be considered as the Bidder conveying his explicit
consent to BSNL to exercise the right of BSNL to determine the detailed BoM/BoQ
and individual item prices with the information available with BSNL and deemed fit.

37.

The layout of the rack/shelf


The layout of the rack/shelf detailing the equippage of the cards/modules
demonstrating the result of the dimensioning done in compliance to requirements
stated in the Tender shall be provided as part of the Bid. This should accompany
with proper legend etc so as to enable verification with detailed BoM of the
equipment and product documents supplied.

38.

Third Party Vendor


The Purchaser recognises the fact that the scope and extent of the work would
necessitate the Bidder to seek supply and services from a number of third parties
to complement his own supplies and services to meet the Tender requirements. As
the Bidders purchase from the third party is for and on behalf of BSNL, the
Purchaser reserves the right to inspect the agreement between the Bidder and
third parties for procurement of the concerned item including the agreement on
pricing and payments. However, all such information shall be kept confidential by
the Purchaser.

39.

Change in third party vendor


Notwithstanding the provisions contained in Clause- 38above, should there be a
need arise to change the third party vendor, the substitute third party vendor shall,
ordinarily, be from among those whose network element had qualified on technical
evaluation. Such requests for change of third party vendor shall be considered only
under exceptional circumstances and needs to have the specific approval of the
Purchaser. In the eventuality of a commissioned equipment failing to meet the
Tender requirements and if a request for change of Equipment is sought by the

80

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

Supplier, BSNL reserves the right to accept or reject such request. Further BSNL
reserves the right to induct or expand from among the existing equipment of those
technology equipments which are presently in operation in the BSNL network. The
cost of any such replacements made by the Purchaser shall be deducted in full
from the amount payable to the Supplier.
40.

Supply of additional hardware and software


The Supplier shall be bound to supply the additional hardware/ software for
expansions as per the need of the Purchaser on the finalized itemised price after
applying the applicable duties and taxes for meeting the expansion needs.

41.

Training

41.1

The training on Planning, engineering, installation, testing and commissioning


needs to be organized immediately on acceptance of APO while other training may
be organized as the network is being rolled out.

41.2

The training modules shall be finalized by Bidder in consultation with Purchaser.


However, the travel expenses, boarding and lodging for the trainees shall be borne
by the Purchaser.

41.3

Package wise training requirement is given below-

41.3.1

Package-I:Total training for package-I shall be 400 man weeks(2000 man days) to
BSNL officers in India/abroad in planning, engineering, installation, operation,
testing and maintenance of system and software. Each successful bidder shall
provide training for a minimum of 200 person-weeks (1,000 person days).

41.3.2

Package-II: Total training for package-II shall be 400 man weeks(2000 man days)
to BSNL officers in India/abroad in planning, engineering, installation, operation,
testing and maintenance of system and software. Each successful bidder shall
provide training for a minimum of 200 person-weeks (1,000 person days).(Please
refer clarification document also)

42.

Additional items
The SoR details the various network components that shall be required which
needs to be further elaborated by the Bidders by providing detailed bill of material
along with the itemised card level prices. Every effort has been made to capture all
the items mentioned in the DTR or elsewhere in the Tender. The list of all such
items which might have been left out and not captured in the SoR but requirement
of which is spelt out in the DTR or elsewhere shall be serialized beyond the last
serial no of the SoR and price quoted along with the detailed BoM and the quantity
that may be required. As mentioned above in Clause-36 unpriced price schedule
with detailed bill of material shall form part of the techno-commercial Bid. The
sanctity of sl.no and description as appearing in the SOR may be maintained by
the Bidders whether the component forms part of the indigenous or imported items.
The Bidders shall ensure that rates quoted for individual items are reasonable for
ordering these items separately. Although a separate Price Schedule has been
called for as per prescribed format specified in Section-11 of this Tender, the
Bidders are required to provide a consolidated format in a separate excel sheet of
the complete quote in accordance with details appearing in the SoR.

81

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

43.

Integration with existing Operations Sub System(OSS) & Business Support


System(BSS):

43.1

The Successful Bidder shall ensure that the Network Equipments supplied under
this order are integrated with the existing OSS/BSS systems of the BSNL.

43.2

The Successful Bidder shall integrate the EMS of the various core network
elements supplied under this Tender Document with the existing OSS available in
the BSNL network to ensure replication of the current reports and monitoring
capability (calendar management, configuration management, fault management,
performance management, security management, software management,
diagnostics and statistical information features to be extended) for the
newelements as well.

43.3

The Successful Bidders of the Package-I (NGN Core) shall ensure that the
eMS/NMS supplied under Tender is integrated with the existing OSS or new NMS
being procured to ensure availability of the current reports and monitoring
capability(calendar management, configuration management, fault management,
performance management, security management, software management,
diagnostics and statistical information features to be extended) for the new
elements as well. (Please refer clarification document also)

44.

Interworking with existing network elements

44.1

It shall be the responsibility of the Successful Bidder to make the Equipment


supplied under this tender to inter-work with all other network elements supplied by
other vendors and the existing equipment/ Networks as per Clause 9 of Annexure
1 and Clause 14 of Annexure 2 of this section in respect of Package I and Package
II (as applicable). (Please refer clarification document also)

44.2

In case the Successful Bidder fails to establish seamless interworking with the
existing equipments, BSNL reserves the right to get upgradation done by the
incumbent vendors at the cost of the Successful Bidder. (Please refer clarification
document also)

45.

The Bidders shall furnish with the Bid detailed project implementation schedule by
means of PERT/CPM chart detailing the various activities involved, their time
frame for completion and the dependency on other activities to match with the
schedule of roll out specified herein.

46.

IncidentalDamages

46.1

Not withstanding any of the other provisions contained in this Contract , the Bidder
shall protect, defend, indemnify and hold harmless BSNL and its employees,
officers, Directors, agents, or representatives from and against any and all
liabilities, damages, fines, penalties and costs (including legal costs and
disbursement) arising from or relating to: (Please refer clarification document
also)
(a)

Any breach of any statute, regulation, direction, orders or standards from any
governmental body, agency, or regulator issued with respect to the
product/services being supplied/provided under this Contract.

(b)

Any claim made by third parties arising out of the use of the services of
BSNL being provided using the equipment supplied under the Contract to the

82

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

extent these are attributable solely to the poor quality or non compliance of
the product/services to the respective specifications. (Please refer
clarification document also)
(c)

Any claims arising from the customers or other service providers, in


connection with interruptions or degradation of services due to non
availability of services beyond the stipulated time frame as contained in AMC
and solely attributable to the supplier of the product and services under this
Contract.

(d)

Any claim that the Equipment/Services/or any value addition component


offered and supplied by the Supplier in this Contract, infringe any patent,
trademarks or copyright of any third party.

47.1 The Biddershall furnish an unequivocal, unqualified and irrecoverable undertaking


along with the Bid to the effect that;
During the Bidding process or during the course of execution of the Contract
or at any stage thereafter, if it is found that the Bidder has fraudulently
misrepresented any of the facts about the product/services etc being offered
under the Tender/Contract, the Purchaser (BSNL) shall be free to claim a sum
equivalent to damage as assessed by it subject to a maximum of the value of
the tendered goods and services from the Bidder for such misrepresentation.
The Bidder shall immediately on being told by BSNL pay such sum of money to
BSNL. Quantum of damages under this clause assessed and levied by the
Purchaser (BSNL) shall be final and not challengeable by the Bidder/Supplier.
48.

Taking Over of Sites


The sites shall be made over with the following documents:

49.

i.

Approved layout plan.

ii.

Asset details including card level equipage.

iii.

Acceptance Test results and clearance letter.

iv.

Details of O&M logs and preventive and corrective maintenance tests done.

v.

Prescribed preventive and corrective maintenance practices

Package Discipline
The Supplier shall schedule his supplies in such a way, to ensure the installation,
testing, validation and commissioning is completed as per schedule. The Supplier
shall also ensure that those equipments that are meant for planning, design and
installation shall be supplied as first set of items. The Bidder shall, as part of their
Bid, indicate the sequence of supply of various items to appropriately take care the
different lead times required for commissioning of the individual network elements
to fit into the overall commissioning schedule.

50.

Operation/ Maintenance .

50.1

During the O&M period, the Successful Bidder shall put into operation the set of
maintenance procedures, periodic test schedules, Traffic Report generation &
analysis and remedial measures to be taken in each occasion, Extraction of
performance statistics from the various network elements, and classification as
required by the Purchaser, Management Information System (MIS) parameters for
fault, performance and planning of network expansion. The Bidder shall also help

83

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

BSNL to put into practice maintenance schedules viz opening of appropriate


registers for log, test schedule and performance and fault recording.
50.2

The bidder shall perform the O&M activities for one year from the date of
commissioning of network i.e during the warranty period of one year. The
Successful Bidder shall fully associate the staff of BSNL during this period so that
the takeover of the O&M functions by the BSNL staff is smooth and they are able
to operate & maintain the network efficiently and independently. The Bidder shall
indicate, as part of the techno commercial Bid, the number of resource persons
that would be committed for this function. (Please refer Amendment No. 28 below
and clarification document)

Amendment No. 28
The clause 50.2 of Section 5 part B is amended as follows50.2

The bidder shall perform the O&M activities for one year from the date of
commissioning of equipment(s) i.e during the warranty period of one year. The
Successful Bidder shall associate the staff of BSNL during this period so that the
takeover of the O&M functions by the BSNL staff is smooth and they are able to
operate & maintain the network efficiently and independently. The Bidder(s) shall
specify as part of the techno commercial Bid, the number of resource persons to be
committed for this function as under:

50.2.1 At least 10 persons each for Main-NOC & Primary Core site and DR-NOC & Primary
Core site for Package I.
50.2.2 At least 4 persons per Primary Core site other than the sites specified under Clause
50.2.1 above for Package-I.
50.2.3 At least 4 persons per eMS site for Package-II. These sites shall be co-located with
Primary Core sites of NGN Core (Package-I).However, no separate manpower is
required for O& M of other LMG sites of Package-II.
50.3

BSNL reserve the right to extend the O&M contract for one more year after expiry
of first year O&M period at the same rate. This extension of O&M period shall be in
term of six month period.

51.

Technical audit of network


The Purchaser reserves the right to carry out technical audit of the network
through any designated agency from time to time and Bidder shall take necessary
corrective measures to conform to the performance parameters stipulated in the
Tender Document within the period of Performance Security..

52.

Bid Security/ Performance Security

52.1

The Bidder shall have to pay Bid Security as specified in Section 1 at the time of
submission of the Bid.

52.2

The Successful Bidder shall pay Performance Security @ 5% of the value of the
Advance Purchase Order, within 14 days from the date of issue of the APO.
Performance Security shall remain valid for a period of 6 months after the expiry of
warranty of the last portion of the Equipments commissioned under the project.
(Please refer clarification document also)

52.2.1

In case a bid is submitted by bidder in consortium with the OEM of Access


equipments(LMGs) in Package-II, both, the bidder as well as OEM of NGN Access
equipments i.e. Consortium partner shall have to furnish separate Performance Bank

84

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

Guarantees(PBGs), each for an amount equal to 5% of the value of Purchase


Order.( Please refer Amendment No. 29 below and clarification document)

Amendment No. 29
The Clause no. 52.2.1 of Section 5 Part-B is amended as 52.2.1
In case a bid is submitted by bidder in consortium with the OEM of
Access equipments (LMGs) in Package-II, both, the bidder as well as OEM of NGN
Access equipments i.e. Consortium partner shall have to furnish separate
Performance Bank Guarantees (PBGs), each for an amount equal to 5% of the
value of Advanced Purchase Order.
52.3

The selected bidder shall submit a Bank Guarantee (BG) against AMC, valid for a
period of seven and half years from the date of start of AMC.This Performance
Security for AMC shall be submitted by the Supplier to the BSNL before release of
Performance Security by BSNL mentioned at Cl 52.2 above. Amount of Bank
Guarantee will be the average over seven years of the sum of the values of the
yearly AMC charges.(Please refer clarification document also)

52.3.1

In case a bid is submitted by bidder in consortium with the OEM of Access


equipments(LMGs) in Package-II, both, the bidder as well as OEM of NGN Access
equipments i.e. consortium partner shall have to furnish separate AMC Performance
Bank Guarantees (PBGs) each for an amount equal to the average of seven years of
the sum of the values of the yearly AMC charges. (Please refer clarification document
also)

52.4

The Successful Bidder shall submit the original performance bank guarantee
(PBG) to the Purchaser.

53.

Indemnity Bond
The Successful Bidder shall have to execute a bond to indemnify the BSNL from
all statutory/legal liabilities towards all the personnel either employed by itself or in
the rolls of its sub-vendors, who have been deployed for execution of various
works against this project, that may arise due to various labour and other laws as
specified by central/state from time to time. Further the engagement and
employment of any personnel and payment of wages to them as per the existing
provisions of various labour laws and regulations is the sole responsibility of the
Bidder and any breach of such laws or regulation shall be deemed to be breach of
this Contract.

54.

Security Clearance of foreign personnel


All foreign personnel likely to be deployed by the Successful Bidder for any activity
pertaining to this project shall obtain security clearance from the Government of
India prior to their deployment. The security clearance will be obtained from
Ministry of Home Affairs, Government of India.

55.

Safety Hazard

85

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

The Successful Bidder shall ensure that any installation carried out by them under
this project should not become a safety hazard and is not in contravention of any
statute, rule or regulation and public policy.
56.

Documentation
The Successful Bidder shall supply one set of documents(hard copy and soft copy)
on operation, maintenance and planning aspects of the system to site and also to
the corporate office.

57.

No Remote Access (RA) shall be provided to any equipment manufacturer or any


other agency out side the country for any maintenance/repairs. However, RA may
be allowed for catastrophic software failure (such as failure to boot up etc.) which
would lead to major part of the network becoming non-functional for a prolonged
period, subject to meeting the following conditions:(a)

Whenever RA is to be provided, the Supplier shall notify BSNL in writing the


reasons necessitating requirement of RA.,

(b)

Remote Access password will be enabled only for a definite period of time
and only for access from pre-approved locations of the Original Equipment
Manufacturer (OEM) Vendors to the equipments specifically under
repair/maintenance alone.

(c)

The control of Remote Access i.e. activation, transfer of data, termination


etc. shall be within the country and not at a Remote location, abroad.

(d)

Any equipment or software that forms part of the Lawful Intercept System
and overall monitoring shall not be permitted to have remote access under
any circumstances.

(e)

The catastrophic software failure, major part of the network, and prolonged
period used under this clause shall be defined by BSNL from time to time in
accordance with the instructions from Government of India on the subject.

(f)

Wherever RA is provided, the access shall have to be through firewall and


has to be governed through secure tokens. The access shall be based on
individual and task specific.

58.

Project Management

58.1

A comprehensive web based project monitoring application based on MS Project


platform should be launched within 15 days of releasing of PO. MS Project of
latest version shall be supplied and the number of concurrent users shall be 15 per
LSA. The server will be with BSNL at one location in the zone and individual
projects will be defined for each LSA. Clients will be made available to the field
units of BSNL and vendors units for viewing, updation and other activities. There
should be provisions for officers of various levels of BSNL and for the vendor to
input and view the data as per the rights decided by BSNL.

58.2

There should be various views incorporating various pre-defined stages of


installations such as sites to be made over, work yet to start, work in progress,
ready for A/T, A/T completed, commissioned, etc. This should be available for
each definable items such as site making over, LMG equipment, battery, power

86

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

plant, and similarly for the works at other network elements deployment sites.
(Please refer Amendment No. 30 below)
Amendment No. 30
The clause 58.1 of Section 5 part B is amended as follows58.1 A comprehensive web based project monitoring software application shall be
launched within 15 days of releasing of PO by the vendor. The said application
shall be capable for the 30 number of concurrent users. The server will be with
BSNL at one location in the zone and individual projects will be defined for each
circle. Clients will be made available to the field units of BSNL and vendors units
for viewing, updation and other activities. There should be provisions for officers of
various levels of BSNL and for the vendor to input and view the data as per the
rights decided by BSNL
58.3

In addition to site specific works as listed above, milestones with reference to the
network integration and inter connectivity should also be defined and progress be
displayed for monitoring in a similar fashion.

58.4

There should be provision to post comments, see information, display common


issues, download information such as installation guidelines, sample layouts, etc.,
etc. All the entries should be logged with date stamp for future reference.

58.5

The tool should display a continually updated Gantt chart showing clearly the
present status vis--vis the originally planned position.

58.6

The design of the application should be got approved by BSNL initially and then
should be revised based on feedback and as per requirements of BSNL
particularly as regards reports.

59.

Compliance to Applicable Law

59.1

Security Requirements (Please refer clarification document also)

a) The Supplier shall enable the Purchaser to comply with Applicable Laws including
but not limited to notifications, circulars etc issued by DoT from time to time.
b) The Supplier recognizes and accepts that in order to make, maintain and ensure
Purchasers networks compliant with security related instructions and guidelines
issued by the DoT from time to time, complete cooperation and commitment of the
Supplier is necessary. To help and address the business continuity, communication,
security requirements and security management of Purchasers network, the
Supplier shall execute an agreement in the form as contained in Section 13 of the
Tender Document before issuance of any APO by the Purchaser. It is clarified that
the execution of such agreement shall be a condition to the effectiveness of the
Advance Purchase Order. The Supplier shall indemnify and hold harmless the
Purchaser and its employees, agents, shareholders, directors, representatives,
against any claims or penalty or consequence arising out of breach of the security
related terms of the License as a result of breach or non-compliance by the Supplier
with its obligations in this sub-Clause (b) or any separate agreement executed for
this purpose.
c) It is clarified that any expenditure incurred by the Purchaser for complying with
security related provisions as prescribed under this cl 59.1,in respect of all the
network elements/equipments supplied under this tender both for Package-I &
Package-II, shall be borne by the Supplier concerned. In the event there is a breach
of the security related provisions as prescribed under Applicable Laws, any penalty

87

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

imposed by the DoT on the Purchaser shall be paid by the Supplier to the
Purchaser. Further, any testing of Suppliers equipment including requirement of
testing equipment shall be met by Supplier on his own cost. (Pleae refer clarification
document also)
59.2

Compliance with Licenses: The Supplier shall assist and provide support as and
when required to the Purchaser including the providing of information and
documents to comply with the provisions of the Licenses, any amendments made
thereto as well as any notifications, circulars, directions/regulations issued by
DoT/TRAI or any other Governmental Authority from time to time specially in
relation to security clearance and lawful interception.

59.3

Non-Compliance: The Supplier, including their personnel, employees, associates


and sub-suppliers shall be solely responsible for complying with the statutes, laws,
regulations, subordinate legislation, administrative orders and instructions issued
by relevant Government Authorities, regarding, but not limited to, environment,
industrial relations, security and taxation, during the performance of their
respective obligations under this Contract. Without limiting the generality of the
foregoing, the Supplier shall be responsible for compliance with the Applicable
Laws and similar regulations applicable to its activities hereunder, at its own cost
and expenses.
In the event there is a delay by the Supplier which is solely attributable to
Supplier in fulfilling its obligations under this Contract or any non-compliance or
breach of obligations under this Contract by the Supplier due to which any
Governmental Authority imposes sanctions on Purchaser, which results in financial
and other liabilities on the Purchaser, the Supplier shall be liable to make good
such loss immediately which has been suffered by the Purchaser. (Please refer to
Amendment No. 31 to 33 below)

Amendment No. 31
The new clause no. 60 is inserted after clause no 59.3 of Section 5 part B as follows60. Compliance to Tender Clauses:
The bidder shall submit the clause by clause compliance of the Tender Document and its
Clarifications & Amendments. However, in respect of TEC GRs referred in the Tender
Document and its Clarifications & Amendments, the bidder shall submit a compliance
statement(s) that it meets all the requirements of the TEC GR unless otherwise specified in
the tender.
Amendment No. 32:
The new clause no. 61 under Section 5 Part B is inserted after the new clause no 60 of
Section 5 part B in these Amendments as follows61. Procurement of TMGs as part of Package-I
61.1

Trunk Media Gateways (TMGs) equipment procurement have been deleted from
Package-II of the Tender for procurement of class 5 NGN (Next Generation
Network) as optional item(s).

61.2

Trunk Media Gateways (TMGs) equipment procurement shall be through Package-I


of the Tender for procurement of class 5 NGN (Next Generation Network) as main
item(s) of SOR. This item(s) is removed from the category of optional item(s).

61.3

All the special conditions, detailed technical requirements and TEC-GRs as


specified in Annexure-1 and Annexure-2 to Section 5 Part B including the clauses in

88

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

other Sections of the Tender in respect Trunk Media Gateways (TMGs) shall be
complied by bidder(s) of Package-I.
61.4

Phase-I/Phase-II order for TMGs Capacity(DS0 Ckts), work to be awarded to


bidder(s) L-1 and L-2 as specified in amended clause 19.3.3 of Section 5 Part B,
shall be made to respective successful bidders (L-1 & L-2) of Package-I. These
TMGs shall be used for transit application-TAX circuit capacity. Please refer
Amendment no 16.

Amendment No. 33:


The new clause no. 62 under Section 5 Part B is inserted after the new clause no 61 of
Section 5 part B in these Amendments as follows62. Amendment in Schedule of Requirement (SOR) Section 6 and Price Schedules
Section 11
62.1

The Schedule of Requirement (SOR) Section 6 Part (A) of tender for Package-I is
amended and to be read as Section 6 (Amended) Part (A) to these amendments
to include the procurement of TMGs (Class 4 DS0 application), Large Screen
Display Wall for NOC & DRNOC and Services as line items in SOR as part of
Package-I. The Price Schedules Section 11 Part II(A) and Part II(B) are amended
as per Section 11 (Amended) - Part II(A) and Section 11 (Amended) - Part II(B)
as per the amended SOR of Package I.

62.2

The Schedule of Requirement (SOR) Section 6 Part (B) of tender for Package-II is
amended and to be read as Section 6 (Amended) Part (B) to these amendments to
delete the procurement of TMGs as part of Package-II and to include Element
Management System (eMS) and Services as line items in SOR of Package-II. The
Price Schedules Section 11 Part II(C) and Part II(D) are amended as per Section 11
(Amended) - Part II(C) and Section 11 (Amended) - Part II(D) as per the amended
SOR of Package II.

Click Here for clarifications in respect of Clause No. 2.1, 7.2, 7.3, 7.4,7.5, 7.3, 8.1 (sl
no. 5), 8.2, 8.6, 8.7, 8.8, 8.9, 9.2, 9.3, 10.3, 12.1, 12.3, 12.4, 12.5, 13.4, 13.5, 15.6 ,
18.2(iv), 18.2(vii)(b), 19.3, 19.3.2, 20.1.1(ii), 20.1.2, 21(ii), 22.2 (table A for Package-I,
Phase-I-1-1(a) & Phase-II-1(a)), 22.2 (table A for Package-I, Phase-II-1(b)), 22.2,
22.2(b), 22.3(viii), 22.5, 22.6, 22.11, 22.12, 22.13, 23.1, 23.2, 23.3, 24.4, 24.5, 24.6, 25,
26, 27, 41.3.2, 43.3, 44.1, 44.2, 46.1, 46.1(b), 50.2, 52.2, 52.2.1, 52.3.1, 52.3, 59.1 (c)
and 59.1

89

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

Annexure-1 to SECTION 5 Part B


(Applicable for Package-I, NGN Core based on IMS)
Functional andTechnical Requirements/
Detailed Technical Requirements (DTR)
1

Scope of Work:

1.1

This Package - I of the tender is for turnkey implementation of various network


components required for setting up NGN core network as per specifications
prescribed in this document.
The turnkey implementation NGN core network shall include Design, Planning,
Architecture, Engineering, Supply, Installation and Testing, system integration,
Commissioning, training, operation and management (O&M) and AMC of telecom
facilities at different locations being envisaged through Package I of this tender.
The requirement of hardware and software solutions mentioned in this section of the
bid document gives only the minimum requirement to be supplied as a mandatory
requirement. It shall be the Bidders responsibility to ensure that any additional
equipments/ functional modules, including hardware, software and licenses etc.
required for satisfactory performance of the services as mentioned in this document
and for the specified customer base including class 4 functionality, shall also be
supplied and be quoted in the Bid Document as any other items. In case during the
execution of the project or thereafter during Warranty/AMC it is found that additional
equipment (Hardware / Software/ Licenses) is required while the same is not quoted
by the bidder, the same shall be supplied by the bidder at no extra cost to the BSNL.
NGN Core shall be deployed at 8 (eight) locations covering Pan-India with two
locations in each zone working in Single Domain. The two cores of same domain
shall work in Active-Active configuration with load sharing and Geographical
Redundant mode with capability to handle complete traffic of partner site. All the 4
Zones i.e. 8 locations for the NGN core are in the scope of this tender, therefore, the
NOC (Main & DR) application shall be covered for all four zones. The actual
requirement shall be as per Schedule of Requirement (SOR). Bidder shall submit the
technical details of working of this Active-Active configuration with load sharing in
the technical bid.
Bidder shall be responsible for integration of the network element envisaged under
this project with the other systems of BSNL (As listed in Appendix-A to Section 5
Part B).
All Equipments, Elements, Hardware, Software supplied through this tender shall be
IPV6 compliant and need to be implemented/ validated with IPv6 addressing
scheme in addition to IPv4 addressing scheme.(Please refer clarification document
also)

1.2

1.3

1.4

1.5

1.6

Objective:

2.1

To provide Next Generation multi-media services as well as migration of existing


PSTN customers progressively to Next Generation Network (NGN).
To migrate existing PSTN/ISDN (Circuit Switched) customers to NGN (Providing
Basic telephony & Supplementary services using IP to these migrated POTS
customers through the application layer). (Please refer clarification document also)
To provide Voice and other Multimedia services to the POTS/Broadband customers
(through LMG, DSLAM, FTTH) on IP.
Interwork with existing legacy systems like IN and MRBT etc. to extend these
services to NGN domain customers as well. (Please refer clarification document
also)
To provide Fixed Mobile convergence (FMC) services by using the IMS core along
with the Access network and already deployed Mobile network. BSNL shall able to

2.2

2.3
2.4

2.5

90

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

offer FMC services between mobile (GSM network) and Fixed (landline) network
using CS to CS, CS to PS, PS to PS and PS to CS with different public
identity(number) in Fixed and mobile domain as well with one number.
3

Network Architecture and NGN Core Requirement

3.1

The CLASS 5 network shall be deployed as a solution as depicted in Figure 1 of


Appendix B of section 5 Part B. NGN Core shall be deployed at 8 (eight) locations
covering Pan-India in Active-Active configuration with load sharing and capability to
handle complete traffic of partner site. Bidder shall submit the technical details of
working of this Active-Active configuration with load sharing in the technical bid.
The pictorial setup of 8 NGN core are given at Figure-2 of Appendix B of section 5
Part B.

3.2

The Solution shall consist of different types of Nodes which are as given below:-

3.2.1 Network Operating Centre (Main & DR)- This is the node, which shall have the
NMS, Prepaid system, Lawful Interception System, Application Servers etc in
addition to equipments at Primary nodes. This node shall be responsible for the
administration of Operation & Management activities. These components are
interconnected over a LAN Switch and the LAN Switch is connected to the PE
Router of the MPLS Network of NIB II. The typical setup of Main/DR NOC is given
at Figure-3 of Appendix B of section 5 Part B.
3.2.2 Primary Node: This is the node where NGN Core and LMGs are located. These
components are interconnected over a LAN Switch and the LAN Switch is
connected to the PE Router of the MPLS Network of NIB II.
3.2.3 Secondary Node: This is the node where only the Line Media Gateway/ Trunk
Media Gateway is deployed. The Line Media Gateways/ Trunk Media Gateways
shall be either through an aggregation LAN switch or directly connected to GigE
interface of PE router, RPR switch, OCLAN Switch etc. deployed under different
projects.
3.3

The connectivity diagram NGN Access sites are given at Figure-4A to 4C of


Appendix B of section 5 Part Band schematic diagram NGN class-5 network along
with the other network of BSNL is given at Figure-5 of Appendix B of section 5 Part
B.

3.4

The brief description of BSNLs existing network like IP/MPLS, Broadband Network,
OSS/BSS of Data Services(Project-3), OSS/BSS of wireline(CDR Project) etc. are
given at Appendix-A.

Specification Requirement for IMS based NGN Core

4.1

Generic Requirements of IMS based NGN Core are as below-

4.1.1 The IMS based NGN Core equipment proposed to be procured in this tender
provides for the Control Layer functionality as well as service/ Application layer
functionality as specified in the tender.
4.1.2 Bidder shall submit detailed documentation clearly indicating the dimensioning
parameters for each and every equipments/subsystems proposed to be supplied
as part of this tender to meet the functional as well as traffic requirement as
envisaged in this tender.
4.1.3 The IMS based NGN Core shall support standard Protocols as mentioned below (a)

H.248/ Megaco for communication between MGC & MGW as per following
RFCs/ Standards (Please refer clarification document also)
ITU-T H.248 v2 Gateway control protocol

91

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

National standards for H.248 as per TEC GR mentioned in section VII

(b)

SIP-I
for inter working between MGCs as per following RFCs/ Standards
ITU-T Rec. Q 1912.5

(c)

SIP
It shall be used to control for LMGs and for interworking with other
SIP proxy (in IMS NW) as per following RFCs/ Standards
IETF RFC 3261 with SIP extensions as required for implementing
services and features required in the tender.
National standards for SIP as per TEC GR mentioned in section VII
ETSI TS 181019, 181025 and 181023 for fixed based access(UNI)
(Please refer clarification document also)

(d)
(e)

SIP - Isc for interworking with Applications / services


SDP
Session Description Protocol (SDP) as per following RFC(s)
RFC 2327
SIGTRAN (SS7 over IP based on SCTP) as per following RFCs/ Standards
IETF RFC 3332(M3UA)
National standards for SIGTRAN as per TEC GR mentioned in section
VII.
Diameter
IETF RFC 3588, RFC 3589, RFC 3539 with functionality / interface
specific RFCs /extns. from 3GPP/ ETSI in respect of Ro/ Rf, Cx/ Dx,
Sh, Gq/ Gq and e4 etc.

(f)

(g)

4.1.4 The IMS based NGN Core shall support evolution of IMS to 3GPP Rel. 7 , Rel. 8 &
enhancement of all features incorporated in Rel 9 & Rel 10 to support legacy
PSTN services like POTS, CCB, Fax, VOIP, Broadband services and Fixed Mobile
Convergence. (Please refer clarification document also)
4.1.5 The IMS elements shall be capable of working in a multi-vendor environment.
4.1.6 The IMS equipment shall not necessitate any changes in the existing Public
Switched Telephone network (PSTN), Integrated Services Digital Network (ISDN),
Public Land Mobile Network (PLMN) and Intelligent Network (IN) and shall not
impact the interfaces and protocols in these networks.
4.1.7 The IMS component architecture shall be Carrier Grade, compliant to Advanced
Telecom Computing Architecture (ATCA) and meet NEBS specified Environmental
requirements.
4.1.8 The IMS based NGN Core shall support Half call model i.e. it will treat originating
and terminating requests separately.
4.1.9 The IMS based NGN Core shall support Audio and Video communication between
a SIP phone / client in the wire line network and mobile 3G/ SIP phone. (Please
refer clarification document also)
4.1.10 The IMS based NGN Core shall support IMS based PSTN emulation services.
4.1.11 IMS Shall support both online and off line charging.
4.1.12 All IMS components shall be powered from -48 V (-41 to -57 V) DC supply.
4.1.13 IMS NW shall synchronize with NTP server.
4.1.14 IMS equipment under procurement shall comply to the following quality and
performance standards

92

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

(h)

ITU-T Rec. Q.3902 (Parameters to be monitored in the process of operation


when implementing IMS technical means in (Public Telecom Networks) for
parameter monitoring and thereby utilizing these parameters for managing the
network from the centralized NMS.
(i)
ITU-T Rec. 1540 IP Data Communication service IP Packet transfer and
availability performance parameters.
(j)
ITU-T Rec. 1541 Network Performance Objectives for IP Leased services.
(k)
ITU-T Rec. 1542 Framework for achieving end-to-end IP Performance
Objectives
(l)
Service Stratum Performance Targets as listed in ITIU-T Rec. G.1010 or latest
for different categories of Audio, Video and Data applications.
4.1.15 The up-time requirement for each IMS node shall be 99.999% and shall be
achieved through implementation of at least following redundancy measures. The
IMS based NGN Core shall have no single point of failure. Each core Equipment
shall have the following redundancies:
a. Control Module subsystem shall be fully redundant ( e.g. 2N modules =
module + N module) (Please refer clarification document also)

b.

Peripheral Subsystem including the Hard disks shall be fully redundant ( e.g.
2N modules=N module + N module). The Peripheral subsystems shall be
accessible from the multiple control subsystems simultaneously. Failure of
one peripheral subsystem shall not lead to switchover of the control
subsystem. The two peripheral subsystems shall have identical data stored
on them so that complete network information is available at all times.
(Please refer clarification document also)

c.

Power Supply shall be fully redundant ( e.g. 2N modules=N module+N


module). The power supply shall have provision for feeding from two
different sources. The DC to DC converters shall be provided separately for
each subsystem and shall be fully redundant( e.g. 2N modules=N
module+N module)

d.

Interface Redundancy shall be provided using different module/card. Both


the module/card shall be accessible by both the control subsystems. Failure
of an interface module/card shall not lead to switch over of control
subsystems.

4.1.16 All the redundancies shall be provided in such a manner that in case of failure of a
subsystem the established calls shall not be disturbed. The redundancies are to be
implemented in such a manner that in no case the traffic handling capacity of the
Call Servers goes down.
4.1.17 The Services shall continue to be provided even in case of failure of a subsystem
without degradation in performance.
4.1.18 The IMS based NGN Core shall provide IP interface towards MPLS/RPR network
and shall consist of either GigE optical interface/Gigabit Ethernet interface/100
base T (Fast Ethernet) with (1+1) redundancy. It shall interface with a switch/router
(co-located or remotely located) as per interface specified in TEC GR No. GR/TCP01.
4.1.19 For implementation of the solution, the different IMS Core domains will be required
to be set up. Each domain shall have two set of Call Servers. It shall be possible
for one set of Call Servers to act as primary Call Server set and other as secondary
Call server set. The two Call server sets shall work in load sharing mode. Data
should be loaded in both primary and secondary Call srever, and the secondary
Call server should be able to control all the MGWs/LMGs originally controlled by
the primary. (Please refer clarification document also)

93

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

4.1.20 In a distributed configuration, any call server/processor should be capable of


accepting and processing a call attempt from any end-user device or any Media
Gateway, at any given point of time.
4.1.21 In a distributed configuration no call server/processor should initiate overload
mechanisms, unless the overall BHCA handled by Call server /SBC exceeds the
value specified for overload.
4.1.22 The bidder shall indicate whether the hardware architecture is based on CTCA
(Compact Telecom Computing Architecture) or Advance TCA architecture or other
open architecture. The bidder shall also provide a roadmap for migration to ATCA
architecture.
4.1.23 The Call server shall provide detailed xDR. It shall be possible to transfer the xDR
in real time to the billing server using DIAMETER / RADIUS protocol from Call
server. It shall also possible that Call server can transfer the xDRs over TCP/IP
links to the billing centre using FTP or FTAM for file transfer. In addition, it shall be
possible to take the xDRs on Optical / Magnetic media locally. (Please refer
clarification document also)
4.1.24 Call Server shall provide for generation of simultaneous multiple xDR files on the
basis of at least four criteria. The identified criteria are postpaid, prepaid, Lawful
Interception and hot billing. The files shall be so named and numbered that it shall
be possible to poll these defined files separately and independently by authorised
mediation devices. It shall also be possible redefine the set criterion through
suitable MML command. (Please refer clarification document also)
4.1.25 The IMS based NGN Core shall be able to interwork with the PSTN, CDMA, and
GSM network of BSNL and other operators. The IMS coreshall also interwork with
the MSC server/GMSC server and IMS compliant Softswitches of CDoT on SIP for
voice and video calls for its own network or other operator network.
4.1.26 IMS based NGN Core shall interwork with CCS7 signaling in network as specified
in TEC GR no TEC/SR/NSF-SU2/01.
4.1.27 The IMS based NGN Core shall capable of interworking with the Service Control
Point (SCP) in network as per TEC Gr No.S/INP-01 and shall not necessitate any
changes to interfaces or protocol in SCPs. (Please refer clarification document
also)
4.1.28 The subscribers capacity required for each IMS based NGN Core site is given
below in table which is being procured in two phases i.e Phase-I & Phase-II Each
IMS based NGN Core Site shall able to handle the subscribers capacity of other
IMS based NGN Core site of same domain (Zone) also in order to meet the
Geographical redundancy requirement. (Please refer clarification document also)
Zone
South
South
Sub Total
East
East
Sub Total
North
North
Sub Total

Subscribers
base
750,000
750,000
1,500,000
250,000
250,000
500,000
400,000
400,000
800,000

Main Site

DR site or
Partner site

Hyderabad
Chennai

Chennai
Hyderabad

Patna
Kolkata

Kolkata
Patna

Chandigarh
Lucknow

Lucknow
Chandigarh

94

Class 5 NGN tender (Section-5 Part-B)


West
West
Sub Total
Total

600,000
600,000
1,200,000
4,000,000

NWP-CFA, BSNL C.O., New Delhi

Pune
Ahmedabad

Ahmedabad
Pune

4.1.29 IMS (Call servers &HSS) set (one or multiple units) along with other control&
application layer equipments shall be dimensioned at each NGN core site to meet
the subscribers base indicated in table under Cl 4.1.28 above and also to meet the
additional capacity required for geo graphical redundancy configuration. The detail
dimensioning shall be submitted along with the technical bid. (Please refer to
Amendment No. 34 below and clarification document)
Amendment No. 34
The clause 4.1.29 & & 4.1.31(sl no 7 & 11) of Annexure-1 to Section 5 part B is amended as
follows4.1.29 IMS (Call servers &HSS) unit with minimum configuration requirements as per the
unit offered for validation under the clause no 4.1.31 Annexure-1 to Section 5 part B
shall be supplied. However, IMS (Call servers &HSS) set (one or multiple units)
along with other control& application layer equipments shall be dimensioned at
each NGN core site to meet the subscribers base indicated in table under Cl 4.1.28
Annexure-1 to Section 5 part B and also to meet the additional capacity required for
geographical redundancy configuration. The detail dimensioning shall be submitted
along with the technical bid.
4.1.31(sl no 7)

The value of parameter BHCA shall be read as 4 Mn.

4.1.31(sl no 11)

The value of parameter for overload BHCA capacity for normal calls
and SIP calls shall be read as 5 Mn

4.1.30 A sizing certificate along with detail calculation for various interfaces as mentioned
in TEC GR /SW ITA -001/ 02 March-10 chapter 10 for the proposed subscriber
base shall be submitted.
4.1.31 However, for validation testing purposes IMS (Call server & HSS) along with other
control equipments shall meet the minimum requirement as per details for different
parameter such as Subscribers capacity, BHCA etc. for applications as given
below. (Please refer Amendment No .34, Amendment No. 35 below and
clarification document)
Sl.
No.
1.
2.
3.
4.

Parameter

Value ( Minimum)

Subscriber capacity
Simultaneous call flow for normal calls
Number of trunks/Circuits connected
Minimum number of prepaid subscribers

5.
6.
7.
8.
9.

Media Gateways connecting capacity (LMG & TMG)


SIP terminations
BHCA (refer Amendment No. 34 above)
Call holding time for normal calls (POTS)
Traffic carried per subs (Erlangs) for normal calls and
SIP calls
Average Traffic per junction (Erlang)

350K
100K
150K
75%
of
subscribers
500
300K
6M
120 sec
0.25

10.

total

0.7

95

Class 5 NGN tender (Section-5 Part-B)


11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.

NWP-CFA, BSNL C.O., New Delhi

Over load BHCA capacity for normal calls and SIP


calls (refer Amendment No. 34 above)
Processed BHCA capacity in case of overload for
normal calls and SIP calls
VoIP calls BHCA for normal calls and SIP calls
Average Holding Time for SIP calls
Call Mix intra Call server inter SIP-to-SIP calls, SIPto-PSTN/ PLMN calls and inter network calls
No of incoming trunk category
Minimum no of outgoing directions
Itemized billing over junction for selected trunks
group for both incoming and outgoing calls
Storage capacity of SDRs/CDRs for 100% calls
Number of calling line category
No of signaling point code supported
Min no of charging rate supported
Maximum capacity of subscribers charge meter units

24.

No of different charge records required for different


services

25.

26.

No of selected trunk group for taking bulk billing for


incoming and outgoing calls with maximum capacity
of charge units
% of link utilization for network planning

27.

Analyzing capacity of codes

7.2 M
5.4 M
5M
180 sec
25K
256
1000
300
30 days
128
512
1024
As per capacity of
subscriber base
Minimum
4
per
service but shall be
configurable as per
requirement
2048

Maximum 80% traffic


on per link
At least
10000
codes

Amendment No. 35
The Clause 4.1.31 (sl no 4) of Annexure 1 to Section 5 Part-B is amended as follows:4.1.31(sl no 4) IMS core shall be able to support up to 50% of subscriber capacity as
Prepaid.
4.1.32 The offered IMS solution shall be based on ETSI TISPAN and 3GPP IMS
architectures. The proposed IMS schematic is given at Figure 1.
4.1.33 The IMS architecture shall conform to TEC GR /SW ITA -001/ 02 March-10 of IMS.
Bidder shall arrange for test equipment for demonstration of the
features/functionalities as envisages in these TEC GRs. (Please refer clarification
document also)
4.1.34 The IMS based NGN Core shall support Number Portability. (Please refer
Amendment No. 36 below)
Amendment No. 36
The new clause no 4.1.35 is inserted after clause no 4.1.34 of Annexure 1 to Section
5 Part B.
4.1.35 IMS based NGN core shall support the interworking with ISDN Access
Gateway(IAG) on SIP and/or H.248 standard protocol.

96

Class 5 NGN tender (Section-5 Part-B)


4.2

NWP-CFA, BSNL C.O., New Delhi

Call session control Function (CSCF):

4.2.1 Call session control function (CSCF) including P-CSCF, I-CSCF, S-CSCF &ECSCF shall conform to TEC GR /SW ITA -001/ 02 March-10 of IMS.
4.2.2 CSCFs shall support High availability / Redundancy requirements as specified
under the TEC GR referred. It should provide for 99.999% uptime through
implementation of measures as specified at Para 4.1.15 of this section as
applicable.
4.2.3 All the redundancies shall be provided in such a manner that in case of failure of a
subsystem the established calls shall not be disturbed. The redundancies are to be
implemented in such a manner that in no case the traffic handling capacity of the
Call Servers goes down.
4.2.4 The Services shall continue to be provided even in case of failure of a subsystem
without degradation in performance.
4.2.5 CSCF shall inter-work/ inter-operate with other manufacturers products in the
network namely MGCF, LMG and Application Servers etc.
4.2.6 CSCF functionality at two geographically redundant sites shall work in Active
Active load sharing configuration or in a pool for the purpose of traffic handling.
CSCF at each geo redundant site may have more than one CSCF module
depending upon the traffic and scalability requirement.
4.3

Home Subscriber Server(HSS)/ User Services Profile Function (USPF):

4.3.1 HSS/USPF is a master database for users. It shall be the entity containing the
subscription-related information to support the network entities actually handling
calls/sessions.
4.3.2 HSS/USPF shall conform to the Generic Requirements as per TEC GR /SW ITA 001/ 02 March-10 of IMS. .
4.3.3 HSS/USPF shall be working in Geo-redundant Hot Standby configuration. Georedundant USPF configuration shall have No Single point of Failure. There will be
no service degradation in case of a site failure
4.3.4 HSS/USPF shall have sufficient storage capacity to handle data corresponding to
combined IMS customer strength in respective zones put together. Bidder shall
provide dimensioning details for Storage. (Please refer clarification document also)
4.3.5 In addition, HSS/USPF shall support the following.
a.
b.
c.
d.
e.
f.
g.

h.

The HSS/USPF database server shall store the Initial Filter Criteria (iFC) as
part of the user profile.
Public User Identity/identities shall get authenticated by the network during
registration, in accordance to ETSI TS 123 228.
Private User Identity/identities shall take the form of a Network Access
Identifier (NAI) as defined in RFC 2486.
The database server shall be aware of the type of authentication supported
by the user.
HSS/USPF shall support both SIP_URI and TEL_URI user identity formats.
Deployment of UPSF and SLF separately or in a single physical node.
Interfacing with HLR (if required) to implement services (like e.g. Wide Area
IP Centrex, FMC etc) requiring common/ combined database of the
subscribers across the domains.
Open interfaces for provisioning and CRM

97

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

4.3.6 HSS/USPF shall provide for necessary Data back-up, and Data replication (from
Main to DR site or Partner site )& recovery in case of planned and unplanned
outages as per requirement. It shall also allow all these operations from remotely
located NMS.
4.3.7 The bidder shall submit a detailed documentation clearly detailing the data
replication methodology and protection mechanism. Both sets of hardware located
in geographically separated locations shall be capable of handling the full rated
load and each set shall be capable of handling the full rated load in case of
disaster. It should be also possible to have these geographically separated nodes
to work in load sharing way.
4.4

Break-out Gateway Control Function support (BGCF)

4.4.1 BGCF, a SIP server, shall interact with S-CSCF, MGCF and peer BGCFs in
external IMS networks. BGCF shall be used for routing a call from IMS to
PSTN/PLMN or UMTS and support following requirement
4.4.2 BGCF shall support the Mi interface between the BGCF & the S-CSCF; Mj
interface between the BGCF & the MGCF and Mk interface between the BGCF &
another BGCF according to TS 123.002. (Please refer clarification document also)
4.4.3 BGCF shall receive request from S-CSCF to select appropriate PSTN/PLMN
Domain break out point for the session.
4.4.4 BGCF shall select the network in which the interworking with the PSTN/PLMN
Domain is to occur. If the interworking is in another network, then the BGCF shall
forward the SIP signalling to the BGCF of that network.
4.4.5 BGCF shall select the MGCF in the network in which the interworking with
PSTN/PLMN domain is to occur and forward the SIP signalling to that MGCF. This
shall not apply if the interworking is a different network.
4.4.6 BGCF shall conform to TEC GR /SW ITA -001/ 02 March-10 of IMS.
4.5

Media Gateway Control Function (MGCF/AGCF)

4.5.1 MGCF shall support Mg interface to CSCF and associated functional behavior.
4.5.2 It shall have the flexibility to co-locate SGW and IM-MGW in one node in case
conversion of transport for signaling is needed locally.
4.5.3 The MGCF shall control the media gateways using the H.248 control profile as per
ES 283024.
4.5.4 The H.248 shall be transported using SCTP or UDP.
4.5.5 The MGCF shall support text encoding in ABNF format. (Please refer clarification
document also)
4.5.6 The MGCF shall also provide the functionality of AGCF (Access gateway control
function) also. (Please refer Amendment No. 37 below and clarification document )
Amendment No. 37
The Clause 4.5.6 of Annexure 1 to Section 5 Part-B is amended as follows:4.5.6 AGCF (Access Gateway Control Function) shall be provided either
separately or as part of MGCF.
4.5.7 MGCF shall conform to TEC GR /SW ITA -001/ 02 March-10 of IMS.

98

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

4.5.8 MGCF shall support High availability / Redundancy requirements as specified


under the TEC GR referred. It should provide for 99.999% uptime through
implementation of measures as specified at Para 4.1.15 of this section as
applicable.
4.5.9 MGCF shall provide complete transit (Class-4) applications for packet network and
PSTN/PLMN network. (Please refer clarification document also)
4.5.10 The MGCF shall control Trunk Media Gateway (TMG) of different make and model
in respect of all services, features and other functionalities.
4.5.11 The MGCF shall provide international gateway functionality (IGF) to work on CCS7,
SIGTRAN and SIP signaling with exchanges in other countries directly. This facility
support use of different version of ISUP, SIGTRAN and SIP for national and
international working. This facility shall support & provide multiple signaling point
codes for use in national and international CCS7 signalling. IGF functionality shall
be provided for 20% of TMG capacity. (Please refer clarification document also)
4.5.12 It shall possible to support routing of calls based on country of origin (as per
incoming trunk group).
4.5.13 MGCF shall support following clauses of TEC GR SW/NGN-LTS/01.Jan-09
(i)
(ii)
(iii)
(iv)
(v)
4.6

Cl no 3.1.6 for codec support


Cl no 4.1.2, 4.1.3.2, 4.1.4 , 4.1.6 , 4.1.7, 4.1.11 & 4.1.15 for Signaling and
protocol interworking
Cl no 4.1.16 for interface to billing system.
Cl no 5.1.4 for Quality of services
The clauses of chapter 5 for quality requirement and chapter-8 for security
requirement

Network attachment subsystem (NASS): (Please refer clarification document


also)

4.6.1 NASS shall include the functions of Network Access Configuration Function
(NACF), Access Management function (AMF), Connectivity session Location and
Repository Function (CLF), Profile DataBase Function(PDBF) and Customer
Network Gateway(CNG).
4.6.2

NASS shall conform to TEC GR /SW ITA -001/ 02 March-10 of IMS.

4.6.3 NASS shall support High availability / Redundancy requirements as specified


under the TEC GR referred. It should provide for 99.999% uptime through
implementation of measures as specified at Para 4.1.15 of this section as
applicable.
4.7

Resource and admission control subsystem (RACS) : (Please refer clarification


document also)

4.7.1 It shall not be limited but include the following logical functions
(a) Application Functions(AF) is collocated in P-CSCF
(b) Server Based Policy Decision Function (SPDF)
(c) Core-Border gateway Function (C-BGF) is in the SBC
(d) Access Resources and Admission Control Function (A-RACF)
(e) Resource Control Enforcement Function is in the Edge Router
4.7.2 RACS shall conform to TEC GR /SW ITA -001/ 02 March-10 of IMS.
4.7.3 RACS shall support High availability / Redundancy requirements as specified
under the TEC GR referred. It should provide for 99.999% uptime through

99

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

implementation of measures as specified at Para 4.1.15 of this section as


applicable.
4.8

MRF(Media Resource Function)/Media Server

4.8.1 The MRF shall provide media resources including Digit detection, announcement
playback and recording, Media mixing function such as 3 to 6 party call
conferencing, video media etc.
4.8.2 MRF Shall be as per TEC GR /SW ITA -001/ 02 March-10 of IMS.
4.8.3 MRF shall support High availability / Redundancy requirements as specified under
the TEC GR referred. It should provide for 99.999% uptime through implementation
of measures as specified at Para 4.1.15 of this section as applicable..
4.8.4 It shall be possible for Media Servers to accept controlling messages from two IMS
systems. (Please refer clarification document also)
4.8.5 It shall be able to provide each announcement in at least three languages one after
the other for each circle in zone.However, in a zone total number of regional
languages including hindi and English may be upto 16.
4.9

Charging functions(CF):

4.9.1 IMS core shall support the functional requirement of charging as specified in the
TEC GR /SW ITA -001/ 02 March-10 of IMS.
4.9.2 IMS functional units shall provide support for both online and offline charging. The
charging control system shall support

Session based (offline & online) charging.


Event based (offline & online charging).
Flow based charging as per 3GPP Rel. 6 and Rel. 7.
4.9.3 CF shall support FTP or FTAM over TCP/IP for transfer of CDRs to existing
Convergent Billing & CRM system of BSNL for postpaid subscribers. (Please refer
clarification document also)
4.9.4 On line charging information from the nodes like S-CSCF, MRFC and AS etc, shall
be forwarded to the Online charging function (OCF) of prepaid system through Ro
interfaces using Diameter protocol. The On line charging shall support both IEC
(Immediate Event Charging) and ECUR (Event Charging with Unit Reservation)
modes of charging.
4.9.5 Off line charging information from the IMS entities like S-CSCF, MGC and AS shall
be collected by CCF (Charge collection function) through Rf (Diameter)
interface(s). The CCF shall generate CDRs out of the session/event charging
information and send them to Convergent Billing System in real time and through
FTP over TCP/IP. CCF shall be part of the supply under this tender.
5
Session Border Control (A-SBC, N-SBC)
5.1 SBC shall conform to TEC GR No GR /SBC-01/ 02 Mar-10
5.2 The SBC shall have no single point of failure. The SBC shall have the following
redundancies:
a.

Control Module subsystem shall be fully redundant ( e.g. 2N modules=N


module + N module) .

b.

Peripheral Subsystem including the Hard disks shall be fully redundant ( e.g.
2N modules=N module + N module). The Peripheral subsystems shall be
accessible from the multiple control subsystems simultaneously. Failure of one
peripheral subsystem shall not lead to switchover of the control subsystem.

100

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

The two peripheral subsystems shall have identical data stored on them so
that complete network information is available at all times.

5.3
5.4

5.5

5.6

c.

Power Supply shall be fully redundant (e.g. 2N modules=N module +N


module). The power supply shall have provision for feeding from two different
sources. The DC-to-DC converters shall be provided for each subsystem
separately and shall be fully redundant ( e.g. 2N modules=N module + N
module).

d.

Packet Interface Redundancy shall be provided using different module/card.


Both the module/card shall be accessible by both the control subsystems.
Failure of a interface module/card shall not lead to switch over of control
subsystems

All the redundancies shall be provided in such a manner that in case of any failure
the established calls shall not be disturbed.
The SBC shall be supplied with at least GigE Interface in 1 + 1 configuration and
Fast Ethernet (100 Mbps) Interface in 1 + 1 configuration. The interface redundancy
shall be provided using different interface module. (Please refer clarification
document also)
The SBC is required for both UNI and NNI connectivity with other IP networks.The
separate SBCs shall be provided for network SBC (N-SBC) and Access SBC (ASBC).
The SBC is used to provide VoIP peering with other operators. 25% of calls/traffic
shall use VoIP peering with other networks/operators. The SBC is to be connected
to SIP terminals and IMS Core both. The subscribers using SIP client shall be taken
as 50% of subscriber base. (Please refer Amendment No. 39 below and clarification
document)
Amendment No. 39
The Clause 5.6 of Annexure 1 to Section 5 Part-B is amended as follows:5.6
The SBC is used to provide VoIP peering with other operators. 25% of
calls/traffic shall use VoIP peering with other networks/operators. The SBC is to be
connected to SIP terminals and IMS Core both. The subscribers using SIP client
shall be taken as 25% of subscriber base.

5.7

Trans coding, an internal SBC function is required for 50% calls . (Please refer
clarification document also)
5.8 In case a standalone Database Server is provided, then it shall be 64-bit EPIC/RISC
based processor having sufficient storage capacity to handle data corresponding to
SBC.
5.9 SBC shall provide for necessary Data back-up, and Data replication (from Main to
DR site or Partner site) & recovery in case of planned and unplanned outages as per
requirement. It shall also allow all these operations from remotely located NMS.
5.10 Design Values for SBC shall be as follows:- (Please refer clarification document
also)
S.
NO.
1.
2.
3.
4.

PARAMETER
Media latency
Call attempts per second(caps)
Concurrent calls (cc)
Switching capacity non
blocking(throughput) (Gbps)

Minimum
capacity
15 microsec
150
32K
4 Gbps

Scalable upto

750
100K
30Gbps

101

Class 5 NGN tender (Section-5 Part-B)


5.
6.
7
8.
9.
10

Rate of registration
SDR storage capacity
Rate of re-registration
Number of VLANs
Signalling latency
Number and type of Ethernet interface
and numbers of port required

10.

Interface with existing CDR billing


platform
DIAMETER
RADIUS

11.

NWP-CFA, BSNL C.O., New Delhi

100/sec
750/sec
At least 120 hrs
1000/sec
5000/sec
Up to 2000
4096
1 millisec
1 millisec
Fast Ethernet interfaces in 1+1
configuration
Bidder to provide exact numbers as per
dimensioning rules used by him.
(The bidder has to furnish the
dimensioning rules also)
FTP over TCP/IP
As per RFC 3588
As per RFC 2865
The latest updates/
amendments to
these RFC shall be
supported

6
SIP Application Server (SAS) (Please refer clarification document also)
6.1 There shall be a SIP Application Server in IMS core. The SAS shall comply the TEC
GR GR /SAS -01/ 01 Nov. 2009. (Please refer clarification document also)
6.2 SAS shall able to provide all the supplementary and basic services mentioned in the
TEC GR of SAS. (Please refer clarification document also)
6.3 The SAS shall have no single point of failure. The SAS shall have the following
redundancies:
a. Control Module subsystem shall be fully redundant (e.g. 2N modules=N
module+N module) . (Please refer clarification document also)
b. Peripheral Subsystem including the Hard disks shall be fully redundant (
e.g. 2N modules=N module+N module). The Peripheral subsystems shall
be accessible from the multiple control subsystems simultaneously.
Failure of one peripheral subsystem shall not lead to switchover of the
control subsystem. The two peripheral subsystem shall have identical
data stored on them so that complete network information is available at
all times. (Please refer clarification document also)
c. Power Supply shall be fully redundant( e.g. 2N modules=N module+N
module). The power supply shall have provision for feeding from two
different sources. The DC-to-DC converters shall be provided for each
subsystem separately and shall be fully redundant.
d. Packet Interface Redundancy shall be provided using different
module/card. Both the module/card shall be accessible by both the control
subsystems. Failure of a interface module/card shall not lead to switch
over of control subsystems
6.4
6.5

All the redundancies shall be provided in such a manner that in case of any failure
the established calls shall not be disturbed. (Please refer clarification document also)
The SAS to be deployed in the IMS core shall be supplied with the GigE(1000 Mbps)
and Fast Ethernet (100 Mbps) Interface in 1 + 1 configuration. The Ethernet interface
redundancy shall be provided using different interface module.

102

Class 5 NGN tender (Section-5 Part-B)


6.6

6.7
6.8

NWP-CFA, BSNL C.O., New Delhi

The SAS shall provide SIP/Isc for interworking with the IMS Call server. The call and
message handling resources in the SAS shall act in load sharing mode at the
interface points of the SAS as well as at call / message processing level. SAS
should use suitable hardware and/or software mechanism to implement this by
making use of its own internal resources only. However, there should be no
proprietary implementations in the solution. The redundancy can be provided using
Active/standby architecture.
The SAS shall work with -41V to -57 V D.C. input from the power supply as specified
in Option-1 of TEC GR/SAS-01. DC Power is mandatory.
The SAS shall support at least two operator terminals per site.It shall also allow all
these operations from remotely located NMS.

Services for NGN Subscribers (please refer clarification document also)

7.1

The services that shall be supported / provided to NGN subscribers including the
basic telephony services.
NGN shall enable all the mandatory services as well as desirable services as listed
in the TEC GR TEC/SR/NSF-SU2/01.Jan.09 in the latest version available on the
date of bid submission. (Please refer clarification document also)
The POTS subscribers shall be terminated on LMG which shall be controlled by
NGN core equipments. PSTN services and other services to POTS customers shall
be provided from the Application server(s).
It shall support to provide the services from third party application service providers
to NGN subscribers.
IN and other legacy/ existing services like PRBT/MRBT etc described in this tender
shall be provided by integrating with existing legacy applications like IN,
PRBT/MRBT etc.
Basic Telephony and Supplementary services to POTS subscribers: These services
shall be provided to POTS customers as per ETSI ES 282.0001 or ETSI ES
182.012.(Please refer clarification document also)

Originate/ transfer/ Hold Communication

Call Waiting.

Multi telephone number

Call Forwarding busy.

Call forwarding Immediate.

Call forwarding No answer.

I/C call only line(Operator defined Time based)

O/G call only line(Operator defined Time based)

O/G Call Restriction Service.(Operator and subscriber defined


Destination and time)

I/G Call Restriction Service.(Operator and subscriber defined


Origination and time)

Non-metered line.

Conference Calling Three parties.

Calling time Identification Presentation (CLIP).

Routing to Announcement/VMS.

Malacious Call Identification (MCI)

Temporary out of service subscribers.

Fixed Line SMS support.

Unified Messaging Service (UMS).

Parallel Ringing.

Calling Line Identification on Call Waiting.

Selection Call Acceptance.

7.2

7.3

7.4
7.5

7.6

103

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

Selection Call Register.

Call forwarding based on line and Time.

Call forwarding on Not Reachable (CFNR).

Per Call CLIP.

Anonymous call / Communication Register.

Message Waiting indication

Support for CRBT/.


7.7 Basic telephony/Supplementary and Multi-media services for SIP subscribers shall
be provided as per relevant & latest ETSI / 3GPP/ IETF/ OMA / GSMA RCS specs.
7.8 Basic telephony/Supplementary and Multi-media services shall be supported for
both prepaid and post paid customers. Further these services shall be usable in both
On-net and off-net environment.
7.9 Basic /Supplementary services for SIP subscribers.
Originate/ transfer/ Hold Communication
Originating Identity Presentation
Originating Identity Restriction
Terminating Identity Presentation
Terminating Identity Restriction
Communication Forwarding - Unconditional
Communication Forwarding - Busy
Communication Forwarding - No Reply
Communication Diversion Notification Served -user
Communication Diversion Notification Reminder
Communication Diversion Notification Caller
Barring Programs
Three Party Call
Self Administration (via Ut interface)
Network Announcement
Operator Black Lists
Operator Anonymous Communication Rejection
Conference
Communication wait
7.10 Multi-media services for SIP subscribers: (Please refer clarification document also)
7.10.1 BSNL intends to provide following Multimedia services through PC clients and IP
phones connected via broadband network while providing voice based
supplementary services to POTS subscribers connected to access gateways/
LMGs.
7.10.2 The MM services shall be supported are as follows (Please refer clarification
document also)

Point to point video communication

Presence and Group Management(PGM)

NGN (instant) Messaging

IP Centrex

Multi media conference

Web portal

GSMA - RCS support

IN , MRBT services requiring integration with existing legacy systems

FMC (VCC)

RCS R1 / R2 based MM services across Fixed and mobile domains


7.11 MRBT: Multimedia Ring-Back Tone(s) (MRBT) services to NGN subscribers shall be
provided by integrating with existing legacy applications like IN, MRBT etc .

104

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

7.12 The method of access, administration and charging various supplementary services
and other features for POTS shall be as per TEC document on Service Requirement
NO. SR/ASF-01 for Analogue subscribers
7.13 Services shall be allowed only when authorized by the administrator.
7.14 Registration, activation and deactivation codes for all supplementary services shall
be programmable by a GUI interface.
7.15 It shall be possible to expose the NGN enablers i.e. Presence, Group
Management and Messaging as Web Services in order to allow these enablers to
be used by third party application developers. (Please refer clarification document
also)
7.16 NGN Messaging :The NGN Messaging shall be supported to allow RCS users to
send, receive and transfer files such as Voice, Text, Video, Pictures to/from other
RCS users.
7.17 IP Centrex in same domain- (Please refer clarification document also)
7.17.1 The IP based Centrex services shall be possible to provide to both the POTS and
SIP users in the same zone through from respective NGN core and IP Centrex
features as described in TEC GR No. GR/IPC-01. Any combination of SIP as well
as POTs subscribers can be used for IP Centrex.
7.18 Wide Area IP Centrex (Please refer clarification document also)
7.18.1 IP Centrex allows small and medium size enterprises to deploy PABX/ CUG
service without really installing system physically in their premises. IP Centrex
service is operator hosted deployed at centralized location and extending services
to enterprise or other user groups in wide area i.e. across the country.
7.18.2 IP Centrex service shall be available across the country and seamlessly available
among different NGN Cores. Basically, IP Centrex shall have no limitation of Zone
or same NGN core (i.e. NGN Core from same OEMs). It shall be possible to have
combined POTS, SIP and Mobile users in one Centrex group.
7.18.3 The solution shall be provided for the subscriber base of 8 Lakhs and 20% of it can
be concurrent users.
7.18.4 The following features should be support for IP Centrex subscribers: (Please refer
clarification document also)
a)
Auto Callback
b)
Blind Call Transfer
c)
Call Forwarding Always
d)
Call Forwarding Busy
e)
Call Forwarding No Answer
f)
Call Forwarding Selective
g)
Call Hold (Flash Call Hold)
h)
Call Intercept (user)
i)
Call Notify
j)
Call Return
k)
Call Trace - Customer Originated Trace
l)
Call Waiting
m)
Calling Line ID Blocking Persistent
n)
Calling Line ID Blocking Per Call
o)
Calling Line ID Delivery
p)
Calling Line ID Delivery per call
q)
Cancel Call Waiting Persistent
r)
Cancel Call Waiting per Call
s)
Consultation Hold
t)
Extension Dialing

105

Class 5 NGN tender (Section-5 Part-B)


u)
v)
w)
x)
y)
z)
aa)
bb)
cc)
dd)

NWP-CFA, BSNL C.O., New Delhi

Last Number Redial


Malicious Call Trace
Personal Web Portal
Speed Dial 8, Speed Dial 100
Three-Way Audio calling
Calling Plan Incoming
Calling Plan Outgoing
Configurable Feature Codes
Configurable Feature Codes Prefix
VPN Support (Please refer clarification document also)

7.19 Multi Media Video Conferencing (Please refer clarification document also)
7.19.1 Multimedia services for SIP subscribers to be provided by IMS (Call Server & HSS)
or external application server based on SIP. The system shall support multimedia
communications between SIP based and soft terminals via SBC to provide
multimedia service. IMS (Call Server & HSS) shall support multiple audio/video
coding formats such as G.711, G.723, H.261, H.263 and H.264.
7.19.2 Multimedia video conferencing service shall be available across the country and
seamlessly available among different NGN Cores (which means Multimedia
videoconferencing shall have no limitation of Zone and NGN Cores ofsame OEMs).
7.19.3 The point to point multimedia communication services to be provided are as
follows:
(i)
Instant messaging: Allows real-time communication by means of text
between one terminal user and another who has already logged in.
(ii) Video Communication: With respective cameras installed, a terminal user
can directly originate a video call to the opposite party and the appropriate
video quality can be determined depending on the network bandwidth.
(iii) Application share: A terminal user shares an application; then the opposite
party can use this shared application remotely. Application Sharing is an
element of remote access that enables two or more users to access a shared
application or document from their respective computers simultaneously in
real time. Generally, the shared application or document runs on a host
computer and remote access to the shared content is provided to other users
by the host user.
(iv) Electronic whiteboard: Both parties can write and draw on the same picture,
for example, for discussion purposes. This is applicable to many occasions
such as remote teaching and technical exchange. An Electronic white board
is a computer-based, distributed, shared graphical and text working space.
One useful application of Electronic white board is for distance learning.
(v) Content release: The contents of advertisements and media streams can be
released through a multimedia terminal, and a platform can be used to
selectively locate the user or to immediately release.
7.19.4 Multimedia Conferencing and conference bridging
(i)
It should be possible to create adhoc and reserved conferences
(ii) It shall allow three or more users registered and authorized to join in a
multimedia conference and communicate in real-time using audio and video.
(iii) It shall be possible to use audio, video and text such as power point
presentations (PPTs) simultaneously.
(iv) It shall be possible to record the conference.
(v) Presence information and notification shall be provided to all participants as
below:

Identification of end-users connected to a conference bridge.

106

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

Identificaiton of the current speaker


The conference equipment shall offer different ways to establish conference
sessions such as through web interface, schedule to future conference,
adding a conference participant during the conference.
(vii) Participants invited to Scheduled conference should be notified through email
and calendar invitations.
(viii) Automated Dial Out conferences should be an option for Scheduled
conferences.
(ix) Dialling-in by a participant to a bridge number shall be possible.
(x) Conference coordinator shall have control options like muting certain
participants, making a particular participant invisible from others, document
sharing, voting for a decision.
(xi) The conference system, should be integrated with a centralized address
book/directory for contact synchronization.
(xii) The number of participants in one conference shall be upto 50 and the
number of such concurrent conferences shall not be less than 1000. The
solution shall be provided for the subscriber base of 6 Lakhs. (Please refer
Amendment No. 40 below and clarification document) (Please refer
clarification document also)
(vi)

(xiii) shall be possible to include any combination of POTS phones, SIP terminals
and PC Soft-clients in a conference. (Please refer clarification document
also)
Amendment No. 40
The Clause no.7.19.4 (xii) of Annexure-1 to Section 5 Part-B is amended as follows:7.19.4(xii)
The number of concurrent conferences shall not be less than 300 with an average 10
number of participants per conference. It should be scalable to support upto 1000
such conferences, bidder shall furnish the scalability criteria/ dimensioning rules both
for hardware and software including licenses if any. The number of participants in
one conference shall be upto 30. The solution shall be provided for the subscriber
base of 6 Lakhs.
7.20 Fixed Mobile Convergence (Please refer Amendment No. 41 below and
clarification document )
7.20.1

BSNL shall be able to offer Fixed Mobile convergence (FMC) services by using
the IMS core along with the Access network and already deployed Mobile
network. (Please refer clarification document also)

7.20.2

BSNL shall be able to offer FMC services between mobile (GSM network) and
Fixed (landline) network using Circuit Switched (CS) to CS, CS to Packet
Switched (PS), PS to PS and PS to CS to CSwith different public identity(number)
in Fixed and mobile domain as well with one number. (Please refer clarification
document also)

7.20.3

Fixed Mobile Convergence shall be provided as per 3GPP Release 8 or the latest
releases. (Please refer clarification document also)

7.20.4

FMC shall provide at least the following functionalities/ capabilities:- (Please refer
clarification document also)

(a)

Voice Call continuity (Please refer clarification document also)

Handover between CS (GSM) domain & IMS (WiFi) domain

107

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

Provide domain selection for terminating VCC user. It shall be possible


to terminate the call on either of the domain or both the domains parallely
or in a sequential manner.

The ongoing call shall be switched between the mobile handset and fixed
phone by pressing some specified digit.

(b)

Multimedia continuity This shall support domain transfer/selection of MM


session. (Please refer clarification document also)

( c)

Shall support National & International roaming with CS-Mobile Network.

(d)

Single number based CS-IMS Call control.

(e)

Shall support both prepaid & postpaid working scenario.

7.20.5

Bidder shall provide the FMC solution for the 10% subscribers base(i.e. 1
Lakhs)in phase-1 and 20% of subscriber base in Phase-II (i.e. 6 Lakhs) available
across the country.

7.20.6

Single Radio VCC - Handover from IMS PS/ LTE domain to CS domain (support
for single radio VCC shall be made available as & when LTE is introduced in
BSNL network).(Please refer clarification document also)

Amendment No. 41
The Clause no. 7.20 (7.20.1 to 7.20.6) of Annexure 1 to Section 5 Part-B are amended as
follows:Clause no. 7.20 Fixed Mobile Convergence
7.20.1 BSNL shall be able to offer Fixed Mobile convergence (FMC) services by using the
IMS core along with the Access network and already deployed Mobile network.
7.20.2 BSNL shall be able to offer FMC services between mobile (GSM network) and IMS
Fixed (landline) network using GSM Circuit Switched (CS) to IMS Fixed (landline) Network
(CS) and IMS Fixed (landline) Network (CS) to GSM Circuit Switched (CS); GSM (CS) to
IMS Wi-Fi Packet Switched (PS) and IMS Wi-Fi Packet Switched (PS) to GSM(CS); with
different public identity(number) in IMS Fixed domain and GSM mobile domain as well with
one number by pressing some specified digit(s)/key(s).
7.20.3

Fixed Mobile Convergence shall be provided as per 3GPP Release 8 or the latest
releases.

7.20.4

FMC shall provide at least the following functionalities/ capabilities:a)

The architecture shall support FMC based or converged application to


enable users multiple service at once.

b)

It shall be possible to terminate the call on either of the domain or both


the domains parallely or in a sequential manner.

c)

Shall support National & International roaming with CS-Mobile Network.

d)

Single number based CS-IMS Call control.

e)

Shall support both prepaid & postpaid working scenario.

7.20.5 Bidder shall provide the FMC solution for the 10% subscribers base (i.e. 1 Lakhs)in
phase-1 and 20% of subscriber base in Phase-II (i.e. 6 Lakhs) available across the
country.
Clause No. 7.20.6 is deleted.

108

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

7.21 DIMENSIONING PARAMETERS : (Please refer clarification document also)


7.21.1 Profile (Percentage) of the subscribers using VAS including Multi media services
(Please refer clarification document also)
%age of
S.No.
Standard Services
subscribers
1
Voice call
100%
2
Voice Conferencing (3-way minimum)
20%
3
Presence & Group management
25%
Instant messaging /chat
Video call
Video and Image sharing
File transfer
4
Network Address Book
20%
5
IP Centrex within same IP Domain
25%
6
Wide Area IP Centrex
20%
7
MM conferencing
15%
8
Fixed Mobile Convergence (FMC): subscribers
20%
shall have voice call continuity in Fixed and GSM
network as per requirement
9
MRBT/PRBT/CRBT
100%
7.21.2 Profile (Percentage) of the subscribers for use of basic / supplementary Services
(Please refer clarification document also)
S.No.
Name of Facility
Subscribers
(%age)
1
Automatic Alarm Call Service:
(a) Usage
100%
(b) Simultaneous Registration.
10%
2
Absent Subscriber Service.
10%
3
Call Waiting.
100%
4
Do not disturb
10%
5
Multi Telephone Number
100%
6
Call Forwarding (Busy /Immediate/No answer)
50%
7
Call Restriction I/C only calls.
10%
7a
Call Restriction O/G only calls
10%
8
O/G Call Restriction Service Subs. Controlled (Dynamic STD)
100%
9
O/G Call Restriction Service Administration controlled
100%
10
Printed Record of Duration of charge of calls (AMA)
100%
11
Announcement followed by dial tone of off hook.
100%
12
Conference Calling Three party
20%
13
Fixed Designation Call Immediate or Timed Out (Hot Line)
10%
14
Malicious Call Identification
5%
15
Analogue CLIP
100%
16
CLIP based barring
100%
17
Temporary out of service subs.
20%
18
Third Party Enquiry
5%
19
DTMF
100%
20
Abbreviated dialing
100%
21
SDR generation for all type of subscribers
100%

109

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

Pre-Paid System (Please refer clarification document also)

8.1

Bidder shall provide the prepaid billing solution for the 2 Mn subscribers base
available across the country and with different NGN Core solution and access. The
solution shall be scalable upto 6 Mn customer base. Bidder shall also quote for
capacity addition at rate of 1 Mn subscriber base beyond 2 Mn initial capacity.
(Please refer Corrigendum No. 1 dated 25/07/2012 below and clarification
document )

Corrigendum no -1: dated 25/07/2012


Please refer clarification at sl no 267 w.r.t clause no 8.1 of Annexure-1 to Section 5 Part B
regarding how long time store for each kind of CDR. The word 3 months shall be read as
6 months in the BSNL Response/ Clarification. Please refer Amendment no 46 issued on
20/07/2012 also.
8.2

Pre-paid solution shall be capable of providing end-to-end solution covering key


functions like customer management, campaigns, customer analytics, Real-time
charging, invoicing etc. (Please refer clarification document also)

8.3

The system shall be provided based on DIAMETER supporting all functionalities to


provide voice, video and data pre-paid services including roaming. The Prepaid
system shall inter-work with different network elements from multiple vendors
without any limitations. (Please refer clarification document also)

8.4

Prepaid system shall be Web Based, Voucher Based and Credit-Card Based. Prepaid shall support Time based and Volume Based On Line billing. (Please refer
clarification document also)

8.5

Real time pre-paid charging shall be possible for event based services like video-ondemand service e.g. subscriber shall be requested for authorization and
authentication (PIN Number) for video on demand service in real time and billing
shall be done in real time and system shall keep all transaction record.

8.6

The prepaid system shall support online charging of all Services such as Voice,
data, Video Call, Video Conference etc. based on QoS for the subscriber.
Subscribers QOS should be dependent on the parameter like balance, usage,
loyalty etc (e.g. higher balance higher bandwidth, lower balance lower bandwidth).
Prepiad system shall have provision to define Policy rules for subscribers based on
QoS. (Please refer clarification document also)

8.7

There shall not be any proprietary interfaces with any external network elements &
for any external transactions. (Please refer Amendment No. 5 below)
Amendment No. 5
The Clause no. 8.7 of Section 5 Part-B is deleted.

8.8

Prepaid system should have APIs which allows interface with any third party
Recharge mechanism like Banks, Financial institutions, clearing houses, credit card
settlement houses etc. These APIs shall support ISO protocol 8583 and https
connectivity.

8.9

It shall be possible to award cross product discount in online fashion based on


accumulated usage of voice, data, text and video. It should also provide fair usage
policy i.e., changing the tariff on crossing a threshold separately and also jointly for
voice, data, text and video.

8.10 Pre-paid services shall be available across the country and seamlessly available
among different NGN Cores to the subscriber connected to NGN access equipment,

110

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

which means Pre-paid solution shall have no limitation of Zone or NGN Cores of
same OEMs.
8.11 Maintain Account Balance- System shall be able to maintain an overall master
balance for each customer account. The account balance corresponds to the net
amount that the customer account has at any point in time, taking into consideration
all credits and debits made against this account balance.
8.12 Maintain Service Balance- System shall be able to maintain individual balances for
each separate service that the customer subscribes to. Each service balance
corresponds to the net amount that the customer has at any point in time, allocated
specifically to that particular service, taking into consideration all credits and debits
made against this service balance.
8.13 Crediting the Account Balance- System shall be able to credit the Account
Balance directly (via cash voucher top-up and through payment gateway). (Please
refer clarification document also)
8.14 Crediting specific Service Balance- System shall be able to credit a specific
Service Balance directly (through payment gateway, cash and voucher top-up).
System shall have a clearly defined open interface/API that external
systems/interfaces can use to credit a specific Account & Service Balance.
8.15 Conversion of Balance to Free Units- System shall be able to support conversion
of the monetary balance into free units.
8.16 Real-Time Rating
8.16.1 Ability to deliver the full rating functionality in real-time. The input for real-time
rating will be a rating request, comprising of an event with the agreed event
parameters (e.g. date time, event type, product id or package id, customer account
id or service id, etc.).
8.16.2 The output of real-time rating is the actual cost of the event. Through real-time
rating, the unbilled usage will be kept up to date. This will contribute to the overall
unpaid spend.
8.17 Advice of Charge (AoC)
8.17.1 System shall be able to perform informational rating on an event passed in via any
of the service platform interfaces. No commit is performed as this is a forinformation-only process. (Please refer clarification document also)
8.17.2 The rating shall be performed based on the then-available event parameters, with
the approximate cost of the event being returned as an Advice of Charge.
8.18 Discounting
8.18.1 System shall be able to support flexible discounting applicable to all types of
charges (usage, recurring, non-recurring) and at different levels (account level,
service level, usage type level, etc.). System shall include flexible, rules-based
qualification for discounts, volume-based and threshold-based discounts, crossservice discounts, packaged and bundled discounts. This should include free unit
handling. Promotional offer within and across service can be configured using this.
Free units may be awarded to allow free consumption of specific units of a
particular service.
8.19 Tax Management- System shall support Determination and consolidation of taxation
for qualifying charges, as per regulatory guidelines. System shall be able to support
taxes at rating time. (Please refer clarification document also)

111

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

8.20 Credit Control


8.20.1

System shall Support for Service Level Credit Control. Flexibility to support Credit
Limit triggers per Service and generate alerts.

8.20.2

System shall Support for denial of Specific service usage if the service level
balance runs out. A credit alert will be raised if the credit limit for an account is
breached or exceeded.

8.20.3

System shall be able to set the credit flag for that account (e.g. to red) so that
further requests for transactions whereby additional charges are to be incurred
will be rejected. When there is available credit again (e.g. due to payments), the
alert will be cancelled for that account. The credit flag will be reset (e.g. to green).

8.21 Voucher Management system


8.21.1

Voucher Management system shall be provided. Pre-paid solution shall support


multiple order states during the voucher creation process, for example, "New",
"Requested", "Received", "Partially Received" and "Cancelled". This allow
customer complete control of the voucher creation process.

8.21.2

Vouchers that are created (bulk generation through voucher generation system)
need to be loaded into the Voucher Management System. This can be either FTP
or emailed to the requested vendor for printing. System shall be able to encrypt
and decrypt the vendor request and response file for security reason. (Please
refer clarification document also)

8.21.3

System shall be able to Track and manage vouchers and voucher information
such as Quantity, package and batch part numbers and quantity, voucher card
number, brand, deal associated with voucher card, voucher expiration date and
dealer name.

8.21.4

System shall be able to manage the information including the voucher number,
voucher amount, voucher expiry (if any), etc. System shall be able to support
voucher activation in real-time through multiple activation channels. (Please refer
clarification document also)

8.21.5

Customers shall be able to perform voucher top-ups on IVR and the customer
self-service over web. (Please refer clarification document also)

8.21.6

System shall be able to validate voucher information in real-time when processing


voucher top-ups and voucher payments.

8.21.7

After validation of voucher information during activation, system shall be able to


credit the voucher amount into the customers balance. For prepaid voucher topup, this involves a direct credit into the prepaid balance (on Billing System).
(Please refer clarification document also)

8.21.8

Bidder shall provide the voucher Management System as per TEC GR No


GR/VOM-01/01, Feb 2006. Voucher Management System should be a separate
standalone node. There should not be proprietary interfaces to other network
elements. The necessary APIs along with all the necessary details of the APIs
shall be provided so that other network elements can be made to interwork
through an inter-working unit. The inter-working unit shall be provided by the
Successful Bidder with complete details of APIs. (Please refer clarification
document also)

8.22 Other Features


8.22.1

System shall be able to support for DIAMETER charging interfaces. The system
shall provide open interfaces for reservation and deduction of balances via
standard protocol.

112

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

8.22.2

System shall be able to expose Service Oriented Architecture (SOA) based


application integration architecture for integration to external systems.

8.22.3

It shall be possible to configure rules on how shared/pooled units are distributed


among participating subscribers (e.g. based on percentage, priority or maximum
number of units per user and etc). Discounts and promotions can be shared
among sharing/pooling groups. The system shall have provision to transfer any
customer from one rating plan to another rating plan.

8.22.4

Pre-paid solution shall provide support for Revenue and Fraud audit and control
mechanisms. (Please refer clarification document also)

8.22.5

It shall be possible to configure rollover scheme or unused bucket units. System


shall provide mechanism for modeling loyalty point scheme.

8.22.6

System shall be able to support for monetary and non monetary balance
transfers. System shall support multiple lines of business on the same platform.

8.23 Revenue/Partner (franchisee) Settlement (Please refer clarification document


also)
8.23.1

System shall support partner lifecycle status update (i.e. Partner account
creation, Partner account suspension, Partner account resumption, Partner
account deletion etc.) and System shall also be able to figure out which revenue
split to apply based on the information on the usage record.

8.23.2

The system shall be able to settle the revenue with partners for various business
models such as wholesale, resale, and revenue sharing. (Please refer clarification
document also)

8.23.3

In order to assure revenue on the third-party products, it shall also be possible to


revenue share with a partner only after the partner service is billed to the
customer or even after the payment has been made by the customer.

8.23.4

As more than one partner are involved in delivering value added services, the
system shall support sharing of revenue with multiple providers based on a single
event. It shall be possible to create different revenue sharing plans for each of
them.

8.24 Reporting (Please refer clarification document also)


8.24.1

The system shall be able to generate all reports as per business requirement.

8.24.2

The system shall support analytics like bar graph, pie charts, line graphs in the
reports and analysis on bill data on the web. Reports to be generated in Billing &
Accounting Modules shall be customizable. (Please refer clarification document
also)

8.25 Hardware Requirement


8.25.1

All the hardware of Prepaid system shall be in fully duplicated and hot standby
mode. The Bidder shall provide a data replication solution for disaster recovery to
be located at a geographically separate location. The data replication shall be
online with suitable protection for data integrity and consistency. The Bidder shall
submit detailed documentation clearly detailing the data replication methodology
and protection mechanism.

8.25.2

Proposed Hardware and Software solution for Pre-paid billing shall support prepaid subscribers as mentioned in SOR/ordered subscriber base.

8.25.3

Bidder shall provide the sizing of quoted Hardware for various components of prepaid solution from the authorized signatory of OEM of Pre-paid solution for the

113

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

required number of pre-paid subscriber base for meeting the various


requirements of the tender.
8.25.4

Server shall be 64 bit RISC or EPIC architecture processors with minimum 8


cores scalable to 16 cores in each server. Each processor shall be minimum 2
Ghz clock speed having a minimum of 8 GB dedicated RAM per core. The
highest cache available in the model at the time of submission of the bid shall be
quoted. Number of equipped cores shall be as per sizing certificate given by the
authorized signatory of software (Application) OEM. (Please refer clarification
document also)

8.25.5

Proposed Hardware system shall provide linear scalability in terms of


performance and storage capacity. Proposed Hardware System shall provide
sufficient storage with the ability for mirroring. (Please refer Amendment No. 42
below and clarification document )

Amendment No. 42
The new clause no. 8.26 is inserted in Annexure 1 to Section 5 Part B after the clause no
after the clause no 8.25.5 of Annexure 1 to Section 5 Part B as follows8.26 Prepaid Miscellaneous
8.26.1 The Prepaid Billing System shall integrate with existing BSNL CRM system (i.e.
CDR system OSS&BSS of Wire-line).
8.26.2 For customer interactions and Voucher top-ups on IVR, the IVR system shall provide
at least 120 IVR ports ( for concurrent announcement calls). However further augmentation in
the number of IVR ports shall be done based on the actual IVR traffic for the given subscriber base
ordered for prepaid system by the bidder at no additional cost to BSNL.
8.26.3 For customer web-self care, the Prepaid billing system shall have provision of inbuilt web-self care. Customer Web-Self Care shall provide functionality such as view/modify
account details like user id/password, view usage, request on-demand service like Video
on-demand.
8.26.4 The webself care shall also have facility for partner revenue settlement. The
partner(s) can perform activities such as view/modify account details like user id/password,
view own account, revenue accrued etc. Partner Web-Self Care shall support upto 5000
franchise partners. The webself care shall support at least 500 concurrent logins.
9

Integration with Different Project of BSNL -

9.1

It shall be the responsibility of the Successful Bidder(s) to integrate & inter-work the
Equipment supplied under this project with all other network equipments supplied by
other vendors and the existing network equipment. The bidders are required to make
due diligence in respect of technical and financial implications in respect of
integration as specified here under before submission of bid. Any hardware and
software requirements including services & any commercial thereto for integration
with the existing network equipments/systems wherever required, the cost shall have
to be borne by the Successful Bidder. It shall be the responsibility of the Successful
Bidder of the Package I Core NGN equipment to get their equipment integrated with
the existing network & systems /new NGN Core, and ensure seamless integration &
inter-operability. (Please refer clarification document also)

9.1.1 In case the Successful Bidder fails to establish integration with the existing
equipments/systems, BSNL reserves the right to get integration done by the
incumbent vendors at the cost of the Successful Bidder. (Please refer clarification
document also)
9.2

Integration with other equipment supplied under Class 5 NGN project (Please
refer clarification document also)

114

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

9.2.1

It is responsibility of L-1 bidder of Package-I through this tender to integrate the


NMS with the eMS of other vendor supplied under Package-I & Package-II of this
tender and any other eMS deployed as part of Class-5 NGN network in future
also. However, the other successful bidders of eMSs shall share API, MIBs,
Interface Information etc. to facilitate integration of eMS with NMS as per
requirement. (Please refer clarification document also)

9.2.2

Successful bidders shall be responsible for integration/interworking of different


core equipments of this project including Multimedia Video Conferencing, Wide
Area IP Centrex, Prepaid etc. with that of different core equipments supplied by
own or other successful bidder of this project in the intra-zone and inter-zone.

9.2.3

Successful bidders shall be responsible for integration and delivery of


applications/services to end subscribers within the intra zone & inter-zone.

9.2.4

Successful bidders shall be responsible for integration/interworking of its core


equipments with that of NGN Access equipments supplied by successful bidder of
Package-II.

9.3

Integration with NIB network-(Please refer clarification document also)

9.3.1

The existing IP/MPLS NIB network/Aggregation network shall be used as core


transport network. The PE routers of IP/MPLS network, RPR switch, OCLAN
switch etc shall be used for connecting the equipments being planned/ deployed
under this project.

9.3.2

It shall be the responsibility of the Successful bidder(s) to ensure the end-to-end


QoS and integration of the supplied equipment with the IP/MPLS Backbone/
Aggregation network of BSNL at no extra cost to BSNL. (Please refer clarification
document also)

9.4

Integration with OSS&BSS of Wireline(CDR system): (Please refer clarification


document also)

9.4.1

Successful bidder shall be responsible to integrate NGN Core equipment and


other associated equipments with CDR system (OSS/BSS of wireline &
Broadband) for the purpose of Commercial, CRM, Customer care, Billing and
Provisioning system etc for the services to be extended to NGN customer.

9.4.2

The Successful bidder shall also integrate NGN core with CDR system of
respective Zone & respective mediation system for online transfer of the call data
records (CDRs)/files.

9.5

Integration for the Broadband services- (Please refer clarification document also)

9.5.1

Successful bidders shall be responsible for integration of different core


equipments of this project with different equipments of Broadband Projects of NIB
like BRAS/BNG, AAA, SSSS & SSSC, Motive, Metasolve provisioning system etc.
(Please refer clarification document also)

9.5.2

Successful bidders shall be responsible for integration of different core


equipments equipments etc of this project with different equipments/subsystem of
OSS/BSS project of NIB like Webportal, LDAP, AAA, Provisioning system, OM/IM,
mediation/billing etc. (Please refer clarification document also)

9.6
9.6.1

Integration/ Interworking with Wireline& Wireless subsystemSuccessful bidders shall be responsible for integration of different core
equipments of this project with that of IPTAX network already installed in the
BSNL network. (Please refer clarification document also)

115

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

9.6.2

Successful bidders shall be responsible for integration/interworking of different


core equipments of this project with the existing SSTP network (Signaling
Network ) of BSNL . (Please refer clarification document also)

9.6.3

Successful bidders shall be responsible for integration/interworking of different


core equipments of this project with the existing PSTN/ISDN, 2G/3G-GSM
network & CDMA/WiMAX network. (Please refer clarification document also)

9.6.4

Successful bidders shall be responsible for integration/interworking with the CDoT


MAX NG (IMS compliant NGN class 5 of CDoT technology).

9.7

Integration/ Interworking with Applications -(Please refer clarification document


also)

9.7.1

Successful bidders shall be responsible for integration/interworking of different


core equipments of this project withexisting services application like messaging,
Video/voice over IP etc. (Please refer clarification document also)

9.7.2

Successful bidders shall be responsible for integration/interworking of different


core equipments of this project withthe existing IP TV services of BSNL as
required. (Please refer clarification document also)

9.8

A brief of existing network of BSNL is given at Appendix-A

9.9

Interworking with IN system (Please refer clarification document also)

9.9.1

Successful bidders shall be responsible for integration/interworking of different


core equipments of this project with the existing IN system of BSNL for IN
services.

9.9.2

IN services shall be provided as per TEC Spec. No. G/LLT-01/05 Mar.03 and
S/INP-01/01 Jul 97 & G/INS-01/03 JUNE.2001 with amendment 1. INAP as per
National Standards (TEC specification No. S/ INP-01/01 JUL 97) shall be
provided. Inter-working problems with the BSNLs SCPs have to be solved free
of cost. Switch will have CS2 capability for implementation of CS2 services at a
later date. (Please refer clarification document also)

9.9.3

Above mentioned IN services are required for POTS and SIP subscribers.
Necessary functionalities of SSP with stand-alone IP per site shall be provided.

9.9.4

The traffic and call duration for 'IN' call is same as for non-IN calls. All subscribers
should be able to make IN calls, but in capital load terms, BHCA for 'IN' calls will
be 10% of the total BHCA of each model configuration.

9.9.5

IN Platform such as SCP, SMP need not be provided. It shall be possible for IMS
core to inter-work with existing SCP through SSTP. (Please refer clarification
document also)

9.9.6

In case bidder fails to integrate with the existing IN system deployed in PSTN of
BSNL for any of the IN service in operation, an alternate solution/application
system shall be provided for the respective IN service(s) free of cost to BSNL. In
such cases, bidder shall also integrate such application system with existing
PSTN of BSNL. (Please refer clarification document also)

9.9.7

The required simulators/testers shall be provided for testing purposes.

10

Carrier Selection :

10.1 As per TRAI directives for carrier selection implementation, it shall be mandatory for
BSOs to route all de-fault calls to pre-recorded announcement. Therefore provision
shall be made for 100 % subscribers for default calls at 0.01 Erl traffic /line in
addition to other requirements of the announcement devices.

116

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

10.2 The NGN Core dimensioning shall take care of various resources such as
processors, senders, receivers, memory, etc for implementation of 4 digit code for
carrier selection.
10.3 The network shall support Carrier Selection feature as TEC GR No.SR/ASF-01/03
Mar.03. Carrier Pre-selection feature for at least 16 carriers for NLD and 16 carriers
for ILD i.e 256 combinations shall be provided. The facility should be provided for
destination based selection.
11 DNS & ENUM Server(Please refer clarification document also)
11.1 NGN shall conform to the Generic requirements, Naming and Addressing
requirements as specified in TEC GR. (Please refer clarification document also)
11.2 ENUM/ DNS shall be implemented as Internal DNS/ENUM and External DNS/ENUM
to provide security. (Please refer clarification document also)
11.3 ENUM & DNS (in one city) shall be working in Geo-redundant Hot/ Standby
configuration. Geo-redundant ENUM/ DNS configuration shall have No Single point
of Failure and shall provide for 99.999% uptime. There shall be no service
degradation in case of a site failure.
11.4 DNS & ENUM shall have sufficient storage capacity to handle data corresponding to
combined NGN subscriber base in their respective zones put together.
11.5 DNS & ENUM shall provide for necessary Data back-up, and Data replication (from
Main to DR site or Partner site) & recovery in case of planned and unplanned
outages as per requirements. It shall also allow all these operations from remotely
located NMS.
11.6 ENUM shall also support following Functional Requirements:
11.6.1 The solution shall support an E164 to SIP URI routing translation service. This
service shall result in single or multiple DNS NAPTR resource records being
returned to the CS for a successful lookup.
11.6.2 ENUM server will support DNS/ENUM RFCs 3761, 2916, 1035, 1034.
11.6.3 At the IP layer, the solution must support UDP, TCP, IPv4, and IPv6 connections.
11.6.4 Data schema shall support wildcards for routing entries
11.6.5 The solution shall support DNS functionality in addition to ENUM (i.e., serving DNS
records)
11.6.6 The solution shall support returning a number of SRV records with priority as well
their associated A records
11.6.7 The solution will provide an information repository for number, name and IP
address data
11.6.8 The capability will provide a publish feature for number, name and IP address data
11.6.9 The solution will provide a facility for input and change of IP address data.
11.6.10 The solution shall support the following signaling interfaces: SIP, TCAP.(Please
refer clarification document also)
11.6.11 The solution shall support scaleable and flexible data schema(s) used to provide
the routing translation service, easily configurable. The solution shall be
authoritative for the hosted routing information
11.6.12 The solution shall support diverse routing responses using NAPTR resource
records to the IMS Call server including support for proportional distribution of
routing information. The solution shall also support the mapping of E164 numbers
to single and multiple NAPTR records.
11.6.13 The solution shall support Origin Based Routing (OBR) whereby the routing
chosen, may depend upon the origin, location and destination information.
11.6.14 The solution shall support PSTN network routing prefix in the NAPTR records as
part of the SIP URI:
a. Using routing prefix for TDM networks
b. Using routing prefix for IP networks

117

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

11.6.15 The ENUM Server must support the option to only allow DNS queries from a
configurable set of IP addresses. This set must support at least 100 addresses.
The supplier shall quantify any related the performance impacts.
11.6.16 The ENUM Server must support multiple top-level domains.
11.6.17 The ENUM Server must support the storage and return of multiple NAPTR
records for one E.164 number.
11.6.18 The ENUM Server must support mapping policies that allow for resolving E.164
numbers up to 16-digits in length.
11.6.19 The ENUM Server must support wildcard NAPTR records.
11.6.20 The ENUM Server shall support SOAP or plain XML/HTTP for its batch and
individual record upload APIs. The ENUM server must support SOAP or plain
XML/HTTP provisioning APIs that allow for full remote configuration of the server,
including loading and changing DNS Zone records.
11.6.21 The ENUM server must provide a GUI-based configuration and management
console.
11.6.22 Solution must provide 99.999% availability
11.6.23 Solution must provide ability to eliminate single points of failure
11.6.24 Solution must support disaster recovery and vendor must provide disaster
recovery procedures
11.6.25 ENUM/DNS database shall support a single zone or multiple zone spread over up
to 1,000 zones and the ENUM server must simultaneously support 10,000
queries/sec, with average latency no greater than 0.25ms per query.
11.6.26 The ENUM server must support a configuration that uses separate network
interfaces for ENUM query traffic and administrative traffic
11.6.27 Modify solution security policies in place without affecting services, underlying
programs, or requiring code modifications.
11.6.28 The integrity of the communications between any clients and the ENUM servers
shall be protected.
11.6.29 The ENUM Server shall Support IPSEC authentication using TSIG. It shall
support DNSSEC. (Please refer clarification document also)
11.6.30 Systems that make up the solution shall have authentication, authorization and
audit logging capabilities for all access by administrators.
11.6.31 The solution shall support following RFCs:
a) RFC 4033 Secure DNS
b) RFC 4034 Resource records for DNSsec
c) RFC 4035 Protocol modifications required to implement DNSsec
d) RFC 4398 Storing digital certificates in DNS
e) RFC 3225 Indicating that resolvers support DNSsec
f) RFC 3007 Support Dynamic DNS in DNSsec zones
g) RFC 3658 and RFC 3755 Support DDNS in DNSsec zones and the
delegation signer standards
h) RFC 2845 Support of TSIG
i) RFC 3645 Support of GSS/TSIG records
j) RFC 3730, RFC 4114, RFC 4310 Extensible Provisioning Protocol
11.7 TheENUM server should meet the following Operational Requirements:
11.7.1 The solution must restart securely after a failure.
11.7.2 In the event of an unrecoverable error, the solution shall include the ability to roll
back the configuration of all affected elements to a known good state
11.7.3 The solution shall support mechanisms to protect against Denial of Service (DOS)
attacks
11.7.4 The solution must be secure and robust as possible. The supplier shall describe
mechanisms in its implementation that contribute to robustness and security; for

118

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

example by avoiding invalid or unauthorized zone transfers, mitigation of threats


targeting well known ports and protocols, general infrastructure attacks (e.g., denial
of service) and DNS-specific attacks (e.g., cache poisoning, domain hijacking,
man-in-the-middle).
11.7.5 Solution must provide ability to restore system after a failure using supplied
management tools.
11.7.6 Solution must provide ability to maintain security logs for a period of 30 days or
more, and then archived to permanent storage.
11.7.7 Local application logs shall be maintained for a period of 30 days.
11.7.8 The solution shall be supported automated back-up tools for period capture of
back-ups
11.7.9 The solution shall be supported with an Element Management System and shall
support an external Network Management System.
11.7.10 The solution shall be supported with a set of diagnostic tools for monitoring and
managements.
11.7.11 The solution shall support a set of test and diagnostic tools to assist in the
resolution of faults and in performing unit, integration, and conformance testing
11.7.12 The solution shall support web and command line (and scripting) tools that are
available to the administrator to allow configuration and management testing
11.7.13 The solution must support the ability to be integrated bi-directionally (i.e. to send
and receive information) using standard interface technologies and messages.
Example technologies include: XML, JMS, RMI, Java Connector Architecture,
OSSJ, SOAP EPP etc.
11.7.14 The solution shall provide a management interface to allow the solution
components to be monitored remotely by a network management platform (e.g.
via the management network or a dial-up terminal server).
12

Lawful Interception System- (Please refer clarification document also)

12.1 The Lawful Interception facility shall be provided for Class 5 NGN subscribers. It
shall be possible to monitor (intercept) the calls/all services based on A Number, B
Number or parts thereof.The LIS shall meet the specification as per
TEC/GR/SW/LIM-01/03 Dec-08 & TEC/GR/SW/LIS-01/03 Jun-08. (Please refer
clarification document also)
12.2 It shall possible to intercept, manage and monitor voice, data, video and other multimedia calls including email & SMS in the NGN on a real time basis. Monitoring shall
be possible by 12 Law Enforcement Agencieswith two E-1 each agency and
minimum 5000 targets and the target provisioning shall be scalable upto 20000
targets. The bidder shall furnish the description of the Interception and monitoring
mechanism available in the proposed NGN system. (Please refer clarification
document also)
12.3 The system shall intercept 720concurrent calls per IMS core Site. Call Content shall
be extended on E1circuit and Call Related data shall be transferred over TCP/IP. In
case the LEA is collocated with IMS core, it shall be possible to extend call-content
on Ethernet port also. Provisioning shall be made from centralized/decentralized
through client after receiving request from LEA. The bidder shall have to furnish the
detailed write up about the Lawful Interception solution being provided by him.
(Please refer clarification document also)
12.4 NGN equipment shall be compliant to LIS requirements as defined under 3GPP TS
33 107, 3GPP TS 33 108 and ETS ES 201 671 V.3.0 (or latest) as well as the
common regulatory mandates concerning lawful interception.
12.5 NGN Core shall support following standard interfaces for lawful interceptions:-

119

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

12.5.1 X1, X2 & X3 Interfaces to connect interception access points (intercepting NW


elements) with LI - Management system which comprises of Administrative function
(ADMF), Mediation function (MF) and Delivery function (DF). (Please refer
clarification document also)
12.5.2 Handover interfaces & HI1, HI2 & HI3: between LI - Management System (NW
operator Domain) and Lawful Enforcement Monitoring facility (Law Enforcement
Agency) to handover warrant for LEAs to MW Operation (on HI1) and for delivery
of interception signaling information (IRI) and content (CC)
on HI2 & HI3
respectively.
12.6 The Lawful Interception (LI) shall be possible from each IMS core Site, however, the
Lawful Interception System (LIS) shall be implemented in active-active with
geographical redundancy in each zone . (Please refer clarification document also)
12.7 The Lawful Interception Monitoring systems shall be supplied by both L-1 & L-2
biddersof Package-1
12.8 Lawful Interception Systems shall have storage capacity for storing CRI and content
for a period of thirty days (minimum). The equipment shall be scalable. (Please refer
clarification document also)
13 Network Management System(NMS) & Element Management System(eMS):
13.1 Telecom Network Architecture - The Telecom Management Network Architecture
shall be based on the five Layer TMN Model of the ITU (T). The TMN hierarchy is
pyramidal from top to bottom consisting of Business Management Layer (BML),
Service Management Layer (SML), Network Management Layer (NML), Element
Management Layer (EML) and the Network Element Layer (NEL). In the Class 5
Network Planned through this TENDER, only the bottom three Layers (NML, EML
and NEL) are taken into account. The BML and SML layer shall be used from the
existing OSS/BSS of BSNL as part of CDR & NIB project.
13.1.1 Network Element Layer (NEL): It shall contain the actual piece of Hardware or
network devices that are responsible for providing the various services. This layer
shall communicate with EML for different orders like provisioning, activation, testing
etc. Elements shall provide all information / functions required by NMS as
described in the document. The different Network elements involved in the Class 5
Network are same as described in the SOR.
13.1.2 Element Management Layer (eML): It shall be responsible for managing the set of
homogeneous network elements. EML shall help in providing the FCAPS
management functionality to the network elements on the basis of orders received
from NML. The aim of putting EML in the TMN architecture is to provide openness
above EML. All proprietary implementations shall end at EML itself. EML shall
provide all information/functions required by NMS as described in TEC GR No.
TEC GR SD/NMS-02/01 FEB 2005.
13.1.3 Network Management Layer (NML): It shall be responsible to manage and control
all the network elements in the network through Element Managers. The network
Management Layer shall provide the interface between the Service Management
layers and shall be responsible for all the FCAPS activities. It shall also provide the
formatted xDRs to the rating / mediation system.
13.2 Network Management System Conceptually there are two layers in NMS: Network Management Layer(NML) and
Element Management Layer(EML). The Element Management Layer(EML) which
interfaces with the Network Elements is required to handle the proprietary
management interfaces. Element Manager converts the proprietary management
interfaces into open and standard management interfaces, so that a single NMS

120

Class 5 NGN tender (Section-5 Part-B)

13.2.1

13.2.2
13.2.3

13.2.4
13.2.5
13.2.6
13.2.7
i.

ii.

iii.

iv.

13.2.8
i.

NWP-CFA, BSNL C.O., New Delhi

can handle the complete network with all NEs. The Element managers and NEs
(network elements) shall provide the required information to NMS for delivering
FCAPS functions over the interfaces described in this document. In turn NML
provide all network related information to SML. Here the functionality of NML in
conjunction with EML shall covers as part of NMS and the functionality of EML
shall be covered under eMS.
There shall be a NMS for the Class 5 NGN. The NMS shall be provided by L-1
bidder. The NMS shall be deployed in Main/DR configuration. The NMS shall be
common for the various Class 5 domains with the remote terminals spread across
the country.
The NMS supplied by L-1 bidder shall work as umbrella NMS for all other bidders.
eMSs of other bidders shall be integrated with NMS provided by L-1 bidder.
The System shall be able to assign minimum three different categories of users,
including but not limited to
(a)
Helpdesk User
(b)
Operation and Maintenance User
(c)
System Administrator
The application shall be designed to control access right of users in respect of
function menu and geographical area of interest.
The servers deployed in the NOC/DR NOC shall have sufficient capacity to store
data at maximum load for at least a month.
All the MIBs (public as well as private)/GDMO for all the components of the
CLASS 5 network shall be provide to the BSNL during validation.
Service Delivery: It consist of:
Inventory Management Support:NMS along with eMS maintain a record of all
the NE resources that are installed in the sub network to support the
provisioning of services; it includes collection of locations, quantities of
equipment, model numbers, serial numbers, versions, installation dates, etc. To
ensure ongoing operational integrity, the NMS alongwith eMS periodically
resynchronizes database with the NE using the auto discovery mechanism. It
also auto discovers equipment-provisioning parameters that are stored in the
eMS database for use in other service-provisioning, service-assurance
operations.
Configuration Management Support: It involves complete control of sub network
resources, topologies, and redundancies and includes the installation and turnup of new equipment resources; it may include the assignment of resources to
trunk routes or service areas, the control of equipment, and network protection
switching.
Provisioning Support: It involves the creation of specific connections or the
enabling of specific sub network features and the assignment of these to a
specific subscriber for an extended period; the connections and features may
take into account or be determined by a QoS level that is guaranteed to the
subscriber.
Service Usage Support: It involves the measurement of the usage of the sub
network resources by the various subscribers; this is the basis for billing.
(Please refer clarification document also)
Service Assurance: It consist of
Fault Management Support: It involves the monitoring of the network resources
to detect malfunction, preempt failures, and detect faults. After faults are

121

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

discovered, the operator must troubleshoot, repair, and restore the network as
quickly as possible. Fault management ensures that service remains available.
ii.
Performance Data Collection Support: It involves the periodic collection of
quality metrics that characterize the performance of the network resources over
service intervals. It also facilitates the visualization of trends that can indicate
periodic or gradual degradation of physical resources.
iii.
Resource Utilization data Collection Support: It involves the collection of data on
the level of utilization of network resources assigned to subscribers. This data
can be used to determine whether the service product is appropriately matched
to the subscribers' usage characteristics. It can also be used to forecast demand
and suggest service upgrades before QoS suffers.
iv.
QoS Assurance Support: It involves ensuring that the quality metrics
characterizing network performance remain within the agreed limits. It requires
proactive monitoring of the network fault, performance, and utilization
parameters to preempt any degradation in service quality
13.2.9 Fault Management: NMS along with the eMSs shall able to do at least following
Fault management functionsi.
The features & functionalities.
a.
Fault & Alarms management.
b.
Fault and troubleshooting capabilities shall include but not limited to
Fault aggregation/consolidation, fault-severity indications, extensive
list of fault filters, fault-forwarding, fault event-driven actions such as
email, paging, scripts, forwarding etc.
c.
Network topological view using hierarchical viewing methods. The
views must be customizable to manageable hierarchy. The view must
be either graphical forms or in linked-list form.
ii.
The NMS shall have total alarm visibility of all NEs under its management.
These shall be customized according to BSNL requirement.
iii.
It shall be possible to send critical alarm alerts through SMS or e-mail and the
same shall be configurable.
iv.
The fault management system shall able to perform the following, but not limited
to, functions
a.
Network and service fault alarms with severity level indicators.
b.
Archive log for historical alarms and events.
c.
Threshold alarms
v.
The Vendor shall describe in detail the Fault Management functions of Alarm
Monitoring, Event Handling, Testing, Troubleshooting, Root Cause Analysis and
Reporting.
vi.
The fault management shall be able to provide root cause analysis and correlate
the physical failures
13.2.10 Performance Management Service Assurance & Accounting- NMS along with
eMSs shall able to do at least following Performance management functionsi.
Ability to generate SLA reports based on monitoring performance parameter
MIBs in the NEs. It must also support threshold violation alarms.
ii.
The System shall be able to retrieve, generate and print reports and graphs on
Performance Management data based on real time, time intervals, daily, weekly,
monthly, annually or specific period, for all NEs and its resources by using the

122

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

built-in report capabilities of the System. (Please refer clarification document


also)
iii.
The System shall be able to support provision of performance measurements
(e.g. QoS/CoS) at the Interface/ Port level
iv.
The Vendor shall describe in detail how the System Administrator can control,
configure, diagnose, query, set thresholds and monitor the NMS locally and
remotely. The Vendor shall also propose the management of the log files.
13.2.11 Configuration Management- NMS along with eMSs shall able to do at least
following configuration functionsi.
The tool should be able to discover network devices based on SNMP, IP
Address, manual or as batch entry using CSV format.
ii.
The tool should be able to do configuration changes for network devices from a
central location.
iii.
The tool should be able to capture and keep record of any configuration change
happening on a network device.
iv.
The tool should be able to keep a record of who does what change for auditing
purpose.
v.
The tool should support bare metal configuration of network devices.
vi.
The tool should provide configuration roll back option, so that a device can be
brought to a good state configuration.
vii.
The tool should support blocking device, for change execution.
viii.
The tool should provide capability to follow an approval workflow before some or
all changes can be implemented. (Please refer clarification document also)
ix.
The tool should be able to perform ACL updates on selected or all network
devices.
x.
The tool should be able to run diagnostics and health check on selected or all
devices to reduce manual effort and help in quickly diagnosing problems. It
should be able to provide easy to comprehend diagnostics report.
xi.
The tool should enforce changes, which comply with the organizational policies
using calendars and scheduling.
xii.
The tool should be able to generate compliance reports for management.
xiii.
The tools should provide easy custom report generation capability
13.2.12 The NMS alongwith eMS shall be able to export configuration files to 3rd party
applications for modeling, integrity checking, or generation reports.
13.2.13 The NMS shall provide a chassis view / device view of all the devices.
13.2.14 The NMS shall have an Embedded Object Oriented Database for efficient
administration & cost effectiveness. The database shall have sufficient capacity to
store data at peak load for minimum one month.
13.2.15 The NMS to be deployed shall be as per TEC GR No. TEC GR SD/NMS-02/01
FEB 2005. NMS shall provide all the FCAPS functionality for all the equipments of
class 5 NGN through respective eMS. Apart from basic FCAPS functions, NMS
shall also provide following functions :
i.
Interfaces with the various element managers for getting accounting
(inventory), xDRs performance and fault data
ii.
Fetches the configuration order to the various element managers and gets the
responses.
iii.
Provides the performance / QoS Information to SML by processing the fault
and performance data obtained from various element managers

123

Class 5 NGN tender (Section-5 Part-B)


iv.

v.
vi.
vii.
13.2.16

13.2.17

13.2.18

13.2.19

13.2.20

13.2.21

13.2.22

13.2.23
13.2.24

13.2.25

NWP-CFA, BSNL C.O., New Delhi

Provides the formatted xDR (without duplications and with only relevant fields)
to rating / mediation device (part of SML) by processing the accounting data
obtained from various element managers.
Obtains the provisioning and activation orders from SML, executes them and
fetches the responses to SML
Provides the inventory record to SML by processing the accounting data
obtained from various element managers.
Obtains the inventory data from the various element managers and processes
it to provide a complete network overview
The NMS shall have a web interface and the remote terminals shall access the
eMS using a commercial Web Browser. The NMS along with the eMS shall
provide the remote operators with the same set of screens/templates/GUI etc as
being made available to local operator on eMS console.
The Main NMS site and DR NMS site shall be connected over NIB II or dedicated
Leased lines. This bandwidth shall be in addition to the connectivity of fast
Ethernet/gigabit Ethernet to the Class 5 network. The control from the main to the
DR NMS shall pass automatically and both the databases shall synchronize to
each other without any manual intervention. The incremental database updating
among the Databases at Main and DR site or Partner site shall be possible at
configurable intervals in steps of at least 5 minutes.
The NMS shall lock the account after receipt of consecutive 5 wrong
logins/passwords or unauthorized commands.
This figure of 5 shall be
configurable and password will be resettable by Network Manager or
administrator only.
The NMS shall be architected in such a manner that it shall be possible to use
components of main NMS site and DR site or Partner site in any combination.
The changeover in the combination shall be effected by Network Administrator.
The changeover shall occur in a manner that the affect of changeover is not felt
by the operator or by the network.
The NMS and the Element Manager Server shall have redundancies for Control
module, Disk and Power supply and LAN interface. The LAN interface
redundancy shall be provided using two different interface modules. The power
supply shall operate in the load sharing, hot swappable and redundant mode.
Industry standard relational database (RDBMS) for storing all the data related to
the network & the system shall be used. The unit price for the Licenses required
shall be quoted. The number of licenses required for an application shall be
indicated.
NMS shall be able to integrate with various NMS database using TCP/IP stack
and do post processing. The data base structure for all the databases used in the
system shall be provided.
All the MIBs (public as well as private)/GDMO for all the components of the Class
5 network shall be provided to the BSNL during validation.
The L-1 bidder of Package-I shall be provide NMS solution for complete NGN
network and eMS solution for their core equipments/element, whereas the L-2
bidder or other successful bidders shall be required to provide eMS solution for
their equipments/elements only. eMS for Network Elements shall support
northbound open interfaces like SNMP/CORBA/XML for integration with the NMS.
The bidders shall be required to provide API/MIBs to facilitate integration of eMS
with NMS. It shall be possible to provide FCAPS for all NEs in the network from
NMS through respective eMS.
The Network Manager shall provide a complete view of the health of the entire
distributed network environment. The Network Manager shall act as a manager of
managers and consolidate all fault information from the NGN equipments at all

124

Class 5 NGN tender (Section-5 Part-B)

13.2.26

13.2.27

13.2.28

13.2.29

NWP-CFA, BSNL C.O., New Delhi

the nodes of the Class 5 NGN. It shall be able to collect alarm events from all the
managed network elements via their respective eMS. It shall capture all the
alarms that are generated across the multi vendor network infrastructure. The
Network Manager shall provide the ability for users to configure and generate
customized reports and customize FCAPS functionality as required. The Network
Manager shall support the ability to set thresholds on the collected performance
statistics. When a threshold is crossed, the system must generate a thresholdcrossing alert.
The Network Manager shall provide the possibility to model services and report
the overall Quality of Service and Service Level Agreement and SLA fulfillment.
The Network Manager shall gather the required information from fault and
performance data. The Network Manager shall provide a GUI that allows Quality
and Performance Indicators to be configured.
The NMS shall be provided to manage all the network elements being quoted in
the Tenderfor both the Package-I & Package-II .The NMS shall be scalable to
manage at least 20,000 Network elements through at least 50 different eMSs.
The NMS remote and local terminals shall also be supplied along with the NMS.
The NMS terminals shall be work-stations. The NMS shall be configured for at
least 400 Concurrent users (any combination of local and remote) and 4000
Named user.
The bidders shall ensure inter working of Class 5 equipment with the NMS at no
additional cost. They shall provide necessary technical support at both the ends
including interfacing capability.

13.3
Element Management System(eMS):
13.3.1 EMS shall help in providing the FCAPS management functionality to the network
elements on the basis of orders received from NMS.
All proprietary
implementations shall end at EMS itself.
EMS shall provide all
information/functions required by NMS as described referred TEC GR. The eMS
shall perform the following functions.
13.3.2 eMS shall be supplied by all the bidders for their respective network elements.
The eMS proposed system shall have SNMPv1, v2 & v3 support.
13.3.3 eMS for Network Elements shall support northbound open interfaces like
SNMP/JAVA/CORBA/XML for integration with the NMS. Open interfaces
supported by eMS should, inter-alia, provide fault, topology and performance
statistics. The bidders shall be required to provide API/MIBs to facilitate
integration of eMS with NMS. It should be possible to provide FCAPS for all NEs
in the network from NMS.
13.3.4 The eMS shall support FCAPS as per TEC standard SD/NMS-02/01
13.3.5 The System shall be able to assign minimum three different categories of users,
including but not limited to
(d)
Helpdesk User
(e)
Operation and Maintenance User
(f)
System Administrator
13.3.6 The application shall be designed to control access right of users in respect of
function menu and geographical area of interest.
13.3.7 The eMS of all the NE's shall be running at Main Network Operation Center
(NOC) with disaster Recovery at Secondary NOC.
13.3.8 The servers deployed in the NOC/DR NOC shall have sufficient capacity to store
data at maximum load for at least a month.
13.3.9 All the MIBs (public as well as private)/GDMO for all the components of the
CLASS 5 network shall be provide to the BSNL during validation.
13.3.10 Service Delivery: It consist of:
i.
Inventory Management Support:It involves maintaining a record of all the
NE resources that are installed in the sub network to support the

125

Class 5 NGN tender (Section-5 Part-B)

ii.

iii.

iv.

13.3.11
i.

ii.

iii.

iv.

13.3.12
i.

NWP-CFA, BSNL C.O., New Delhi

provisioning of services; it includes collection of locations, quantities of


equipment, model numbers, serial numbers, versions, installation dates,
etc. To ensure ongoing operational integrity, the eMS periodically
resynchronizes its database with the NE using the auto discovery
mechanism. It also auto discovers equipment-provisioning parameters that
are stored in the eMS database for use in other service-provisioning,
service-assurance operations.
Configuration Management Support: It involves complete control of sub
network resources, topologies, and redundancies and includes the
installation and turn-up of new equipment resources; it may include the
assignment of resources to trunk routes or service areas, the control of
equipment, and network protection switching.
Provisioning Support: It involves the creation of specific connections or the
enabling of specific sub network features and the assignment of these to a
specific subscriber for an extended period; the connections and features
may take into account or be determined by a QoS level that is guaranteed
to the subscriber.
Service Usage Support: It involves the measurement of the usage of the
sub network resources by the various subscribers; this is the basis for
billing.
Service Assurance: It consist of
Fault Management Support: It involves the monitoring of the network
resources to detect malfunction, preempt failures, and detect faults. After
faults are discovered, the operator must troubleshoot, repair, and restore the
network as quickly as possible. Fault management ensures that service
remains available.
Performance Data Collection Support: It involves the periodic collection of
quality metrics that characterize the performance of the network resources
over service intervals. It also facilitates the visualization of trends that can
indicate periodic or gradual degradation of physical resources.
Resource Utilization data Collection Support: It involves the collection of data
on the level of utilization of network resources assigned to subscribers. This
data can be used to determine whether the service product is appropriately
matched to the subscribers' usage characteristics. It can also be used to
forecast demand and suggest service upgrades before QoS suffers.
QoS Assurance Support: It involves ensuring that the quality metrics
characterizing network performance remain within the agreed limits. It
requires proactive monitoring of the network fault, performance, and
utilization parameters to preempt any degradation in service quality
Fault Management:
The proposed eMS platform shall support the following features &
functionalities.
d.
Fault & Alarms management.
e.
Fault and troubleshooting capabilities shall include but not limited to
Fault aggregation/consolidation, fault-severity indications, extensive
list of fault filters, fault-forwarding, fault event-driven actions such as
email, paging, scripts, forwarding etc.

126

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

f.

ii.
iii.
iv.

v.

vi.

Network topological view using hierarchical viewing methods. The


views must be customizable to manageable hierarchy. The view must
be either graphical forms or in linked-list form.
The eMS shall have total alarm visibility of all NEs under its management.
These shall be customized according to BSNL requirement.
It shall be possible to send critical alarm alerts through SMS or e-mail and the
same shall be configurable.
The fault management system shall able to perform the following, but not
limited to, functions
d.
Network and service fault alarms with severity level indicators.
e.
Archive log for historical alarms and events.
f.
Threshold alarms
The Vendor shall describe in detail the Fault Management functions of Alarm
Monitoring, Event Handling, Testing, Troubleshooting, Root Cause Analysis
and Reporting.
The fault management shall be able to provide root cause analysis and
correlate the physical failures

13.3.13 Performance Management Service Assurance & Accounting


i.
Ability to generate SLA reports based on monitoring performance parameter
MIBs in the NEs. It must also support threshold violation alarms.
ii.
The System shall be able to retrieve, generate and print reports and graphs
on Performance Management data based on real time, time intervals, daily,
weekly, monthly, annually or specific period, for all NEs and its resources by
using the built-in report capabilities of the System.
iii.
The System shall be able to support provision of performance measurements
(e.g. QoS/CoS) at the Interface/ Port level
iv.
The Vendor shall describe in detail how the System Administrator can
control, configure, diagnose, query, set thresholds and monitor the eMS
locally and remotely. The Vendor shall also propose the management of the
log files.
13.3.14 Configuration Management
i.
The tool should be able to discover network devices based on SNMP, IP
Address, manual or as batch entry using CSV format.
ii.
The tool should be able to do configuration changes for network devices from
a central location.
iii.
The tool should be able to capture and keep record of any configuration
change happening on a network device.
iv.
The tool should be able to keep a record of who does what change for
auditing purpose.
v.
The tool should support bare metal configuration of network devices.
vi.
The tool should provide configuration roll back option, so that a device can be
brought to a good state configuration.
vii.
The tool should support blocking device, for change execution.
viii.
The tool should provide capability to follow an approval workflow before some
or all changes can be implemented.
ix.
The tool should be able to perform ACL updates on selected or all network
devices.

127

Class 5 NGN tender (Section-5 Part-B)


x.

xi.
xii.
xiii.
13.3.15
13.3.16
13.3.17
13.3.18

13.3.19

NWP-CFA, BSNL C.O., New Delhi

The tool should be able to run diagnostics and health check on selected or all
devices to reduce manual effort and help in quickly diagnosing problems. It
should be able to provide easy to comprehend diagnostics report.
The tool should enforce changes, which comply with the organizational
policies using calendars and scheduling.
The tool should be able to generate compliance reports for management.
The tools should provide easy custom report generation capability
The eMS shall support discrete configuration of the network elements.
The eMS shall be able to export configuration files to 3rd party applications for
modeling, integrity checking, or generation reports.
The eMS shall provide a chassis view / device view of all the devices.
The eMS shall have an Embedded Object Oriented Database for efficient
administration & cost effectiveness. The database shall have sufficient capacity to
store data at peak load for minimum one month.
License charges: The Network architecture and Customer base support required
has been clearly specified. License is chargeable by vendors in different ways,
some based on number of individual components like LMGs, NGN Core etc,
some on number of servers on which the application is hosted, and so on. The
details of such charging indicating future scalability to 100% of present
requirement shall have to be furnished in the Software costs.

13.4 Server for NMS/eMS


13.4.1 Server shall be 64 bit RISC or EPIC architecture processors with minimum 8
cores scalable to 16 cores in each server. Each processor shall be minimum
2Ghz clock speed having a minimum of 8 GB dedicated RAM per core. The
highest cache available in the model at the time of submission of the bid shall be
quoted. Number of equipped cores shall be as per sizing certificate given by the
authorized signatory of software (Application) OEM. (Please refer clarification
document also)
13.4.2 Server shall have an operating system of Unix base. (Please refer Amendment
No. 43 below and clarification document)
Amendment No. 43
The Clause 13.4.2 of Annexure 1 to Section 5 Part-B is amended as follows:13.4.2 Server shall have an operating system of Unix/Linux." Only supported
software that is supported by respective OEMs for the period of contract (i.e. Eight
years) shall be supplied.
13.4.3
13.4.4
13.4.5

13.4.6
13.4.7

Server shall have dual redundant power supplies.


The eMS solution supplied shall be in high availability mode with redundancy i.e.
N+1 (Active or Passive) configuration.
In case of requirement of clustering software, same also shall also be supplied
and cost of the same shall be separately quoted along with the requirement of the
number of licenses. The number of Cores, memory, disk volume should not be
less than the total of the individual servers.
The No. of equipped Cores in the Server shall be based on the actual hardware
sizing of the application.
All servers shall be rack mounted using rack mounting kits to be supplied by the
server vendor (OEM) in server vendors 19 (42 U) racks (OEM). The number of
racks shall be minimised for optimised floor space utilization. Bidder shall ensure
that the racks are identical. OEM rack mounting kit shall be supplied along with
the racks. Provision shall be available for power cable terminations, power

128

Class 5 NGN tender (Section-5 Part-B)

13.4.8
13.4.9
13.4.10
13.4.11
13.4.12
13.4.13
13.4.14
13.4.15
13.4.16
13.4.17
13.4.18

13.4.19
13.4.20

13.4.21

13.4.22

14

NWP-CFA, BSNL C.O., New Delhi

switches, along with lacing of cables. Fan shall also be available in the rack for
cooling.
All components shall have provision for Ethernet and RS232C Console Ports
All components shall provide clients for administration.
It shall support installation/un-installation of system and application software from
a central location.
It shall support centralized management and control of different versions and
releases of system and application software for different components.
It shall support installation/Rollback of software patches from a central location.
During the installation of software, message regarding successful installation or
failure (including the stage of installation when failure occurred) shall be displayed
FTP/TFTP shall be supported for downloading software, configuration, patches
etc to the OSS components.
It shall support GUI based configuration and reconfiguration of system and
application software from a central location.
Monitoring tools shall be provided for detection and diagnosis of the faulty
component.
It shall support Open interfaces for logging and monitoring.
All SW applications shall be able to run in a redundant active standby pair of
hosts with automatic switchover in case active server or its applications have any
failure..
It shall have ability for tracing and debugging the system and applications through
logs. Level of tracing and debugging shall be configurable.
User interfaces of software shall have the following features:
(a)
Provision for search and help
(b)
Customize and define help content
Backup/Restore support shall be available for all applications:
(a)
Through Command Line Utilities / GUI
(b)
Provide automated backup and restore capabilities.
Appropriate methodologies at the application level or file system level have to be
implemented for optimizing the file system size for messaging and billing etc for
fast clean and recovery even in the case of file system crash.

Networking and Other Equipments

14.1 Layer-3 Switch


14.1.1 Layer-3 Switch shall provide connectivity for the connectivity of different servers,
databases and other critical devices at each location under this project. The
Layer-3 switch shall be Medium Range LAN switch as per TEC specification
(TEC-GR No: GR/LSW-01/03 SEP 2007 or latest TEC GR as available as on
date of bid submission). (Please refer Amendment No. 44 below and clarification
document)
Amendment No. 44
The cl no 14.1.1 of Annexure-1 section 5 Part B is amended as follows14.1.1 Layer-3 Switch shall provide connectivity for the connectivity of different servers,
databases and other critical devices at each location under this project. The LAN Switch
shall be "High Range" as per Chapter 3 TEC-GR No: GR/LSW-01/03 SEP 2007.

129

Class 5 NGN tender (Section-5 Part-B)


14.1.2
14.1.3

14.1.4

14.1.5
14.1.6

NWP-CFA, BSNL C.O., New Delhi

Layer-3 switch shall be deployed in secure zone in each arm. (Please refer
clarification document also)
There should be sufficient headroom in the chassis of each Layer-3 switch to
cater for the complete requirement of this project, without requiring any additional
chassis and with no impact on performance. (Please refer clarification document
also)
The Layer-3 switches shall be deployed in high availability pairs (Active-Active or
Active-Standby mode for optimised performance) across different arms of each
site.
Gigabit Ethernet interface ports shall be supplied as per the actual total number of
NGN equipments/servers.
For connectivity to PE routers of IP/MPLS core the LAN Switch shall have 1000
Base LH Gigabit Ethernet on single mode 1550 nm fibre interfaces in 1+1
configuration. The ports required for connectivity to PE routers shall be sufficient
to carry all types of traffic for all NEs connected to it. The LAN switch should
provide CE functionality also.

14.2 Firewall System


14.2.1 Firewall shall be as per TEC GR no. GR/FWS-01/02 SEP 2006 (or latest TEC GR
as available as on date of bid submission). Bidder shall provide clause by clause
compliance to TEC GR. In addition to GR, following features are also required
and the same will prevail upon the related Clauses in TEC-GR, in case of any
contradiction: (Please refer clarification document also)
14.2.2 Firewall shall be deployed in high availability configuration.
14.2.3 Firewall shall have redundant and hot swappable power supplies. Firewall shall
be DC (-48 V nominal, capable to operate in range of -40 V to -57 V) or AC
Powered (220 V _+ 10% -15%) nominal at 50 2 Hz
14.2.4 Firewall shall be handling minimum performance criteria as per category D of
referenced TEC GR with all features enabled without deterioration in performance.
However, it shall be overall responsibility of the bidder to demonstrate the
capability of supplied Firewall to meet the volumetric of this project at full load at
each site (NOC, DR-NOC & 4 data centers); If at any time, during the warranty &
AMC period of this project, it is found that the performance is degraded due to
undersized Firewall, bidder shall replace it free of cost with suitable high end
solution.(Please refer Amendment No. 45 below)
Amendment No. 45
The cl no 14.2.4 of annexure-1 section 5 Part B is amended as follows 14.2.4 Firewall shall be handling minimum performance criteria as per category D of
referenced TEC GR with all features enabled without deterioration in performance. However,
it shall be overall responsibility of the bidder to demonstrate the capability of supplied
Firewall to meet the volumetric of this project at full load at each site (NOC, DR-NOC &
Primary core sites); If at any time, during the warranty & AMC period of this project, it is
found that the performance is degraded due to undersized Firewall, bidder shall replace it
free of cost with suitable high end solution.
14.2.5

Bidder shall provide minimum 8 fixed GigE ports (Electrical Interface) on each
firewall.
14.3 Network Intrusion Detection System (NIDS)
14.3.1 NIDS shall conform to TEC GR NO. GR/IDS-01/02 OCT 2007 (or latest TEC GR
as available as on date of bid submission). The bidder shall provide clause by
clause compliance to TEC GR. In addition to GR, following features are also
required and the same will prevail upon the related Clauses in TEC-GR, in case
of any contradiction.

130

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

14.3.2

The NIDS shall detect any unauthorized internal/external intrusion attempts at


each site and shall provide comprehensive information regarding appropriate
policies for application on the firewall, NIPS to prevent attacks. It shall be possible
to apply these policies automatically, if required.
14.3.3 NIDS shall be positioned at each site and shall be configured in fail-over mode to
protect entire traffic.
14.3.4 Shall be server or appliance based with minimum performance figures as defined
for C category of TEC GR & to handle the traffic requirement as per minimum
volumetric of this tender. However, it shall be overall responsibility of the bidder to
demonstrate the capability of supplied NIPS to meet the volumetric of this project
at full load at each site; If at any time, during the warranty & AMC period of this
project, it is found that the performance is degraded due to undersized NIDS,
bidder shall replace it free of cost with suitable high end solution.
14.3.5 Comprehensive signature database with more than 10000 attack signatures and
updates for new attack signatures shall be provided.
14.3.6 Shall provide unlimited custom defined signature database.
14.3.7 Shall log raw data locally for internal forensic analysis of attacks for a period of at
least 30 days.
14.4 Network Intrusion Prevention Systems (NIPS)
14.4.1 NIPS shall be as per TEC GR no. GR/IPS-01/01 NOV 2006 (or latest TEC GR as
available as on date of bid submission). Bidder shall provide clause by clause
compliance to TEC GR. In addition to GR, following features are also required
and the same will prevail upon the related Clauses in TEC-GR, in case of any
contradiction.
14.4.2 Shall be deployed in inline & stealth mode to protect the traffic of all segments.
14.4.3 Shall be deployed in High Availability mode at each site.
14.4.4 Shall be handling minimum performance criteria as per category C of referenced
TEC GR with all features enabled without deterioration in performance. However,
it shall be overall responsibility of the bidder to demonstrate the capability of
supplied NIPS to meet the volumetric of this project at full load at each site; If at
any time, during the warranty & AMC period of this project, it is found that the
performance is degraded due to undersized NIPS, bidder shall replace it free of
cost with suitable high end solution.
14.4.5 Shall support minimum 5000 OEM defined signatures and shall have no limitation
for custom defined signatures.
14.5 Peripherals:
14.5.1 In addition to system specific peripherals/terminals, PCs and printers as per SOR
for line testing, administrative functions, alarms, documentation and other
miscellaneous functions.
14.5.2 PC Specifications- IS0 9002 certified, CPU- Intel Core 2 Duo Processor - 2.8
GHz or above with input voltage range 180-250 volts, 2 GB RAM or above, at
least 1MB L-2 cache (in-built), at least 256 KB Flash ROM for System BIOS,
Power management (plug-n-play) and manageability in a network, Keyboard skin
and Ethernet interface (10/100/1000 Mbps).Dust covers, power cables, stickers
bilingual (Hindi/English) shall be provided by the supplier.

S.No
i.
ii.
iii.
iv.

Items
100 GB or above Hard Disc
104 Keys enhanced Keyboard
Fast serial Port
Enhanced Parallel Port
(Support for ECC/EPP/ECP)

131

Class 5 NGN tender (Section-5 Part-B)


v.
vi.
vii.
viii.
ix.
x.

xi.
xii.

14.5.3
S.No
i.
ii.
iii.
iv.
v.
vi.
vii.
viii.
ix.
x.
xi.
xii.
14.5.4
14.5.5

NWP-CFA, BSNL C.O., New Delhi

At least 2 Front USB Ports


PS2 Mouse Port
Three buttons optical Mouse with pad
DVD Writer Combo drive
17 TFT Colour Monitor
Preloaded latest Windows operating systems,
(Software- MS Office (latest edition) , Antivirus
Software)-with Licensed Original version in CD/DVD
ROM media with Manuals.
Preloaded Documentation with back-up on CD/DVD
Preloaded technology specific software wherever
applicable with backup on CD/DVD

Printers shall be ISO 9002 certified with input voltage range 180-250volts. Dust
covers, power cables, connectors etc. shall also be provided by the supplier.
Items
Requirement
Printing speed
24 ppm or above (A4/ letter size paper)
Resolution
1200 DPI x 1200 DPI
Automatic Language
Yes
switching
Media Sizes
Letter, Legal, A4 Executive
Media Type
Plain Paper, Envelopes, Labels etc.
Scalable Type Faces
10 True Type, 35 Intelli-font
Connectivity
High Speed Parallel Port, IEEE 1284 Compliant
Memory
4 MB (Min.)
Paper Tray
2 Nos.
Input Cap
250 Sheets (Min.) - A4 size paper
Software
Printing Software drivers for latest Windows OS
and specific software
Ports
USB & Ethernet
Provision should exist for loading of centralized antivirus management system for
all O &M terminals.
It shall be possible to support file transfer on IP through one of the designated PC
also.

14.6 Tools And Testers:


14.6.1 One complete set of Tools, Testers, simulators instruments etc. is to be proposed
and provided for each core site needed for installation of the equipment.
14.6.2 NGN & Triple Play protocol analyzer, NGN protocol analyzer shall support all the
protocols used in respect of media, signaling ,IMS Call server - Call Server intercomponent messaging /communication , security etc as well as triple play
functioning.
15

Hardware Sizing For NGN Equipment, Servers And Appliances

15.1 Processor utilization metric:


15.1.1 Hardware sizing shall be based on the following CPU utilization metric. The sizing
shall be applicable to both Blade server architecture as well as Standalone server
architecture. (Please refer clarification document also)
a)

CPU Utilization (%age) = 100 CPU Idle %

132

Class 5 NGN tender (Section-5 Part-B)


b)
c)

NWP-CFA, BSNL C.O., New Delhi

Peak CPU Utilization shall not exceed 80% at any time, on 24x7X365 basis.
Average CPU Utilization over any hour, measured at 5 minute intervals, shall
not exceed 50%.(Please refer clarification document also)

(The above utilization matric shall also be applicable to RAM and cache also.)
15.1.2
15.1.3

15.1.4

15.1.5

15.1.6

In case CPU utilization exceeds the value defined above, bidder shall supply
additional hardware free of cost to BSNL.
Bidders must note that the hardware sizing indicated in this document is minimum
and indicative. Bidder shall supply at least the minimum hardware specified in this
document. Bidder shall provide a certificate from the application OEM that the
hardware quoted in the bid is sufficient to meet the application requirements as
per the tender.
If any additional hardware, software and license are needed to meet the
requirement of this tender document to the same shall be quoted by the bidder,
along with sizing details and bill of material.
If any specific module of the application requires separate hardware for proper
functioning, the same shall be quoted, by the bidder, along with sizing details and
bill of material.
If at any stage of this project and till the full capacity is reached it is found that the
solution requires additional hardware, software, licenses or other resources or
any customization effort to meet the requirements envisaged in this tender
document, the same shall be supplied and implemented by the bidder without any
cost to BSNL

15.2 Servers / Systems and their Configuration:


15.2.1

NGN components/servers/ systems shall be Carrier Grade, certified for or


functionally compliant to ATCA (Advanced Telecom Computing Architecture) and
certified for NEBS by a third party accredited lab. The architecture shall provide
99.999% or higher level of service availability through integration of features for
resiliency, redundancy, serviceability and manageability through implementation
of at least the following (and as applicable) measures. (Please refer clarification
document also)
.
No single point of failure.
All Control, Processing and other critical modules shall have 1+1 redundancy.
All Power modules shall have N+1 redundancy (with load balancing)
Failover mechanism
Non-blocking backplane capacity.
Mirroring of call processing states and relevant call information.
Carrier Grade Operating system
Real time capability (Real time OS/ computing/ protocols etc)
System and Self management (as specified under ATCA or better) including
Remote booting/ management/ disc services etc.
Signaling Interface redundancy shall be implemented in 1+1 configuration
whereas media interface redundancy may be 1+1 or N+1 configuration.
Hot swap-ability amongst redundant modules.
Peripheral subsystem including hard disks shall be fully redundant. The
peripheral subsystem shall be accessible from multiple subsystems
simultaneously. Failure of one peripheral subsystem shall not lead to
switchover of control subsystem. The two peripheral subsystems shall have
the data mirrored. So that important network information is available all the
times.

133

Class 5 NGN tender (Section-5 Part-B)


15.2.2

NWP-CFA, BSNL C.O., New Delhi

Server hardware configuration at each of the main or Geo-redundant domain/ site


shall be either 1+1, N+1 or as a pool of (N) servers where 1<=N<=4 depending
upon the category of application/ system.
Depending upon the application/ data processing requirements and the amount of
data to be handled, NGN systems/ servers can be configured as only Application
servers or Application plus DB servers. Further database may be integral part of
such servers or may be implemented on separate storage box.
The offered systems/ servers shall have configuration as given in Table below.
The configuration shall be minimum and indicative and the bidder shall dimension
and propose the HW as well as I/O ports/I/O slots/ I/O devices and internal
storage etc on servers as per requirement.

15.2.3

15.2.4

15.2.5

Server Configuration: (Please refer clarification document also)


SN
1

Category

Platform

Application
plus
Database
server/
system

64 bit Carrier grade Linux /


UNIX on RISC/
EPIC

Application
or
Database
server/
system
Connectio
n/control
Servers

64 bit Carrier grade Linux /


UNIX on RISC/
EPIC

64 bit Carrier grade Linux /


UNIX on RISC/
EPIC

Security & Carrier Grade


Manageme 64 bit Linux /
nt servers
64 bit UNIX on
RISC/ EPIC/
CISC

Configuration/ Rating

8 Cores up-gradable to 16 Cores


(min) having 2 GHz (min), 64 bit
processors /8GB RAM per core
Specjbb_2005 > 2,0 0,000
2 * 4 Gbps Fiber Channel
adapters per server/partition (in
case Storage is implemented
externally)
4 Cores up-gradable to 8 Cores
(min) having 2 GHz (min), 64 bit
processors /8GB RAM per core
Specjbb_2005 > 1,00,000
4 Cores up-gradable to 8 Cores
(min) having 2 GHz (min), 64 bit
processors /8GB RAM per core
Specjbb_2005 > 1,00,000
4 Cores up-gradable to 8 Cores
(min) having 2 GHz (min), 64 bit
processors /8GB RAM per core
Specjbb_2005 > 1,00,000

Note:
(i)
In case Audited Benchmarks for all range of Servers are not available, linear
downward interpolation (for CPUs) from the audited specjbb_2005 or
benchmark for highest configuration fully populated servers for various types
of servers shall be permitted. From these benchmarks, figure per processor
shall be interpolated for calculating the processing power for various ranges
of servers.
(ii)
The results published at www.spec.org site should be submitted
(iii)
This shall be applicable for General Purpose Servers other than ATCA based
solution.

134

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

15.3 Operating System for Servers/systems :


15.3.1 Operating system shall be Carrier Grade, 64 bit architecture, Unix 98 compliant
and shall support following standards.

Interface standard: X Open

C2 level security

Graphics standard: X11, post script, OpenGL, Display Postscript

Desktop standard: CDE, Motif

Object standard: Java IDL

Connectivity standard: ONC, ONC+, NFS, WebNFS, SMB. Support for


other standards, if any, shall be indicated by the bidder.

Internet standards: HTTP, FTP, Telnet, DNS, NTP, IMAP4, DHCP, SNMP,
SMTP, Ipv6, IP-Sec, Kerberos, SASL, OCF

Support for NIS+

Network and IO multi-pathing


15.3.2

Operating system shall also have the following features.

Independent and isolated OS images shall be runs in each partition.


Support Virtual IP Address to help applications remain available if network
adapter connection is lost.0
Shall support IP fail over
Journaling file system and a volume manager shall be provided with each
server
OS shall support online version upgrades.
OS shall be provided with cluster software.
OS shall be provided with Server Management software.

15.4 Cluster Software:


High Availability Cluster Software supplied with servers shall have following general
features:
(a) Shall support integrated load balancing of the workload in the cluster.
(b) Shall support Ethernet cluster heartbeat link. It shall be possible to form a
Cluster across different classes of servers from the same vendor
(c) Shall provide flexibility for adding or removing servers in the cluster as needed
without bringing the cluster or applications offline
(d) Shall Ensure cluster members stay in sync and communicates status instantly
throughout the cluster inter connect.
(e) Shall allow simultaneous access to storage from multiple servers that is load
sharing between servers and enables full use of enterprise RAID subsystems
(f) Shall allow policy based fail-over.
(g) Shall provide wide range of application support to develop agents for nonstandard application. Cluster solution proposed for database servers shall be
Database aware.
(h) Shall provide both system-based and application based monitoring.
(i) Shall have Extensive scalability of at least 8 cluster nodes.
(j) Cluster nodes could be added and removed as business needs change.
(k) Shall have support for WAN based High availability cluster solution.
(l) Shall support data replication.

135

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

15.5 Data Protection, Backup And Disaster Recovery Solution:


15.5.1

15.5.2

15.5.3

15.5.4

15.5.5
15.5.6

15.5.7
15.5.8
15.5.9

15.5.10

Geo-redundancy for different NGN systems/ components, as applicable, shall be


implemented as per requirements specified for different system/subsystem in this
tender.
NGN elements shall preserve CDRs and the History of all important command/
transaction/alarm logs, audit trails etc for a period as specified in respective
section of Call Server, eMS/NMS, Application Servers, LIMS after which such full
copy of data shall be archived on separate disc storages for a period of at least
one year and then transferred to tapes for preserving for an another period of 3
years. (Please refer Amendment No. 46 below)
The business/ customer data (at each site/ city) shall be backed up on discs
through two full PIT (point in time) copies. Further backed up data at main/ onsite shall also be transferred to tapes. (Please refer Amendment No. 46 below)
Backup solution shall have ability to backup all the popular industry cluster
solutions and OS. It shall support all the platforms like Solaris, HP, UX, AIX,
Windows NT/ 2000 and Linux
Proposed Backup software shall provide Auto Scheduling functionality including
in-built frequency and calendar based scheduling system.
Backup solution shall have Single Backup Host connectivity for various Operating
systems like Solaris, HP-UX, Win NT, Win 2000, Linux etc. via SAN/LAN. Backing
Server must be configured with the relevant configuration to meet the above
Backup functionality.
The proposed Backup Solution Software should have full command line support
on above mention OSs.
Backup shall be independent of the OS to which the tape drive is connected.
Following Business continuity Plan objectives shall be met. (Please refer
Amendment No. 46 below)
Data back-up window
:
one Hour
System & Applications back-up window: one Hour
Intra-city RPO (Recovery Point objective):Zero
Intra-city RTO (Recovery Time objective):Immediate
Intercity Data Replication interval:
24 Hours
The vendor shall provide the Data Replication implementation services for the
offered solution proposed and implemented.

Amendment No. 46
The Clause no. 15.5 (15.5.2, 15.5.3, 15.5.9) of Annexure-1 to Section 5 Part-B are
amended as 15.5.2 NGN elements shall preserve CDRs and the History of commands/
transactions/alarm logs, audit trails etc for a period as specified in respective
section of Call Server, eMS/NMS, Application Servers, LIMS in RAID 0/1. The
prepaid CDRs shall be available on line in production environment for a
period of minimum 6 months in RAID 0/1.
15.5.3 Full copy of Data (all Data except CDRs of postpaid billing) shall be backup on
separate disc storages with minimum two copies for the purpose of restoration. The
data shall be backed up on discs through two full PIT (point in time) copies in
RAID 5. Data shall be archived in tape/disc for a period of at least 2 years.
15.5.9 Following Business continuity Plan objectives shall be met for Main NOC and DRNOC site in respect of Prepaid system & eMS/NMS.
Data back-up window
:
Four Hour
RPO (Recovery Point objective):
One hour
RTO (Recovery Time objective):
24 Hours

136

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

Two Business Continuity Volume (BCV) copies of data in RAID 5 shall be


provisioned at main site and one BCV copy in RAID 5 at DR site.
Electrical Infrastructure:

16

16.1 Uninterrupted power supply (UPS) :This specification describes a three-phase,


on-line continuous operation, solid-state uninterruptible power supply (UPS). The
features of the UPS system shall be as below: 16.1.1

General

(i)

It shall be modular/standalone & online UPS, designed for 24x7 operation. Online
UPS means that the input AC power shall be subjected to process of inversion &
conversion to supply conditioned & pure sine wave AC supply to the load.

(ii)

The UPS system shall be wired to supply conditioned and uninterrupted power
supply to the application servers, network equipments, storage device,
workstations or any other equipments installedNGN Core sites, wherever
applicable.

(iii)

Proper ventilation/cooling arrangements to support continuous operation.

(iv)

It shall be housed in a self supporting structure made of steel. It shall house all
the components of the UPS. Optionally batteries can be housed separately.

(v)

UPS shall be as TEC GR no. GR/UPS-01/03 May 2006 and amendments if any.

(vi)

Battery backup available shall be for minimum 3 hours for full load. Batteries
supplied shall be maintenance free VRLA Batteries and shall be as per TEC GR
No. GR/Bat-02/02 Mar 2006 with amendments if any.

(vii) It shall condition the power supply by regulating the power factor & harmonics in
the input mains power supply.
(viii) It shall be 3-phase input & 3-phase output power supply UPS system.
(ix)
16.1.2

It shall have high availability through intelligent precision-charging that maximizes


battery performance, life, and reliability.
Architecture-

(i)

Entire UPS system shall be supplied in N+N configuration based on actual KVA
requirements as calculated by the bidder.

(ii)

Total UPS shall be supplied in units of capacity as mentioned in SOR for NGN
Core sites.

16.1.3
(i)
16.1.4

Input Power Supply:


Commercial power supply as per Indian standards.
Output Power Supply:

(i)

Nominal output voltage shall be AC, 3 phase and neutral (adjustable steplessly)
with 1% accuracy.

(ii)

Output waveform shall be true sine wave.

(iii)

UPS Output shall be isolated from UPS input through an isolation transformer.

(iv)

Output Frequency: UPS shall provide 50 Hz +/- 0.5 Hz free running (battery
operation)output.

(v)

It shall support unbalanced load. Load unbalance of 50% shall not trip the UPS
i.e. if a load on one of the three phases is x kVA then a load of x/2 shall not trip
the UPS.

137

Class 5 NGN tender (Section-5 Part-B)


(vi)

NWP-CFA, BSNL C.O., New Delhi

It shall be able to supply 150% overload for atleast 60 seconds and shall supply
125% overload for atleast 10 minutes. This enables the system to handle inrush
currents, sudden peak loads and output faults without transitioning to bypass.

(vii) The UPS shall operate with an efficiency of more than 90% at 75% of the rated
load.
16.1.5

Manageability

(i)

It shall provide for redundant serial ports for manageability by eMS of the data
center. UPS shall be SNMP compliant for SNMP trap etc.

(ii)

It shall have provision for remote management of the UPS over the network.

(iii)

It shall allow management of the UPS locally through a text-based display that
allows quick diagnosis via stored alarm conditions and events.

(iv)

The UPS shall indicate if the unit is on battery, if the battery is low or if there is
an overload condition.

(v)

The UPS shall monitor the health and status of the external batteries and their
expected runtime.

(vi)

The UPS shall ensure early detection of potential problems by periodic testing of
UPS components.

(vii) It shall prevent unauthorized access to the UPS through a suitably designed
rack system.
16.1.6

Protection Requirements

(i)

Output short circuit protection shall be there with fault isolation capability.

(ii)

Input phase reversal protection.

(iii)

Input voltage high/low protection.

(iv)

Input surge/transient protection.

(v)

Soft start or slow voltage transfer to generator. Low Battery Voltage Protection
to prevent total discharge or damage to the battery, the UPS must stop
supplying to connected load when the battery voltage reaches a set minimum
voltage level (programmable).

16.2 SMPS Power Plant And Battery Sets:


16.2.1 SMPS power plant is to be provided as per TEC specification G/SMP-01/05
JAN.2005 and MF VRLA/Tubular battery sets as per G/BAT-01/03 MAR.2004,
GR/BAT-03/01 MAR 2006 with amendments thereto. The Bidder should source
the equipment (both batteries and SMPS power plants) from TSEC approved
manufacturers. (Please refer clarification document also)
16.2.2 SMPS power plant and battery sets shall be provided as per detail given in SOR.
16.2.3 The NGN Core & NOC equipment shall operate from an exchange battery at a
nominal - 48V DC (Negative 48 V DC) over the range -40 VDC to -57 V DC
except for PCs/ workstations and printers which may operate with 230 V AC
obtained through the Inverter drawing DC from the - 48V PP/ Battery.( Please
refer Amendment No. 47 below and clarification document) (Please refer
clarification document also)
Amendment No. 47
The cl no 16.2.3 of annexure-1 section 5 Part B is amended as follows16.2.3 The NGN Core & NOC equipment shall operate from an battery at a nominal
- 48V DC (Negative 48 V DC) over the range -40 VDC to -57 V DC. However,

138

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

servers/PCs/ workstations and printers may operate from 230 V AC obtained through
UPS.
16.2.4

16.2.5

16.2.6
16.2.7

16.2.8

16.2.9

Only 100 amp or higher power modules shall be provided in power plants to be
supplied for core NGN network sites. SMPS power plants are to be compatible
with batteries.
The cabinet of power plant supplied at core NGN network locations shall be
capable of generating at least 2000A. It shall be possible to increase the capacity
of power plant just by addition of modules. (Please refer clarification document
also)
Battery sets shall be planned such that the battery sets are not discharged
beyond 80 % of their rated capacity at any timeto meet 100% load.
2 sets of battery shall be provided. 6 hours combined batteries back up is
required. Therefore, battery banks of 6 x exchange load/ (0.8 x 0.95) AH capacity
shall be required, where 0.8 is permissible depth of discharge & 0.95 is the
effective capacity of battery at 6 hour discharge rate, to the end cell voltage of
1.75 volts/cell. (Please refer clarification document also)
Suitable switching arrangement for inter connection between various items of
SMPS Power Plants, Battery sets and their interconnection in switching cubicle
and further power distribution to equipment as required for the ultimate capacity
of the power plant and battery sets shall be provided.
The following shall be assumed while calculating the lengths of power cable and
the same shall be included as a distinct item in the detailed priced BoM of
Installation material for respective elements: (Please refer clarification document
also)
(i)

For core sites- 30m run from Power plant room to the switch room and from
switch room to equipment as per the actual layout.

(ii)

For LT panel to power plant, in the core sites, an average run of 30m shall be
taken.

16.2.10 SMPS Power plant capacity should be such that it is to take following loads
simultaneously:
(i)
10 % of rated capacity of battery, (battery float load for all sets)
(ii)
Exchange load during busy hour (Detailed calculations to be given
for all configurations).
16.2.11 SMPS Rectifier efficiency is to be taken as 90%.
16.2.12 Redundant SMPS module(s) shall also be provided as hot standby in addition to
requirement as calculated above. There should be a provision of one redundant
module for every five modules (or part thereof as per details given below) in a
system.
The number of redundant modules shall be calculated as below:
If: Y = dividend = the number of modules required for load and
battery as calculated above.
5 (five) = divisor,
N = quotient = natural number
M = remainder = natural number,
Then Y = N*5+M
No. of spare modules required = either N when M is less than 3 or
(N + 1) when M is greater than or equal to 3. That is redundant
modules shall be provided on the following basis:

139

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

S.
No

SMPS module as
calculated vide Para
13.10

Spare SMPS
Module (H/SBY)
Required

1.

Up-to 7

2.

8-12

3.

13-17

4.

18-22

5.

23-27

6.

28-32 and so on.

16.2.13 Maintenance spares including spares for control panel and spare fuses shall also
be provided. (Please refer clarification document also)
16.2.14 D.C. Distribution cabinet and power cables between the D.C. distribution cabinet
& switch room and other related items shall have to be provided by switching
equipment supplier even if SMPS power plant and battery sets are not ordered on
him. However, these items can be supplied to the sites separately just like Power
Plant & Battery sets.
16.2.15 The power cable and bus bar shall be rated at 2 Amp /Sq. mm. (Please refer
clarification document also)
16.2.16 Only TEC approved equipment/ Modules are to be provided.
16.2.17 Complete power plant and battery calculations and information regarding interconnecting arrangements and layout shall be given. Ultimate capacity of SMPSPower Plant as approved by TEC for SMPS modules of 100A, 200A etc. capacity,
is to be indicated.
16.2.18 The price for each component such as SMPS modules, control rack, auxiliary
rack/ expansion rack, power cable, cable trays, all types of fuse required, lugs,
DCDB etc. shall be quoted.
16.2.19 The Supplier shall arrange DCDB, MCBs etc and extend DC power supply, AC
power supply, earthing etc from the available points to the supplied equipments.
Flexible, multistrand, fire retardant copper cables of appropriate gauge with ISI
rating only should be used with tinned copper lugs of appropriate size fixed with
crimping tool at the connecting ends. The power shall be tapped from MCB if the
same is available at the power plant end or from the riser, if that is the case.
DCDB shall be provided by the supplier with adequately rated circuit breakers in
either case. (Please refer Amendment No. 48 below)
Amendment No. 48: Large Screen Display wall for NOC and DR-NOC
The new clause no. 17 is inserted in Annexure 1 to Section 5 Part B after the clause no
16.2.19 of Annexure 1 to Section 5 Part B as follows17. For the new line item Large Screen Display wall for NOC and DR-NOC under
Package-I, the technical specifications are given below17.1 Technical specifications for Large Screen Wall
17.1.1
The large screen display wall shall be located in the network operation control
room. There shall be two screen walls per data center. Screen walls shall be
used for the display of important NMS and other data, graphics from the PCs,
Workstation and Video. It shall have the functionality to pre configure and save

140

Class 5 NGN tender (Section-5 Part-B)

17.1.2

NWP-CFA, BSNL C.O., New Delhi

various display layouts to be accessed at any given point of time with a simple
mouse click.
The large screen display wall shall provide real time clear luminous view to
share information between users and decision makers.

17.1.3

The operator terminals whose systems are on the same Ethernet shall be able
to work on the large screen sitting at their own position with his PCs keyboard &
mouse.

17.1.4

The large screen display wall shall be able to show the images of the PC
monitor, which is connected on the LAN and the windows shall be freely
resizable and re positioned on any part of the graphics wall.

17.1.5

The large screen display wall shall consist of multiple rear projection modules in
multiple rows and columns behaving as single or multiple logical screens. It
shall be possible to use any configurable number of visual display units for a
display input.

17.1.6

The large screen display wall shall be able to show the applications running on
Windows 2000/XP/NT 4/VISTA/Window 7, different UNIX flavors supporting Xwindows protocol and LINUX OS.

17.1.7

The large screen display wall shall be rugged and industrial nature and shall be
able to work in 24/7 environments.

17.1.8

The large screen display wall shall consist of the Visual display unit, control
ware and the wall management software as per following requirements.

17.2 VISUAL DISPLAY UNIT:


17.2.1 It shall have the scalability and upgradeability to be made up of multiple rear
projection modules stacked up in rows and columns to achieve a display wall in
linear or curved configuration
17.2.2 The minimum diagonal size of each visual display unit/rear projection module
shall be 67 with a native resolution of at least 1400 X 1050 pixels and shall offer
in excess of 16 million colors.
17.2.3 Projection system shall have the ability to maintain consistent image quality
throughout the life of the projector.
17.2.4 The visual display unit/rear projection modules shall by LED lit. The brightness
uniformity shall not be less than 90% & the contrast ratio shall be minimum
1200:1
17.2.5 Each of the Rear projection modules shall have an optical dimmer arrangement to
adjust the brightness of individual projection module automatically to have a
completely uniform graphics wall without compromising the contrast & colors.
17.2.6 The screen shall be high contrast and wide viewing angle. The mullion between
adjacent screens shall be less than 0.2mm. The screen surface shall not be
reflective. The half gain angle of the screen shall be 30 horizontal.
17.2.7 The input to projection module shall be Digital Visual Interface-D ( DVI-D) to have
a flicker free image on the large screen display wall.
17.2.8 Each projection module shall have minimum luminance of 100 cd/sq m. or higher.

141

Class 5 NGN tender (Section-5 Part-B)


17.3

NWP-CFA, BSNL C.O., New Delhi

Display Controller

17.3.1

The Controller shall be in an industrial 19 rack mounted casing based on P


IV 2.4 Ghz (or higher) processor.

17.3.2

The minimum random access memory of 1024 MB (standard) expandable


upto 2 GB.

17.3.3

The unit shall be equipped with a 48X or better CD ROM.

17.3.4

The hard Disk supplied shall be of more than 60 GB, 7200 rpm Raid 1.

17.3.5

The display controller shall have dual redundant hot swappable power
supply.

17.3.6

It shall have two 10/100/1000 Mbps Ethernet ports for LAN connection.

17.3.7

It shall be supplied with a Keyboard and mouse with 20 m cable extension.

17.3.8

It shall operate on WINDOWS 2K/XP/Vista/7 OS.

17.3.9

Dual redundant power supply in the display controller & each shall be hot
swappable.

17.3.10

It shall give multiple DVI graphics outputs to be connected to the multiple rear
projection modules.

17.3.11

There shall be interfaces to connect to video (VHS / SVHA), RGB, HDMI and
DVI to this controller to show the multiple RGB & Video sources in scalable
and moveable windows on the graphics wall.

17.4

Software

17.4.1

The software shall be able pre configure various display layouts and access
them at any time with a simple mouse click or based on the timer.

17.4.2

The software shall enable the users to see the desktop of the graphics
display wall remotely on the any WIN 2K/XP/VISTA/7 PC connected with the
Display Controller over the Ethernet and change the size and position of the
various windows being shown.

17.4.3

The software shall enable various operators to access the display wall from
the local keyboard and mouse of their WIN NT/2K/XP/Window 7/VISTA
workstation connected with the Display Controller on the Ethernet and should
support open API.

17.4.4

The software shall copy the screen content of the workstation/PC connected
to the Ethernet, on the large screen display wall in scalable and moveable
windows in real time environment.

17.5

Pre Qualification Requirements:

17.5.1

The complete solution i.e. the projection modules, display controller and the
wall management software shall be from the same manufacturer to overcome
any compatibility issues.

17.5.2

Minimum 2 installations for the similar systems in the NOC environment.

Click Here for clarifications in respect of Clause No. 1.6, 2.2, 2.4, 4.1.3(a),4.1.3(c),
4.1.4, 4.1.9, 4.1.15(a), 4.1.15(b), 4.19, 4.1.23, 4.1.24, 4.1.27, 4.1.28, 4.1.29, 4.1.31,
4.1.33, 4.3.4, 4.4.2, 4.5.5, 4.5.6, 4.5.9, 4,5.11, 4.6, 4.7, 4.8.4, 4.9.3, 5.4, 5.6, 5.7, 5.10,

142

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

5.10.(6), 5.10(10), 5.10(11), 6, 6.1 & 6.2, 6.3(a), 6.3(b), 6.4, 7, 7.2, 7.6, 7.10, 7.10.2,
7.15, 7.17, 7.18, 7.18.4 (dd), 7.19, 7.19.4(xii), 7.19.4(xiii), 7.20, 7.20.1, 7.20.2, 7.20.3,
7.20.4, 7.20.4(a), 7.20.4(b), 7.20.6, 7.21, 7.21.1, 7.21.2, 7.21.2(5 ) , 8, 8.1, 8.2, 8.3, 8.4,
8.6, 8.13, 8.17.1, 8.19, 8.21.2, 8.21.4, 8.21.5, 8.21.7, 8.21.8, 8.22.4, 8.23, 8.23.2, 8.24,
8.24.2, 8.25.4, 8.25.5, 9.1, 9.2, 9.2.1, 9.3, 9.3.2, 9.4, 9.5, 9.5.1, 9.5.2, 9.6.1, 9.6.2,
9.6.3, 9.7, 9.7.1, 9.7.2, 9.9, 9.9.2, , 9.9.5, 9.9.6, 11, 11.1, 11.2, 11.6.10, 11.6.29, 12,
12.1, 12.2, 12.3, 12.5.1, 12.6, 12.8, 13.2.7(iv), 13.2.10 (ii), 13.2.11(viii), 13.4.1, 13.4.2,
14.1.1, 14.1.2, 14.1.3, 14.2.1, 15.1.1, 15.1.1 (c) , 15.2.1, 15.2.5 (1), 15.2.5 (2),
15.2.5(3), 15.2.5(4), 16.2.1, 16.2.3, 16.2.5, 16.2.7, 16.2.9, 16.2.13, and 16.2.15.

143

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

Annexure-2 SECTION-5 PART-B


(Applicable for Package-II, NGN Access LMGs)
Functional and Technical Requirements/
Detail Technical Requirements (DTR)
1.

Scope of Work:

1.1.

The Package II of this tender is for turnkey implementation of various Access


network components required for setting up NGN network as per specifications
prescribed in this document.

1.2.

The turnkey implementation various Access network components shall include


Design, Planning, Architecture, Engineering, Supply, Installation and Testing,
system integration, Commissioning, training, operation and management (O&M) and
AMC of telecom facilities at different locations being envisaged through Package II
of this tender.

1.3.

The requirement of hardware and software solutions mentioned in this section of the
bid document gives only the minimum requirement to be supplied as a mandatory
requirement. It shall be the Bidders responsibility to ensure that any additional
equipments/ functional modules, including hardware, software and licenses etc.
required for satisfactory performance of the services as mentioned in this document
and for the specified customer base, shall also be supplied and be quoted in the Bid
Document as any other items. In case during the execution of the project or
thereafter during Warranty/AMC it is found that additional equipment (Hardware /
Software/ Licenses) is required while the same is not quoted by the bidder, the same
shall be supplied by the bidder at no extra cost to the BSNL.

1.4.

Bidder shall be responsible for integration of the LMGs/TMGs with the NGN Core
being procured through Package-I of this tender.

1.5.

All Equipments, Elements, Hardware, Software supplied through this tender shall be
IPV6 compliant and need to be implemented/ validated with IPv6 addressing
scheme in addition to IPv4 addressing scheme. (Please refer clarification document
also)

2.

Objective:

2.1.

To provide Next Generation multi-media services as well as migration of existing


legacy PSTN/ISDN customers progressively to NGN.

2.2.

To migrate existing PSTN/ISDN (CS) customers to NGN (Next Generation Network)


(Providing Basic telephony & Supplementary services using IP to these migrated
POTS customers through the NGN application layer).

2.3.

To provide Voice and other NGN based Multimedia services


POTS/Broadband customers (through LMG,DSLAM, FTTH etc) on IP.

2.4.

Interwork with existing legacy systems like IN and MRBT etc. to extend these
services to NGN domain customers. (Please refer clarification document also)

2.5.

To provide across the domain (Circuit Switch & NGN) Closed-user- group (IP
Centrex).

to

the

144

Class 5 NGN tender (Section-5 Part-B)


3.

NWP-CFA, BSNL C.O., New Delhi

Network Architecture

3.1.

The access network shall be deployed as a solution as depicted in Figure 1 of


Appendix B of section 5 Part B. NGN Core shall be deployed at 8 (eight) locations
covering Pan-India in Active-Active configuration with load sharing and capability to
handle complete traffic of partner site. Bidder shall submit the technical details of
working of this Active-Active configuration with load sharing in the technical bid.
The pictorial setup of 8 core are given at Figure-2of Appendix B of section 5 Part B.

3.2.

The Solution shall consist of different types of Nodes which are as given below:-

3.2.1. Network Operating Centre (Main & DR)- This is the node, which shall have the
NMS, Prepaid system, Lawful Interception System, Application Servers etc in
addition to equipments at Primary nodes. This node shall be responsible for the
administration of Operation & Management activities. These components are
interconnected over a LAN Switch and the LAN Switch is connected to the PE
Router of the MPLS Network of NIB II. The typical structure of Main/DRNOC is
given at Figure-3of Appendix B of section 5 Part B.
3.2.2. Primary Node: This is the node where Call server & database, and LMGs are
located. These components are interconnected over a LAN Switch and the LAN
Switch is connected to the PE Router of the MPLS Network of NIB II.
3.2.3. Secondary Node: This is the node where only the Line Media Gateway/Trunk
Media Gateway is deployed. The Line Media Gateway/ Trunk Media Gateway shall
be either through an aggregation LAN switch or directly connected to GigE interface
of PE router, RPR switch, OCLAN Switch etc. deployed under different projects.
3.3.

The connectivity diagram of NGN Access sites are given at Figure-4A to 4C of


Appendix B of section 5 Part B andthe schematic diagram NGN class-5 network
along with the other network of BSNL is given at Figure-5 of Appendix B of section 5
Part B..

3.4.

The brief description of BSNLs existing network like IP/MPLS, Broadband Network,
OSS/BSS of Data Services(Project-3), OSS/BSS of wireline(CDR Project) etc. are
given at Appendix-A.

3.5.

Any equipment, material or system to be supplied under this Tender Package shall
conform to the latest TEC GR(along with up to date amendments), if one exists. In
case TEC GR does not exist for any element of NGN Access Equipment(LMGs,
TMG, ISDN gateways/Media Gateways as required in Package II of this tender then
the Bidder shall furnish the detailed specification of such elements comprehensive
enough to establish the features, functionalities, capacity, redundancy, interfaces
and protocols claimed including the integration procedures and methodologies.
However, some of the essential GRs are listed in Section 7 in this Tender document
and the bidders shall furnish only the deviations in respect to such GRs.

4.

ACCESS EQUIPMENTS (Line Media Gateways)

4.1.

Access network It includes LMGs, customer premises equipments etc. Battery &
power plant, MDF/DDF, cabling etc. is to be supplied along with the equipment.
(Please refer clarification document also)

4.2.

The different type of nodes/sites on the basis of Wire-line subscriber capacity and
their tentative numbers are as below:

145

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

Table 4.1 (Tentative no. of site vis--vis Wire-line subscriber capacity)


Site
Category

Wire-line
subscriber
(POT)capacity

Core/A-1
A2
A3
A4
A5
B1
B2
Other

20K
11-18 K
6-10 K
3-5 K
2K
1K
0.5 K
0.25K
Total

No of
sites in
Phase-I
4
9
25
50
28
22
16
24
178

No of
sites in
Phase-II
11
26
75
150
84
69
54
74
543

Total
No of
sites
15
35
100
200
112
91
70
98
721

4.3.

The LMGs are required with minimum 2000, 1000, 500 & 256 Ports capacities as
mentioned in the SOR. The multiple LMGs shall be required to make higher capacity
as per requirement of respective sites. LAN Switch shall be required to aggregate
these LMGs at that site. (Please refer clarification document also)

4.4.

The tentative distribution of total ports shall be 75% POTS only (including approx.
2.5% CCB-32/PCO & ISDN E-1 PRI circuits equivalent to 7.2% ports) and 25%
Combo ports (POTS & xDSL in same port) for each type of LMGs. The type of Ports
and ratio of Ports required per location may vary depending upon the exact
requirement of the field. The ratio of Ports may also vary.

4.5.

Each physical port shall be counted as single port only in the Combo card (even the
same port is having ADSL and POTS functionality. Those bidders who are not
having combo card solution, they may provide same numbers of POTS ports and
same numbers of ADSL 2+ ports on different cards with equivalent additional slots in
LMGs. In case of POTS & ADSL 2+ ports on different card, the bidder shall quote
equivalent additional slots in the LMGs and all the other accessories like splitter,
cable etc in their bids at no extra cost. For the evaluation purpose, these two ports
i.e. one for POTS & one for ADSL 2+ along with LMGs slots shall be considered
equivalent to single combo port.

4.6.

The splitters shall be inbuilt in cards or mounted on the same rack of LMG or
adjacent rack to LMG rack such that one pair of wire for each port now called combo
port after combining with POTS Port & ADSL2+ Port at LMG location/adjacent
location goes in a one length of cable containing multiple number of pairs from LMG
location to MDF..

4.7.

The LMGs line interface slots shall have universal slots. It shall be possible to insert
any type of subscriber termination card (relating to POTS, ADSL2+ or CCB-32/PCO)
in any slot in the LMGs.

4.8.

Subscriber termination card shall be able to work in any type of LMGs (i.e. LMG
2000, LMG 1000, LMG 500 or LMG256 chassis). The line cards shall be inserted in
the LMGs as per field requirement up to the maximum LMG chassis
capacity.However, the LMGs of 256 Ports capacity and 500 Ports Capacity shall be
Equipped with 16 Ports for CCB/PCOs.The LMGs of 1000 Ports capacity and 2000
Ports Capacity shall be Equipped with minimum 32 Ports for CCB/PCOs. (Please
refer clarification document also)

146

Class 5 NGN tender (Section-5 Part-B)


4.9.

NWP-CFA, BSNL C.O., New Delhi

The chassis shall be wired up to the rated capacity of the LMG including the Power
cables, cable from LMGs to MDF, connector, splitter etc so that it is possible for
expansion by addition of interface line cards beyond the tendered capacity up to the
rated capacity of the LMG. The rated capacity is the ultimate capacity of the LMG
chassis. (Please refer Amendment No. 38 below)

Amendment No. 38
The clause 4.9 of Annexure-2 to Section 5 part B is amended as follows4.9 The chassis shall be wired up to the Ports capacity of the LMGs as specified in the
Schedule of Requirement (SOR) in Section 6 Part(B) including the Power cables, cable
from LMGs to MDF, connector, splitter etc.
4.10. It shall be possible to cascade the LMG's from the same vendor which are colocated or located in other places through the GE Ports. The cascading shall not
affect any of the eMS or Port binding related functions.
4.11. It shall be possible to cascade the LMG's in different locations in a Ring
configuration and one of the LMG shall act as a master which shall trunk the traffic to
the aggregation Network. (Please refer clarification document also)
4.12. The software related licenses for the support of all protocols and interfaces
mentioned in the latest GR shall be ensured by the bidder.
4.13. There shall not be any software license restrictions for loading the LMG with add-on
cards along with necessary cables beyond the tendered capacity up to the rated
capacity (vendors ultimate capacity of the chassis) of the LMG. No additional
software cost shall be payable by BSNL for any capacity expansion up to ultimate
capacity by add-on cards.
4.14. LMG shall be controllable by two different NGN call Servers in hot stand by mode
and there should not be any service disruption. The LMG shall pose no restriction to
support this functionality. WhenPrimary or secondary Call Server fails and/or comesback to service, established calls shall not be disconnected. Calls in the call
processing stage may fail, however new calls shall be processed successfully
without degradation of service.
4.15. The system shall be a true 100% multi-service capable platform in supporting all
xDSL and VoIP services.
4.16. The same physical IP interfaces shall able to carry control/signaling & management
traffic, customer traffic however the each kind of traffic can be separated with
different VLANs/VPNs.
4.17. The uplink interface shall be optical single mode (1550nm) with capability to drive at
least 20 km. The total required connectors (Sx,Lx,Zx) shall be quoted in the ratio of
30% Sx , 30% Lx & 40% Zx connector. However, connectors (Sx, Lx, Zx) shall be
supplied by the bidders depending on the actual field requirement.(Please refer
clarification document also)
5.
5.1.
5.2.

LMGs Specification
Line media Gateway shall conform to the specification of TEC GR No. GR/SW/LMG001/01 Jan 2009 except the ISDN line. (Please refer clarification document also)
The desirable requirement as specified in the chapter 9 of TEC GR No.
GR/SW/LMG-001/01 Jan 2009 shall conform as mentioned below-

147

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

(i)
(ii)
(iii)
(iv)
(v)
(vi)

General requirements as per clause 9.1.1 to 9.1.6


Codec support as per clause 9.2
Tones and announcement as per clause no 9.3.1 to 9.3.2
Interworking with NGN core as per clause no 9.4
IP Interface requirements as per clause 9.5.1, 9.5.2,9.5.4 & 9.5.7
General subscriber line test requirements applicable to PSTN(POT)/ADSL/VDSL
Ports as per clause 9.7
(vii) ADSL2+ line testing as per clause 9.7.6 except 9.7.6.6
(viii) Hardware, software, Environmental conditions & system supervision shall conform to
clauses 9.8, 9.9, 9.10 & 9.11 respectively
(ix) Traffic measurements and observations related to PSTN/ADSL/VDSL as per Clause
9.12
(x) Alarm indicationsrelated to PSTN,ADSL/VDSL as per clause 9.13
(xi) Announcement followed by dialtone on off-hook as per clause no 9.14
(xii) The equipment shall be capable of working with -40V to -57V D.C input from power
supply.
5.3.

The system, in association with Call Server, Intelligent Network (IN application
server) and SIP Application servers, shall support all bearer, tele and supplementary
services in PSTN and Intelligent Network as per TEC SR No. TEC/SR/NSF-SU2.
The system shall have capability to provides multicast capabilities andsubscriber
bandwidth (ADSL2/2+ ITU Q.992.3/5) to provide to the same subscriber lines a
bundle of services called Triple Play: Voice, data and Video RFC 2236 IGMP v2.
The system shall provide Multicast broadcast control

5.4.

Bidder shall submit the detail document giving the distribution of the Codec i.e. how
many DSPs ports supports G.711, G.729 A, T.38, Modem over IP etc. Document
showing that Codec negotiation during the mid-call shall also be submitted.

5.5.

LMG shall work on SIP protocol with class 5 NGN Core.

5.6.

IMS Inter working and Migration-LMG shall inter working with IP Mutlimedia System
(IMS) for voice, video and data calls as per 3GPP, ETSI, TISPAN and ITU-T NGN
standards and recommendations using SIP protocol as per TEC GR No. GR/SIP-01
(as applicable for LMG).

5.7.

Inter-working with IN: The system in association with soft-switch, shall be capable of
inter-working with Service Control Points (SCP) in the network as per TEC GR No.
S/INP-01 (as applicable for LMG).(Please refer clarification document also)

5.8.

The system, in association with Soft-switch and monitoring equipment, shall facilitate
lawful interception and monitoring for all types of communications such as voice,
data, FAX, all types of message contents etc. for the complete duration of the call for
all terminating and originating calls. (Please refer clarification document also)

5.9.

The system shall pose no limitation in interception and monitoring any number from
monitoring positions for the complete duration of the call, for all terminating,
originating and transit calls conforming to TEC GR No. GR/LIS-01. (Please refer
clarification document also)

148

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

5.10. The NTP shall be supported as per clause no 3.10 of TEC GR No. GR/SW/LMG001/01 Jan 2009 respectively.

5.11. Redundancy Requirement


5.11.1. The LMG shall have no single point of failure. The LMG shall have the following
redundancies in addition to redundancies specified per clause no 9.6.1 to 9.6.14 of
TEC GR No. GR/SW/LMG-001/01 Jan 2009 of Line Media Gateway:
(i) Control Module subsystem shall be fully redundant(N+N configuration).
(ii) Power Supply shall be fully redundant(N+N Configuration). The power supply shall
have provision for feeding from two different sources.
5.12.

Design Parameters

5.12.1. The backplane/switching capacity and packet Forwarding rate shall be supported as
follows:
LMGs Capacity

Back-plane/Switching Packet forwarding rate


Capacity

256P

12Gbps

15Mpps

500P

20Gbps

25Mbps

1000P

30Gbps

50Mbps

2000P
50Gbps
70Mbps
5.12.2. The LMGs shall be supplied with Gigabit Ethernet Interface in 1+1 configuration.
The Ethernet Interface redundancy shall be provided using different interface
modules. The uplink interface shall be optical single mode (1550nm) with capability
to drive at least 20 km.
5.12.3. The minimum GE interfaces required per LMG shall be as follows: (Please refer
clarification document also)
LMG
GE Interfaces
Capacity Aggregation towards RPR / Other Ring/Linear
Aggregation Networks (Uplink)
Cascade for
other LMG's

Total
including
redundancy

256P

1+1

1+1

500P

1+1

1+1

1000P

1+1

1+1

2000P

2+2

1+1

149

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

5.12.4. Other design parameters for LMG shall be as follows: (Please refer clarification
document also)
Sl
No
1.

Parameter

Value

Subscriber Connecting capacity

2.

Average Traffic per subscriber


(Erlang)
Normal BHCA (with 10% Intra
LMG calls)
Overload BHCA

256, 500, 1 K and 2K Lines for


LMG of 256 P, 500P, 1000P,
2000P respectively.
0.15

3.
4.
5.
6.
7.

At least 1,50,000
1.5 times normal BHCA i.e.
(BHCA at S.No. 3 above)
90% of the overload BHCA

Processed BHCA capacity in


case of overload
Call mix ratio
10% Intra LMG calls
The software related licenses for the support of all protocols and
interfaces mentioned in the latest GR shall be ensured by the bidder.

5.12.5. The detail documentation for the design parameter against the clause no 9.17.5,
9.17.6 & 9.17.9 of TEC GR No. GR/SW/LMG-001/01 Jan 2009 of Line Media
Gateway in addition to above mentioned parameters to meet the chassis capacity of
LMG with assumption of 30% concurrency for any LMG capacity shall be submitted.
5.13. LMG shall support the legacy services presently being provided through PSTN
Network namely POTS, Fax, ISDN services, IN Services.
6.

ISDN PRI Solution- Bidder shall provide the solution for the ISDN PRI without any
change at customer premises equipment. The migration from present ISDN PRI
working through TDM Exchanges to the NGN shall be transparent for the customer.
This solution can be provided in following manner:- (Please refer clarification
document also)

6.1.

In case ISDN PRI is supported in the LMG, then bidder can provide the number of
ISDN PRI ports in theminimum 210 number of LMGs of 2000 Ports capacity type as
per requirement given in SOR. Line media Gateway shall conform to the
specification of TEC GR No. GR/SW/LMG-001/01 Jan 2009 for the ISDN line also.
(Please refer clarification document also)

6.2.

In case ISDN PRI is not supported in the LMG, then bidder shall provide the ISDN
Access Gateway (IAG) and IAG can be located at one location in SSA to aggregate
all the ISDN PRI through that ISDN Access Gateway. The number of ISDN PRI ports
shall be provided as per requirement given in SOR and IAG shall support minimum
16 ports.IAG shall be provided with following specifications/requirements-

6.2.1. It shall be possible to control IAG from two different NGN Core working in either
hot standby mode or in load sharing mode. The IAG shall pose no restriction to
support this functionality.
6.2.2. The same physical IP interfaces shall able to carry control/signaling &
management traffic, customer traffic however the each kind of traffic can be
separated with different VLANs/VPNs.

150

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

6.2.3. Connectors (Sx, Lx, Zx) shall be provided by the bidders depending on the actual
field requirement. The uplink interface shall be optical single mode (1550nm) with
capability to drive at least 20 km. The total required connectors (Sx,Lx,Zx) shall be
quoted in the ratio of 30% Sx , 30% Lx & 40% Zx connector.
6.2.4. ISDN Access Gateway shall conform the functional requirement as per chapter 3,
security requirement as per chapter 5 of TEC GR No. GR/SW/LMG-001/01 Jan
2009.
6.2.5. ISDN Access Gateway shall conform to the specification of TEC GR No.
GR/SW/LMG-001/01 Jan 2009 pertaining to the ISDN line.
6.2.6. The interconnectivity & Interoperability requirement as specified in the chapter 4 of
TEC GR No. GR/SW/LMG-001/01 Jan 2009 shall conform as mentioned below(i)
(ii)
(iii)
(iv)

Signalling and protocol Interworking as per clause 4.1.3


Network Interface as per clause 4.2
Subscriber Interface as per clause no 4.3.3
Signalling transport as per clause no 4.4

6.2.7. IAG can be controlled by NGN Core/MGCF using ITU-T H.248 control
protocol..(Please refer Amendment No. 49 below and clarification document )
Amendment No. 49
The cl no 6.2.7 of Annexure-2 to Section 5 Part B is amended as follows6.2.7
ISDN Access Gateway (IAG) can be controlled by NGN Core/MGCF using
ITU-T H.248 control protocol or SIP.
6.2.8. Inter-working with IN: The system in association with NGN Core shall be capable of
inter-working with Service Control Points (SCP) in the network as per TEC GR No.
S/INP-01 (as applicable for LMG). (Please refer clarification document also)
6.2.9. The system, in association with NGN Core and monitoring equipment, shall
facilitate lawful interception and monitoring for all types of communications such as
voice, data, FAX, all types of message contents etc. for the complete duration of
the call for all terminating and originating calls. (Please refer clarification document
also)
6.2.10. The system shall pose no limitation in interception and monitoring any number from
monitoring positions for the complete duration of the call, for all terminating,
originating and transit calls conforming to TEC GR No. GR/LIS-01. (Please refer
clarification document also)
6.2.11. Bidder shall submit the detail document giving the distribution of the Codec i.e. how
many DSPs ports supports G.711, G.729 A, T.38, Modem over IP etc. Document
showing that Codec negotiation during the mid-call shall also be submitted.
6.2.12. The NTP and synchronization shall be supported as per clause no 3.10 & 3.11 of
TEC GR No. GR/SW/LMG-001/01 Jan 2009 respectively.
6.2.13. Redundancy Requirement-The IAG shall have no single point of failure. The IAG
shall have the following redundancies in addition to redundancies specified per

151

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

clause no 9.6.1 to 9.6.14 of TEC GR No. GR/SW/LMG-001/01 Jan 2009 for Line
Media Gateway:
(i) Control Module subsystem shall be fully redundant (N+N Configuration).
(ii) Power Supply shall be fully redundant(N+N Configuration). The power supply shall
have provision for feeding from two different sources.
7.

Trunk Media Gateways (TMGs)

7.1.

The TMGs are required with different capacities as mentioned in the SOR. Tentative
numbers are as below:
Table 7.1
Sl No

TMG DS0 capacity


(Kilo Circuits)

1
2
3
4
5
6

40
28
24
20
16
12

No of
sites in
Phase-I
1
1
2
2
2
1

No of
sites in
Phase-II
0
5
5
8
8
4

Total
No of
sites
1
6
7
10
10
5

7.2.

The chassis shall be wired up to the rated capacity of the LMG including the Power
cables, cable from LMGs to MDF, connector, splitter etc so that it is possible for
expansion by addition of interface line cards beyond the tendered capacity up to the
rated capacity of the LMG. The rated capacity is the ultimate capacity of the LMG
chassis.

7.3.

The software related licenses for the support of all protocols and interfaces
mentioned in the latest GR shall be ensured by the bidder.

7.4.

Bidders shall conform the clause-by-clause compliance to the latest edition of


theTEC GR of Trunk media Gateway i.e. latest release of TEC GR/TMG01/01.JUL2003 .

7.5.

Bidder shall submit the detail document giving the distribution of the Codec i.e. how
many DSPs ports supports G.711, G.729 A, T.38, Modem over IP etc. Document
showing that Codec negotiation during the mid-call shall also be submitted.

7.6.

The system, in association with Media Gateway Controller and monitoring


equipment, shall facilitate lawful interception and monitoring for all types of
communications such as voice, data, FAX, all types of message contents etc. for the
complete duration of the call for all terminating and originating calls.

7.7.
Redundancy Requirement
7.7.1. The TMG shall have no single point of failure. The LMG shall have the following
redundancies in addition to redundancies specified TEC GR/TMG-01/01.JUL2003 of
Trunk Media Gateway:
(i) Control Module subsystem shall be fully redundant(N+N configuration).
(ii) Power Supply shall be fully redundant(N+N Configuration). The power supply shall
have provision for feeding from two different sources.

152

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

7.8.

The Trunk Media Gateway shall be provided with E1 interfaces as per G.703, 120
Ohms, Balanced and Channelised STM-1 interfaces as per G.707 and physical
interface as per G.957 (monomode 1530 nm). BSNL reserves the right to change
the combination of Physical interfaces.
7.9.
The Trunk Media Gateway shall be supplied with Gigabit Ethernet Interface in 1 + 1
configuration. The Ethernet Interface redundancy shall be provided using different
interface module.
7.10. The IP interface for carrying control & Management traffic, VoIP traffic, Signalling
traffic will be as follows:
a)
1+1 FE for control and management traffic.
b)
1+1 FE for signaling traffic, &
c)
GE for VOIP traffic as per actual requirement depending upon TMG
capacity.
However, depending upon the design there may be common IP Interfaces for
carrying all or any combination of the above requirement.
7.11. The uplink interface shall be optical single mode (1550nm) with capability to drive at
least 20 km. The total required connectors (Sx,Lx,Zx) shall be quoted in the ratio of
30% Sx , 30% Lx & 40% Zx connector. However, connectors (Sx, Lx, Zx) shall be
supplied by the bidders depending on the actual field requirement.
7.12.
7.13.

7.14.

7.15.

The Bidder at his own cost shall arrange another Make of Media Gateway during
the validation stage to demonstrate the interoperability.
Layer 2 stability clock, preferably integrated, will be supplied in Trunk Media
Gateways as per TEC specification GR/SYN-01/02.MAY2003 (Digital Network
Synchronization Equipment (Integrated in the Switch)) or its latest release.
PSTN Termination in Trunk Media Gateways:
Trunk Media Gateways shall preferably have STM-1 terminations for all links
coming from the PSTN. However, SDH Multiplexers for full capacity of the Media
Gateway are to be supplied as per GR no. G/SDH-04/03 March 2005. The
redundancy in STM-1 links, being terminated on Media Gateway, shall be 1+1 and
redundant links will not count towards Media Gateway Capacity. The eMS
application for ADM running on the common eMS server shall have to be provided
so that NMS can manage the ADM from central location. The bidder will provide the
necessary connectivity between eMS and ADM. The bidder will also have to show
the interworking of STM-1 links of Trunk Media Gateways with existing SDH
Multiplexers in BSNL Network. In case of interworking problem, the bidder will have
to supply the full number of terminations in Trunk Media Gateway as per BSNL
requirement.
Document showing diagrammatically the TMGW Chassis with modules/boards
quoted for each representative site location clearly bringing out the redundancies
supported submitted. (Please indicate the detailed slot wise front and rear view of
TMG configuration bringing out the redundancies in terms of Processor, Switching
fabric, Power supply, Network Interface( Gigabit interface ) Codecs etc.) (Please
refer Amendment No. 50 below)

Amendment No. 50
The new clause no 7.16 is inserted after clause no 7.15 of Annexure 2 to Section 5 Part B.
7.16 The TMGs shall also work International gateways with International Gateway
functionality (IGF). IGF functionality shall be provided for 20% of TMG capacity. Lawful
Interception System being procured under Package I shall also be utilized for TMGs as per
the requirements. TMGs procurement shall be part of Package I as main line item with
these amendments.

153

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

8.

Layer-3 LAN Switch (Please refer clarification document also)

8.1.

Layer-3 Switch shall provide the aggregation of different LMGs type at each site on
one side and shall provide the connectivity IP/MPLS network through PE router or
other network element of NIB Aggregation Network.
The Layer-3 switch shall be Medium Range LAN switch as per TEC specification
(TEC-GR No: GR/LSW-01/03 SEP 2007 or latest TEC GR as available as on date
of bid submission). (Please refer Amendment No. 51 below and clarification
document also)

8.2.

Amendment No. 51
The cl no 8.2 of Annexure-2 to section 5 Part B is amended as follows8.2 The Layer 3 LAN Switches shall be "High Range" for the A-1 and A-2 sites ( i.e.
LMG site capacity of 11K and above ) and the LAN Switches shall be Low Range for
the site category of A3 sites ( i.e LMG site capacity of 6-10 K Lines) as per Chapter 1 of
TEC-GR No: GR/LSW-01/03 SEP 2007. Layer 3 functionality shall be provided as per
TEC GR.
8.3.

Two LAN switch shall be provided for each LMG sites having LMGs capacity more
than 5K lines. Gigabit Ethernet interface ports shall be supplied as per the actual
total number of LMGs at that particular site.Tentative number of LAN switch and
GigE interfaces shall be provided as belowSite
Category
Core/A-1
A2
A3

8.4.

8.5.

8.6.

8.7.

9.
9.1.

Wire-line
subscriber
(POT)capacity
20K
11-18 K
6-10 K

No of
sites
15
35
100

No LAN
Switch
30
70
200

Electrical GE
Ports/Switch
10
8
4

For the sites having capacity less than 5K, LMGs of different/same type shall be
cascaded to make required capacity through the GE Ports, thereafter one of the
LMG shall act as a master which shall trunk the traffic to the IP/MPLS Network.
Two LAN switch shall be provided for each TMG site. Gigabit Ethernet interface
ports shall be supplied as per the actual total number of TMGs at that particular
site.
For connectivity to NIB network i.e. IP/MPLS, the LAN Switch shall have 10 GigE
port (for 20 K site) and GigE( for other sites) in 1+1 configuration. The ports
required for connectivity to PE routers shall be sufficient to carry all types of traffic
for total capacity of LMGs at that particular site. The LAN switch should provide
Customer Edge router functionality also. (Please refer clarification document also)
The uplink interface shall be optical single mode (1550nm) with capability to drive at
least 20 km. The total required connectors (Sx,Lx,Zx) shall be quoted in the ratio of
30% Sx , 30% Lx & 40% Zx connector.
Element Management System (eMS)
The Telecom Management Network Architecture shall be based on the five Layer
TMN Model of the ITU(T). The TMN hierarchy is pyramidal from top to bottom
consisting of Business Management Layer (BML), Service Management Layer
(SML), Network Management Layer (NML), Element Management Layer (EML) and
the Network Element Layer (NEL). In the Class 5 Network Planned through this
tender, only the bottom Layers (EML and NEL) is taken into account. The BML and

154

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

SML layer shall be used from the existing OSS/BSS of BSNL as part of CDR & NIB
project. NMS is being procured through Package-I of this tender.
9.1.1. Network Element Layer (NEL): The different Network elements involved in the Class
5 Network are same as described in the SOR.
9.1.2. Element Management Layer (eML): The role of this layer, done by element
Management System (eMS) is to control and manage all aspects of the domain such
as Fault, Configuration, Accounting, Performance and Security (FCAPS) as defined
by ITU-T and to ensure maximum usage of the devices resources.
9.2.

The eMS shall perform the following functions.

9.2.1. Service Delivery:It consist of following:


(i)

Inventory Management Support: It involves maintaining a record of all the NE


resources that are installed in the sub network to support the provisioning of
services; it includes collection of locations, quantities of equipment, model numbers,
serial numbers, versions, installation dates, etc. To ensure ongoing operational
integrity, the eMS periodically resynchronizes its database with the NE using the
auto discovery mechanism. It also auto discovers equipment-provisioning
parameters that are stored in the eMS database for use in other serviceprovisioning, service-assurance operations.

(ii)

Configuration Management Support: It involves complete control of sub network


resources, topologies, and redundancies and includes the installation and turn-up of
new equipment resources; it may include the assignment of resources to trunk
routes or service areas, the control of equipment, and network protection switching.

(iii)

Provisioning Support: It involves the creation of specific connections or the enabling


of specific sub network features and the assignment of these to a specific subscriber
for an extended period; the connections and features may take into account or be
determined by a QoS level that is guaranteed to the subscriber.

(iv)

Service Usage Support: It involves the measurement of the usage of the sub
network resources by the various subscribers; this is the basis for billing.

9.2.2. Service Assurance:It consist of following


(i)

Fault Management Support: It involves the monitoring of the network resources to


detect malfunction, preempt failures, and detect faults. After faults are discovered,
the operator must troubleshoot, repair, and restore the network as quickly as
possible. Fault management ensures that service remains available.

(ii)

Performance Data Collection Support: It involves the periodic collection of quality


metrics that characterize the performance of the network resources over service
intervals. It also facilitates the visualization of trends that can indicate periodic or
gradual degradation of physical resources.

(iii)

Resource Utilization data Collection Support: It involves the collection of data on the
level of utilization of network resources assigned to subscribers. This data can be
used to determine whether the service product is appropriately matched to the
subscribers' usage characteristics. It can also be used to forecast demand and
suggest service upgrades before QoS suffers.

155

Class 5 NGN tender (Section-5 Part-B)


(iv)

NWP-CFA, BSNL C.O., New Delhi

QoS Assurance Support: It involves ensuring that the quality metrics characterizing
network performance remain within the agreed limits. It requires proactive
monitoring of the network fault, performance, and utilization parameters to preempt
any degradation in service quality.

9.2.3. Fault Management:


(i)

The proposed eMS platform shall support the following features & functionalities.

(ii)

Fault & Alarms management.

(iii)

Fault and troubleshooting capabilities shall include but not limited to Fault
aggregation/consolidation, fault-severity indications, extensive list of fault filters,
fault-forwarding, fault event-driven actions such as email, paging, scripts, forwarding
etc.

(iv)

Network topological view using hierarchical viewing methods. The views must be
customizable to manageable hierarchy. The view must be either graphical forms or
in linked-list form.

(v)

The eMS shall have total alarm visibility of all NEs under its management not limited
to the following.
a)
b)
c)
d)
e)
f)
g)
h)
i)

(vi)

Real time alarm monitoring and collection


Alarm display with audible and visual alert signal
Alarm graphical representation on network map
Alarm storage
Alarm reports
Alarm attributes and colour coded.
Archiving and exporting
Alarm acknowledgment and alarm clear
Alarm filtering

These shall be customized according to BSNL requirement.

(vii) It shall be possible to send critical alarm alerts through SMS or e-mail and the same
shall be configurable.
(viii) The fault management system shall able to perform the following, but not limited to,
functions

(ix)

(x)

a) Network and service fault alarms with severity level indicators.


b) Archive log for historical alarms and events.
c) Threshold alarms.
The Vendor shall describe in detail the Fault Management functions of Alarm
Monitoring, Event Handling, Testing, Troubleshooting, Root Cause Analysis and
Reporting.
The fault management shall be able to provide root cause analysis and correlate the
physical failures

9.2.4. Performance Management Service Assurance & Accounting

156

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

(i)

Ability to generate SLA reports based on monitoring performance parameter MIBs in


the NEs. It must also support threshold violation alarms.

(ii)

The System shall be able to retrieve, generate and print reports and graphs on
Performance Management data based on real time, time intervals, daily, weekly,
monthly, annually or specific period, for all NEs and its resources by using the builtin report capabilities of the System.

(iii)

The System shall be able to support provision of performance measurements (e.g.


QoS/CoS) at the Interface/ Port level

(iv)

The Vendor shall describe in detail how the System Administrator can control,
configure, diagnose, query, set thresholds and monitor the eMS locally and
remotely. The Vendor shall also propose the management of the log files.

9.2.5. Configuration Management


(i)

The tool should be able to discover network devices based on SNMP, IP Address,
manual or as batch entry using CSV format.

(ii)

The tool should be able to do configuration changes for network devices from a
central location.

(iii)

The tool should be able to capture and keep record of any configuration change
happening on a network device.

(iv)

The tool should be able to keep a record of who does what change for auditing
purpose.

(v)

The tool should support bare metal configuration of network devices.

(vi)

The tool should provide configuration roll back option, so that a device can be
brought to a good state configuration.

(vii) The tool should support blocking device, for change execution.
(viii) The tool should provide capability to follow an approval workflow before some or all
changes can be implemented.
(ix)

The tool should be able to perform ACL updates on selected or all network devices.

(x)

The tool should be able to run diagnostics and health check on selected or all
devices to reduce manual effort and help in quickly diagnosing problems. It should
be able to provide easy to comprehend diagnostics report.

(xi)

The tool should enforce changes, which comply with the organizational policies
using calendars and scheduling.

(xii) The tool should be able to generate compliance reports for management.
(xiii) The tools should provide easy custom report generation capability.
9.3.

eMS for Network Elements shall support northbound open interfaces like
SNMP/JAVA/CORBA/XML for integration with the NMS. Open interfaces supported
by eMS should, inter-alia, provide fault, topology and performance statistics. The

157

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

bidders shall be required to provide API/MIBs to facilitate integration of eMS with


NMS. It should be possible to provide FCAPS for all NEs in the network from NMS.
9.4.

The proposed system should have SNMPv1, v2 & v3 support. (Please refer
clarification document also)

9.5.

The System shall be able to assign minimum three different categories of users,
including but not limited to

(i)
(ii)
(iii)

Helpdesk User
Operation and Maintenance User
System Administrator

9.6.

The application shall be designed to control access right of users in respect of


function menu and geographical area of interest.

9.7.

The eMS of all the NE's shall be running at Main Network Operation Center (NOC)
with disaster Recovery at Secondary NOC.

9.8.

The servers deployed in the NOC/DR NOC shall have sufficient capacity to store
data at maximum load for at least a month.

9.9.

The eMS shall support discrete configuration of the network elements.

9.10. The eMS shall be able to export configuration files to 3rd party applications for
modeling, integrity checking, or generation reports.
9.11. The eMS shall provide a chassis view / device view of all the devices.
9.12. The eMS shall have an Embedded Object Oriented Database for efficient
administration & cost effectiveness. The database shall have sufficient capacity to
store data at peak load for minimum one month.
9.13. The eMS shall support FCAPS as per TEC standard SD/NMS-02/01
9.14. All the MIBs (public as well as private)/GDMO for all the components of the CLASS
5 network shall be provide to the BSNL during validation.
9.15. License charges: The Network architecture and Customer base support required has
been clearly specified. License is chargeable by vendors in different ways, some
based on number of individual components like LMGs, NGN Core etc, some on
number of servers on which the application is hosted, and so on. The details of such
charging indicating future scalability to 100% of present requirement shall have to be
furnished in the Software costs.
9.16. Server for eMS
9.16.1.

Server shall be 64 bit RISC or EPIC architecture processors with minimum 8


cores scalable to 16 cores in each server. Each processor shall be minimum 1.6
Ghz clock speed having a minimum of 4 GB dedicated RAM per core. The
highest cache available in the model at the time of submission of the bid shall be
quoted. No of equipped cores shall be as per sizing certificate given by the
authorized signatory of software (Application) OEM. (Please refer clarification
document also)

158

Class 5 NGN tender (Section-5 Part-B)


9.16.2.

NWP-CFA, BSNL C.O., New Delhi

Server shall have an operating system of Unix base. (Please refer Amendment
No. 52 below and clarification document)

Amendment No. 52
The clause 9.16.2 of Annexure-2 to Section 5 part B is amended as follows9.16.2
Server shall have an operating system of Unix/Linux." Only supported
software that is supported by respective OEMs for the period of contract (i.e. Eight
years) shall be supplied.
9.16.3.

Server shall have dual redundant power supplies.

9.16.4.

The eMS solution supplied shall be in high availability mode with redundancy i.e.
N+1 (Active or Passive) configuration.

9.16.5.

In case of requirement of clustering software, same also shall also be supplied


and cost of the same shall be separately quoted along with the requirement of the
number of licenses. The number of Cores, memory, disk volume should not be
less than the total of the individual servers.

9.16.6.

The number of equipped Cores in the Server shall be based on the actual
hardware sizing of the application.

9.16.7.

All servers shall be rack mounted using rack mounting kits to be supplied by the
server vendor (OEM) in server vendors 19 (42 U) racks (OEM). The number of
racks shall be minimized for optimized floor space utilization. Bidder shall ensure
that the racks are identical. OEM rack mounting kit shall be supplied along with
the racks. Provision shall be available for power cable terminations, power
switches, along with lacing of cables. Fan shall also be available in the rack for
cooling.

9.16.8.

All components shall have provision for Ethernet and RS232C Console Ports

9.16.9.

All components shall provide clients for administration.

9.16.10. It shall support installation/un-installation of system and application software from


a central location.
9.16.11. It shall support centralized management and control of different versions and
releases of system and application software for different components.
9.16.12. It shall support installation/Rollback of software patches from a central location.
9.16.13. During the installation of software, message regarding successful installation or
failure (including the stage of installation when failure occurred) shall be displayed
9.16.14. FTP/TFTP shall be supported for downloading software, configuration, patches
etc to the OSS components.
9.16.15. It shall support GUI based configuration and reconfiguration of system and
application software from a central location.
9.16.16. Monitoring tools shall be provided for detection and diagnosis of the faulty
component.
9.16.17. It shall support Open interfaces for logging and monitoring.

159

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

9.16.18. All SW applications shall be able to run in a redundant active standby pair of
hosts with automatic switchover in case active server or its applications have any
failure.
9.16.19. It shall have ability for tracing and debugging the system and applications through
logs. Level of tracing and debugging shall be configurable.
9.16.20. User interfaces of software shall have the following features:
(i) Provision for search and help
(ii) Customize and define help content
9.16.21. Backup/Restore support shall be available for all applications:
(i) Through Command Line Utilities / GUI
(ii) Provide automated backup and restore capabilities.
9.16.22. Appropriate methodologies at the application level or file system level have to be
implemented for optimizing the file system size for messaging and billing etc for
fast clean and recovery even in the case of file system crash.
10.
10.1.

Other Infrastructure and Equipments


The Air conditioning plant, standby Engine Alternator, A.C. Power supply, false
Ceiling /false flooring (Wherever planned by BSNL), smoke detection/Fire alarms
and lights shall be provided by BSNL.

10.2.

The suppliers shall do actual layout of equipment and dimensioning after site
survey.

10.3.

The power plant/ Batteries, Invertors, MDF/DDF shall be provided as per


requirement given in SOR. However, Power distribution arrangements from Power
Plant/Battery room to switching equipment (LMG) room including power cables,
cables of adequate size and length up-to DDF/MDF and other accessories shall be
provided in accordance to meet the requirement after field survey.

10.4. The Installation material like MDF/DDF, TAG block, Cable etc shall be tentatively
planned as per different type of nodes/sites on the basis of Wire-line subscriber
capacity as below:
(Tentative no. of site vis--vis Wire-line subscriber capacity)

Site
Category

Wire-line
subscriber
(POT)capacity

Core/A-1
A2
A3
A4
A5
B1
B2
Other

20K
11-18 K
6-10 K
3-5 K
2K
1K
0.5 K
0.25K
Total

No of
sites in
Phase-I
4
9
25
50
28
22
16
24
178

No of
sites in
Phase-II
11
26
75
150
84
69
54
74
543

Total
No of
sites
15
35
100
200
112
91
70
98
721

160

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

10.5.

Tools, testers, simulators, instruments etc. required to be supplied shall conform to


TEC specifications. Where TEC specification has not been specified, ISO 9002
certified tools, testers, simulators, and instruments etc. shall be supplied.

10.5.1.

In cases where TEC specifications have not been specified, TEC typed approved
equipment is not available and also ISO 9002 certified tools and testers are not
available; ISI certified tools and testers shall be supplied.

10.6.

MDF

10.6.1. The requirement of MDF shall be given as per Schedule of Requirement.


10.6.2. The supplier shall provide all the cabling from the exchange side of MDF. Minimum
of 30 M per length of 128 pair cable between switch room and MDF shall be
provided for each site.
10.6.3. Pre-connectorised or non-connectorised cable between exchange equipment and
MDF shall be supplied to the field unit based on the site-specific requirements.
Wherever non-connectorised cables are supplied, necessary connectors shall be
supplied.
10.6.4. The cabling required for jumpering between line side and exchange side shall be
provided by the supplier. 10 metres of jumper wire per wire-line voice port shall be
provided. (Please refer Amendment No. 53 below)
Amendment No. 53
The new clause no. 10.6.5 is inserted in Annexure 2 to Section 5 Part B after the clause no
10.6.4 of Section 5 Part B as follows10.6.5 Tag Blocks (exchange side i.e. Horizontal in MDF) are to be supplied for all the ports
terminations along with switch board cables for each site. MDF Tag blocks, MDF
verticals etc. shall be as per TEC specification No. GR/CTN-01/04 May 2005 (along
with amendment no 1 dated 08/02/2006).
10.7.

SMPS POWER PLANT AND BATTERY SETS:

10.7.1. SMPS power plant is to be provided as per TEC specification G/SMP-01/05


JAN.2005 and MF VRLA/Tubular battery sets as per G/BAT-01/03 MAR.2004,
GR/BAT-03/01 MAR 2006 with amendments thereto. The Bidder should source the
equipment (both batteries and SMPS power plants) from TSEC approved
manufacturers..
10.7.2. SMPS power plant and battery sets shall be provided as per detail given in SOR.
10.7.3. The NGN Access equipments shall operate from an exchange battery at a nominal
- 48V DC (Negative 48 V DC) over the range -40 VDC to -57 V DC except for PCs/
workstations and printers which may operate with 230 V AC obtained through the
Inverter drawing DC from the - 48V PP/ Battery. (Please refer Amendment No. 54
below and clarification document)

161

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

Amendment No. 54
The clause 10.7.3 of Annexure-2 to Section 5 part B is amended as follows10.7.3
The NGN Access equipment (LMGs, TMGs, IAG etc) shall operate from an
exchange battery at a nominal - 48V DC (Negative 48 V DC) over the range -40 VDC to
-57 V DC.
10.7.4. 100 amp or as appropriate size power modules shall be provided in power plants to
be supplied for core NGN network sites. SMPS power plants are to be compatible
with batteries.
10.7.5. Battery sets shall be planned such that the battery sets are not discharged beyond
80 % of their rated capacity at any timeto meet 100% load.
10.7.6. 2 sets of battery shall be provided. 6 hours combined batteries back up is required.
Therefore, battery banks of 6 x exchange load/ (0.8 x 0.95) AH capacity shall be
required, where 0.8 is permissible depth of discharge & 0.95 is the effective
capacity of battery at 6 hour discharge rate, to the end cell voltage of 1.75
volts/cell. (Please refer clarification document also)
10.7.7. SMPS is to be dimensioned as per the requirement of each site and should be
expandable alongwith the expansion in LMG.
10.7.8. Suitable switching arrangements for inter connection between various items of
SMPS Power Plants, Battery sets and their inter-connection in switching cubicle
and further power distribution to switching equipment as required for the ultimate
capacity of sites.
10.7.9. The following shall be assumed while calculating the lengths of power cable and
the same shall be included as a distinct item in the detailed priced BoM of
Installation material for respective elements: (Please refer clarification document
also)
(i)

For core sites- 30m run from Power plant room to the switch room and from
switch room to equipment as per the actual layout.

(ii)

For LT panel to power plant, in the core sites, an average run of 30m shall be
taken.

10.7.10. SMPS Power plant capacity should be such that it is to take following loads
simultaneously:
(i)
(ii)

10 % of rated capacity of battery, (battery float load for all sets)


Exchange load during busy hour (Detailed calculations to be given
for all configurations).
10.7.11. SMPS Rectifier efficiency is to be taken as 90%.
10.7.12. Redundant SMPS module(s) shall also be provided as hot standby in addition to
requirement as calculated above. There should be a provision of one redundant
module for every five modules (or part thereof as per details given below) in a
system.
The number of redundant modules shall be calculated as below:
If: Y = dividend = the number of modules required for load and
battery as calculated above.

162

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

5 (five) = divisor,
N = quotient = natural number
M = remainder = natural number,
Then Y = N*5+M
No. of spare modules required = either N when M is less than 3 or
(N + 1) when M is greater than or equal to 3. That is redundant
modules shall be provided on the following basis:
S.
No
.

SMPS module as
calculated vide Para
13.10

Spare SMPS
Module (H/SBY)
Required

1.

Up-to 7

2.

8-12

3.

13-17

4.

18-22

5.

23-27

6.

28-32 and so on.

10.7.13. Maintenance spares including spares for control panel and spare fuses shall also
be provided.
10.7.14. D.C. Distribution cabinet and power cables between the D.C. distribution cabinet &
switch room and other related items shall have to be provided by switching
equipment supplier even if SMPS power plant and battery sets are not ordered on
him. However, these items can be supplied to the sites separately just like Power
Plant & Battery sets.
10.7.15. The power cable and bus bar shall be rated at 2 Amp /Sq. mm. (Please refer
clarification document also)
10.7.16. Only TEC approved equipment/ Modules are to be provided.
10.7.17. Complete power plant and battery calculations and information regarding interconnecting arrangements and layout shall be given. Ultimate capacity of SMPSPower Plant as approved by TEC for SMPS modules of 100A, 200A etc. capacity,
is to be indicated.
10.7.18. The price for each component such as SMPS modules, control rack, auxiliary rack/
expansion rack, power cable, cable trays, all types of fuse required, lugs, DCDB
etc. shall be quoted.
10.7.19. The Supplier shall arrange DCDB, MCBs etc and extend DC power supply, AC
power supply, earthing etc from the available points to the supplied equipments.
Flexible, multistrand, fire retardant copper cables of appropriate gauge with ISI
rating only should be used with tinned copper lugs of appropriate size fixed with
crimping tool at the connecting ends. The power shall be tapped from MCB if the
same is available at the power plant end or from the riser, if that is the case. DCDB

163

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

shall be provided by the supplier with adequately rated circuit breakers in either
case.
11. PC SPECIFICATIONS (Please refer clarification document also)
IS0 9002 certified, CPU- Intel Core 2 Duo Processor - 2.8 GHz or above with input
voltage range 180-250 volts, 2 GB RAM or above, at least 1MB L-2 cache (in-built), at
least 256 KB Flash ROM for System BIOS, Power management (plug-n-play) and
manageability in a network, Keyboard skin and Ethernet interface (10/100/1000 Mbps).
Dust covers, power cables, stickers bilingual (Hindi/English) shall be provided by the
supplier.
S.No
i.
ii.
iii.
iv.
v.
vi.
vii.
viii.
ix.
x.

xi.
xii.

12.

Items
100 GB or above Hard Disc
104 Keys enhanced Keyboard
Fast serial Port
Enhanced Parallel Port
(Support for ECC/EPP/ECP)
At least 2 Front USB Ports
PS2 Mouse Port
Three buttons optical Mouse with pad
DVD Writer Combo drive
17 TFT Colour Monitor
Preloaded latest Windows operating systems,
(Software- MS Office (latest edition) , Antivirus
Software)-with Licensed Original version in CD/DVD
ROM media with Manuals.
Preloaded Documentation with back-up on CD/DVD
Preloaded technology specific software wherever
applicable with backup on CD/DVD

Printers : (Please refer clarification document also)


Printers should be ISO 9002 certified with input voltage range 180-250volts.
Dust covers, power cables, connectors etc. shall also be provided by the
supplier.

S.No
i.
ii.
iii.
iv.
v.
vi.
vii.
viii.
ix.
x.
xi.
xii.

Items
Printing speed
Resolution
Printing Language
Automatic Language
switching
Media Sizes
Media Type
Scalable Type Faces
Connectivity
Memory
Paper Tray
Input Cap
Software

xiii.

Ports

Requirement
24 ppm or above (A4/ letter size paper)
1200 DPI x 1200 DPI
Enhanced HP PCL6 & ADOBE Post Script Level 2
Yes
Letter, Legal, A4 Executive
Plain Paper, Envelopes, Labels etc.
10 True Type, 35 Intelli-font
High Speed Parallel Port, IEEE 1284 Compliant
4 MB (Min.)
2 Nos.
250 Sheets (Min.) - A4 size paper
Printing Software drivers for latest Windows OS
and specific software
USB & Ethernet

164

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

13. SPECIFICATIONS OF SIP Telephones/TERMINALS


VoIP Protocol
Support
Network Support

SIP Ver 2 (RFC 3261)

Call / services
Features

Telnet , FTP/TFTP, RTP, DNS, TCP/UDP, SNTP,


DHCP
Telephony call view (voice and video)
Call Originate/ Answer/ hold
Call Transfer (Blind / Attended)
3 Way Call Conference
Music on Hold
Call waiting Indication
Mute
Redial
Call logs (Received/missed/165ialin calls)
Caller ID presentation/ blocking
Blocking of anonymous calls
Voice mail support
Do not disturb
Personalized ring back tones
Multi language ( at least two i.e. Hindi & English)
support
Meeting / alarm scheduler
Voice recording
Menu driven user interface
Voice/Ring Volume adjust
Speed 165ialing (abbreviated Dialing)
On-Hook /Off-hook Dialling
Selectable ring tones
Presence indication
Buddy list management
Presence enabled Phonebook with call records
IM & chat

Speech codecs (G.711, G.723A, G.729A & B)


DTMF Tone Generation
Acoustic Echo Removal
Voice Activity Detection
Comfort Noise insertion
H.264 (MPEG 4) , H.263 (QCIF, CIF,4CIF)

Audio requirements

Video requirements
User Interface:

Display

Indicator LED

Keypad

Phone/ Address
Book

Call Logs

Clock Time &


Date
Dialling

320 * 200 pixel colour TFT, backlit


Hands-free, Power, Hold, Mute
28 Keys or above
At least 200 contacts

Dialled, Missed, Received. (Minimum 75)

By IP address
By number / extension
SIP URI dialing support

165

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

Power

Security

From Call logs and Address Book


Two 100BASE-T Ethernet RJ-45 jacks,
with LED (for LAN and PC)
Handset corded(RJ-11) / cordless & Headset (Stereo
Jack)
External Adapter with 90V-250 V AC Input, 50/60 Hz
& 5 V, 1.2A DC Output
Layer 2 authentication 802.1x

Network features

QOS : IEEE 802.1p and Diffserv


IEEE 802.1Q

Ports/ Connectors

14.

Integration with Different Project of BSNL:-

14.1.

It shall be the responsibility of the Successful Bidder(s) to make the Equipment


supplied under this project integrate & inter-work with all other network elements
supplied by other vendors and the existing equipment. Any hardware requirement in
terms of interfaces etc the existing NEs and the software requirement such as
additional licenses/API implementation etc, wherever required, shall have to be
done by the Successful Bidder free of costs to BSNL. (Please refer clarification
document also)

14.2.

It shall be responsibility of successful bidders of Package-II to integrate their eMSs


with the NMS supplied under Package-I through this tender. (Please refer
clarification document also)

14.3.

Successful bidders shall be responsible for integrationof different Access equipment


of this package with that of different core equipments supplied under package-I of
this tender.

14.4.

Successful bidders shall be responsible for integration/interworking and delivery of


applications/services to end subscribers within the intra zone & inter-zone.

14.5.

The existing IP/MPLS NIB network shall be used as core transport network. The
PE routers of IP/MPLS network, RPR switch, OCLAN switch etc shall be used for
connecting the equipments being planned/ deployed under this project.

14.6.

It shall be the responsibility of the Successful bidder(s) to ensure the end-to-end


QoS and integration of the supplied equipment with the IP/MPLS Backbone of
BSNL at no extra cost to BSNL.

14.7.

Successful bidders shall be responsible for interworking of different NGN Access


equipments of this project with different equipments of Broadband Projects of NIB
like BRAS/BNG, Motive, Metasolve provisioning system etc. (Please refer
clarification document also)

14.8.

Successful bidders shall be responsible for interworking of different NGN Access


equipments in association with NGN core through this tender with different
equipments/subsystem of OSS/BSS project of NIB like Webportal, OM/IM,
mediation/billing etc.

14.9.

Successful bidders shall be responsible for interworking of different NGN Access


equipments in association with NGN core through this tender with that of IPTAX
network already installed in the BSNL network.

14.10. Successful bidders shall be responsible for interworking of different NGN Access
equipments in association with NGN core through this tender with the existing
PSTN/ISDN, 2G/3G-GSM network & CDMA network, IN system of BSNL for IN
services.

166

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

14.11. A brief of existing network of BSNL is given at Appendix-A


15.

Termination of switch board cable from LMG toMDF

It shall be the bidders responsibility to connect the LMG ports from LMG to MDF. This shall
include the laying of cable and termination of cable at MDF Tag block (equipment side) and
get the acceptance test done.

Click Here for clarifications in respect of Clause No. 1.5, 2.4, 4.1, 4.3, 4.8, 4.11, 4.17,
5.1, 5.7, 5.8, 5.9, 5.12.3, 5.12.4, 5.12.4(3), 6, 6.1, 6.2.7, 6.2.8, 6.2.9, 6.2.10, 8, 8.2, 8.6,
9.4,9.16.1, 9.16.2, 10.7.3, 10.7.6, 10.7.9,10.7.15, 11, 12, 14.1, 14.2, and 14.7

167

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

ANNEXURE 3 to Section-5 Part-B


ANNUAL MAINTENANE CONTRACT AGREEMENT FOR CLASS V NGN EQUIPMENT
(Applicable for both Package-I and Package-II)
This agreement is made on the ________ day of ______(year) to be effective from
___________ between M/s. Bharat Sanchar Nigam Limited a company registered under the
Companies Act 1956 having license to provide all types of services of Telegraph and having
its registered office at Bharat Sanchar Bhavan, Harish Chandra Mathur Lane, Janpath
Road, New Delhi-110 001 New Delhi and local office at ---------------------------------------(hereinafter called BSNL which terms shall mean and include its successors, administrators,
heirs and assigns).
> (hereinafter called BSNL) of the ONE PART and ______________ a company registered
under the Companies Act 1956 and having its registered office at _____________________
(hereinafter called SUPPLIER which expression shall unless repugnant to the context,
include its successors in business, legal representatives and administrators or permitted
assigns) of the OTHER PART.
WHEREAS, BSNL has placed purchase order on the SUPPLIER vide No. _________ dated
________ for supply, installation, commissioning & Annual Maintenance of CLASS V NGN
equipment against tender No._________, dated_____________.
WHEREAS the SUPPLIER has made the offer to duly comply with all the provisions
of the Bid Document, including those pertaining to Post Warranty Annual Maintenance
Contract, after making himself fully aware and understanding fully the implications of the
terms and conditions and specifications mentioned therein and which has been accepted
by BSNL on the terms and conditions mentioned hereafter and after ascertaining that the
SUPPLIER is fully capable of complying with the aforesaid terms of the Bid Document.
NOW the AGREEEMENT WITNESSETH as follows :
1.1 This Agreement shall remain in force for five years from the date of completion of
One year warranty, while at the same time the term and conditions of this
agreement except for payment of charges to the SUPPLIER shall also apply during
warranty period. (Please refer Amendment No. 55 below , inserted after clause
No. 12.5)
1.2 Extension of this Agreement shall be negotiable for the second term depending on
the performance of the SUPPLIER during the period of the initial term.
2. In addition to complying with all the terms and conditions recorded in the Bid
Document, the SUPPLIER hereby agrees and unequivocally undertakes to fully
comply with all the terms and conditions stipulated in this Agreement and without
any deviation or reservations of any kind.
3. Unless otherwise mentioned or appearing from the context, the Tender (Bid)
Document and any clarifications thereof and the purchaseordershall form part and
parcel of this agreement, provided that in case of conflict or inconsistency on any
issue relating to this Agreement, the terms set out in the body of this agreement with
schedules and Annexure thereto shall prevail.
4. During the period of AMC the SUPPLIER shall inter alia :

168

Class 5 NGN tender (Section-5 Part-B)

i)
ii)
iii)
iv)
v)
vi)
vii)

viii)

ix)

NWP-CFA, BSNL C.O., New Delhi

Diagnose the hardware and software faults.


Rectify the hardware and software faults detected.
Repair and replace the faulty PCB, modules, terminals, SIP phones and any
other equipment or part thereof.
Carry out the periodic preventive maintenance on half yearly basis.
Upkeep the software periodically.
Upgrade the software to latest version.
Create customized reports from various systems like EMS/NMS, billing &
accounting, Web self Care etc as required and specified by BSNL from time
to time.
Provide full & time bound assistance in integrating the EMS and associated
systems with any other NMS as required by BSNL and to resolve any
problems that may arise from time to time in respect of interworking of this
EMS with any other NMS to which it has already been integrated.
Provide APIs of systems supplied by it against the Purchase Order for
sharing with other NMS or similar systems supplier for the purpose of
integration.

5. The supplier shall prepare the schedule of preventive maintenance to be carried out
half yearly and shall submit the same to BSNL in advance. The preventive
maintenance shall not affect the normal functioning of the system. The details of
activities to be carried out during preventive maintenance visits shall be decided by
BSNL before the start of warranty/AMC.
6. The SUPPLIER shall provide all global releases of software / upgrades to BSNL
free of cost as a part of the AMC as well the maintenance of these upgrades.
7. The SUPPLIER shall be solely responsible for the maintenance, repair &
upgradation of the software/hardware systems, equipments, SIP Phones and parts
thereof and BSNL shall not be liable to interact with any of the partners/
collaborators or subcontractors of the SUPPLIER.
8.

The schedule of routine operational and maintenance activities to be carried out at


each node shall be provided by supplier. The day to day operations and
maintenance activities shall be done by BSNL.

9. BSNL site in charge shall replace the faulty /affected module with a readily
available good module, stocked at the site by the supplier or out of the spare
capacity, if available, at the site. However, it shall not absolve the SUPPLIER from
his responsibilities under this agreement for restoration of fault etc. All such
changes / replacement of faulty / affected modules shall be done by BSNL staff as
per the telephonic (or otherwise) instructions of the technical support centre.
(Please refer clarification document also)
10.

TECHNICAL SUPPORT CENTRE :


The SUPPLIER shall have at least one Technical support Center in each Zone i.e.
at least four in number. The SUPPLIER may set up more such centers to meet the
criteria for fault restoration/faulty unit repair times as mentioned in the AMC. The
SUPPLIER shall furnish the names, locations, complete postal address, Telephone
numbers and FAX numbers of all Technical support Centers at the time of signing
this Agreement. The SUPPLIER shall also specify the names of the Stations to be

169

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

covered by each Technical support Center in the format given at Annexure 3A to


this agreement. (Please refer clarification document also)
10.1

The SUPPLIER shall also provide the name of alternate contact person or Technical
Support Center with address & telephone /FAX no. which may be contacted by
BSNL staff for support in case of no response/poor response from the designated
Technical support center. This, however, shall not preclude BSNL from imposing
the penalties, if any, as applicable as per the terms & conditions of this agreement.

10.2

Any change in Address, Phone number, FAX Number , contact details etc shall
have to be intimated in writing by the SUPPLIER to the site in charges of the BSNL
Stations as well as to the concerned head of SSA and BSNL Corporate Office at the
earliest.

10.3

The SUPPLIER shall ensure that all the Technical support centers are manned by
fully competent and responsible Technical Personnel who are:
(i)

Capable of giving all types of necessary technical guidance/assistance over


phone to the respective exchange Incharge of BSNL sites including NMS,
for fast restoration of faults and

(ii)

Capable of attending the faults at the BSNL sites whenever needed by deputing
competent technical expert .

10.4

The SUPPLIER shallalso ensure that Technical support Centres are manned and
are able to provide service to BSNL round the clock, all the seven days of the week
throughout the year. The level of service provided to BSNL shall not go down
during nighttime or due to any day being holiday, or for any other reason.

11.

TECHNICAL SUPPORT PROCEDURE: The technical support procedure shall be


as follows:

11.1

The supplier shall open a Web portal site/tool for booking/registering the faults by
site in charges. The site shall be password protected and can be assessed by
authorized BSNL personnel only. The details of faults booked for each site , its
nature, severity level, time taken to resolve the issue, status of each fault reported
etc shall be available on the portal site . Any other details as required by BSNL
subsequently shall be incorporated in the Web tool by supplier before the start of
AMC. Necessary permissions for accessing the portal site by site incharges, by
senior management etc shall be given by the supplier

11.2

In case of any fault, abnormality in the system, partial or total failure of the system,
the officer in charge of the site shall contact the designated Technical support
Center of the SUPPLIER and give information about the nature of fault over phone /
FAX / e-mail/Web portal.

11.3

The supplier shall design a fault reporting docket format/ procedure, covering all the
details, which shall be approved by BSNL before the start of AMC. All the details
related to the faults reported shall be recorded in it. This shall become part of the
AMC agreement at the time of signing of the agreement.

11.4

Even if the fault is reported over phone/portal/fax/email etc by BSNL, fault docket
should be prepared through Web based tool by the technical support center and a
copy of the same, duly filled in, shall be kept for records as well as for

170

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

reconciliation purposes by BSNL and at the technical support center. The time of
occurrence of fault, the time of restoration, total duration of fault and other details,
as recorded in the fault docket only shall be taken into consideration for all
purposes.
11.5

In case of any dispute arising regarding duration of fault etc, the Fault Docket as
maintained at the BSNL station shall be the guiding documents to be agreed by
both parties.

11.6

The Fault Docket shall be filled with utmost care, giving all the details of the faults
and other information as prescribed in the Fault Docket and the entries made shall
be authenticated by signature of the station In charge of the station concerned.

11.7

Technical instructions shall be given to the BSNL staff of the concerned station,
over phone. If the fault is restored by following the instructions given over phone,
the station in charge will close the Fault Docket after making suitable entries and
after satisfying himself of the proper restoration of the fault. A copy of the Fault
Docket duly filled in shall be sent to the Technical support Center for records.
(Please refer clarification document also)

11.8

The SUPPLIER shall ensure visits of the expert and competent technical staff of
the SUPPLIER in case the fault is not rectified to the satisfaction of BSNL even
after following the telephonic instructions and advices. (Please refer clarification
document also)

11.9.1 Once the fault has been rectified and the system & services were restored to
normalcy, the visiting engineer of the SUPPLIER shall record in the station Log
Book, the details of the works done by him for restoration of the faults and also
record the details of steps to be taken and procedures to be followed for not only
restoration of similar faults by BSNL staff but also for preventing the occurrence of
similar faults in future.
Similar entries shall be made in the fault docket also.
(Please refer clarification document also)
11.9.2 The Technical support Center shall regularly obtain feedback about the health of the
systems under its jurisdiction from the station incharge of BSNL on monthly basis
and maintain a proper record of such feedback in the form of History Sheets. These
Sheets shall be made available to the technical experts nominated by the
SUPPLIER for analysis. Such technical experts, in turn, shall give adequate and
proper guidelines / technical advise to the in-charge of BSNL stations for taking
necessary preventive measure during preventive maintenance visits for reducing
the frequency of such faults and also for preventing such faults from re-occurring in
future. This shall, however, not absolve the SUPPLIER from fulfilling his obligations
under this agreement.
12.

Repair Center :

12.1

The SUPPLIER shall set up at least one repair center in India within 6 months from
the date of purchase order, with the facilities for repair of all types of
modules/units/equipment supplied by it. For any third party equipment like Server
Hardware at NMS/EMS site, Media Gateways, LAN Switches, Announcement
Servers, SIP Phones etc., it shall be the at the option of the SUPPLIER to either
carry-out the repair on its own or through the facilities of third party. In all cases,
however, BSNL shall interface only with the SUPPLIER with whom the agreement is
signed.

171

Class 5 NGN tender (Section-5 Part-B)


12.2

NWP-CFA, BSNL C.O., New Delhi

One or more of the Technical Support Center (s) shall also work as repair center (s)
and shall be responsible for repairing the faulty cards/units/PCBs and shall also
maintain a requisite minimum stock of such cards/equipment often going faulty, in
order to keep the down time within limits as envisaged in the this agreement. The
SUPPLIER shall be at liberty to distribute spares to the nodes as deemed fit or keep
them at the designated repair centres. (Please refer clarification document also)

12.3 The faulty modules/terminals/phones shall be sent by BSNL to the SUPPLIERs


designated Repair Center / Technical support Center within shortest possible
time on to pay basis. The site-in charge shall be able to track the status of
repairs through the Web Portal tool/ site of technical support/repair center of the
supplier.
12.4

The SUPPLIER shall arrange and ensure repair or replacement of the faulty
equipment/ phones, to the concerned BSNL site within 21 days of dispatch of the
faulty equipment
by
BSNL
to the SUPPLIERs designated Technical
support/Repair Center through the courier nominated/declared by the SUPPLIER
for this purpose.. For heavier equipment, it would be responsibility of the SUPPLIER
to take any additional measures, that may be required . (Please refer clarification
document also)

12.5

The 15 days time shall be calculated from the date of dispatch of the faulty
equipment by BSNL at the SUPPLIER's designated premises to the date of
receiving back of the repaired / replacement of the same at the concerned BSNL
site. In addition, three days time in each direction shall be taken as transit time.
Wherever sub-racks or other equipment are brought by the representative of the
SUPPLIER at site for replacement te faulty unit/sub rack/equipment/phones etc shall
be taken back by the said representative for further repair etc. at the cost of
SUPPLIER. (Please refer Amendment No. 55 below and clarification document)

Amendment No. 55
The Clause no. 1.1 and clause no. 12.5 of Annexure 3 to Section 5 Part-B are amended as
follows:1.1

This Agreement shall remain in force for Seven years from the date of completion of
One year warranty, while at the same time the term and conditions of this agreement
except for payment of charges to the SUPPLIER shall also apply during warranty
period.

12.5

The 21 days time shall be calculated from the date of dispatch of the faulty
equipment by BSNL to the SUPPLIER's designated premises to the date of receiving
back of the repaired / replacement of the same at the concerned BSNL site.
Wherever sub-racks or other equipment are brought by the representative of the
SUPPLIER at site for replacement the faulty unit/sub rack/equipment/phones etc
shall be taken back by the said representative for further repair etc. at the cost of
SUPPLIER.

12.6

Complete tracking of the repairs status of faulty card/modules/equipment through


Web portal shall be possible to BSNL site in charges/ administrators.

12.7

A system of dispatch and receipt challans shall be worked out between BSNL and
the supplier within three months of the placement of Purchase Order in order to
account for the delay. Decision of BSNL as to how the system is designed shall be
final.

172

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

12.8

The SUPPLIER shall ensure a minimum stock of 2% of essential interface cards,


working in the coverage area of the Technical Support Centre, as spare stock, at
the Technical Support Centre/repair center.

13.0

Preventive Maintenance

13.1

The technical expert personnel of the supplier shall visit each site on half
yearly basis for preventive maintenance, for general exchange health check up, for
educating/guiding
the site personnel on various operational, technical and
maintenance related matters etc.

13.2

The preventive maintenance schedule shall be prepared by the supplier in advance,


which shall be sent to all sites, designated nodes/offices for acceptance. BSNL
reserves the right to make changes as per requirements.

13.3

The scope of activities to be covered under PM visits shall be defined by BSNL


before the start of AMC. All such activities are to be carried out by the technical
expert team of the supplier and not by new, untrained engineers.

13.4

Any new upgrade, feature facility, procedure etc shall also be explained to BSNL
site incharges during the PM visits apart from the defined activities/scope of such
visits.

13.5

The officer In charge of the site shall fill up the history sheet containing the statistics
about the health of the NGN equipments installed at the concerned site and send a
report/feedback to the Technical support Center of the SUPPLIER on monthly basis.
Based on the History sheet report, the SUPPLIER shall analyze the health record of
each site and shall discuss the same during PM visits. The supplier shall advise the
field staff of BSNL for necessary preventive and corrective actions, if required, for
proper upkeep and maintenance of NGN equipment.

13.6

All the works performed during PM visits as well as the findings of site health shall
be well documented by the suppler, which shall be discussed at HQ/Circle/ higher
management level centrally twice a year.

13.7

History sheet proforma shall be designed by the supplier for acceptance by BSNL
before the start of AMC. BSNL reserves the right to make changes in the proforma
proposed by the SUPPLIER. These proformas shall become part of the AMC
agreement at the time of signing of the agreement.

13.8

The SUPPLIER shall supply elaborate maintenance procedures and proforma of


thehistory sheet to every site of BSNL.

14.

AMC CHARGES AND PAYMENTS:

14.1

The charges for AMC will be as given in the purchase order. A copy of the
same shall be enclosed as part of the agreement, at the time of signing the AMC
agreement.

14.2

BSNL shall pay the charges for the services rendered by the SUPPLIER under the
AMC Agreement after successful execution of the works under Agreement.

173

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

14.2.1 BSNL shall not pay any charges in advance. Bills for AMC shall be paid by BSNL at
the end of every six months, after successful execution of the works under
Agreement.
14.2.2 All payments shall be made based on the satisfactory slip of the performance of the
vendor, as received from station in charge of each node, within 15 days time, after
deducting penalties, if any. For this, BSNL shall designate nodal officers.. (Please
refer clarification document also)
14.2.3 BSNL reserves the right to adjust any over-payment of AMC charges of one period,
any time during the period of AMC.
15.

FAULTS: SEVERITY LEVELS & RESTORATION TIME

15.1 The following are the severity levels along with the fault definitions and restoration
times for the NGN Network:
Severity
level

Fault Definition
Failure/ Malfunction of critical elements like Call
Server/SAS/Media server/SBC/Prepaid System etc
or associated servers and any other H/W or S/W
causing non availability of any of the services
delivered by the system to 20 % or more of the
subscriber equipped capacity (to be taken as
subscriber base)
Failure /Malfunction of LMG/IAG/MGs etc causing
non availability of any of the services delivered by
the system, to 40 % or more of the subscriber
equipped capacity (to be taken as subscriber base)
Failure/ Malfunction of MSS / Media Gateway switch
and/ or associated servers and any other H/W or
S/W causing non availability of any of the services
delivered by the system to less than 20 % of the
subscriber equipped capacity (to be taken as
subscriber base)

Failure /Malfunction of LMGs/ Media Gateways


causing non availability of any of the services
delivered by the system, to less than 40 % of the
subscriber equipped capacity (to be taken as
subscriber base)

Restoration Time

6 Hours.

8 Hours.

8 Hours.

12 Hours.

Reduction in the grade of service by 10 % but less


24 Hours.
than 25 % on voice links and data links in the
network including interruption of traffic on some links.
Failure of stand by card/ unit /server not affecting the 72 Hours for repair/
service to the customer in any way.
replacement.
3

Required report (s) not being produced by the OSS


or any other system. Operation and maintenance
personnel of BSNL not able to interact with the
system with the help of Man Machine commands.

48 Hours.

174

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

Any fault / malfunction / event not covered under


fault definition / severity level as mentioned above,
having no impact on services to the customer.
Detection of non-conformity with GR / tender
requirement cases of any operational function or
maintenance failure.

72 Hours
2 weeks.

15.2 Travel time of the Suppliers engineer is included in the restoration time indicated
above.
15.3 The decision of BSNL in respect of classification of any given fault into any of the
categories listed above will be final.
16.

PENALTIES:

16.1

Penalties for delay in corrective maintenance

16.1.1 For various faults as defined under severity level 1 to 4 and as detailed above, any
delay beyond what is prescribed under restoration time in the said clause, following
penalties shall be applicable.
Sl No
1
2
3
4

Severity Level
1
2
3
4

Penalty for delay in fault restoration per occasion


Rs 50,000/- per 6 hour delay or part thereof.
Rs 30,000/- per 12 hour delay or part thereof.
Rs 10,000/- per 24 hour delay or part thereof.
Rs 5,000/- per 7 days delay or part thereof.

16.1.2 In view of the exigencies of services it is possible that BSNL may restore the
services other in full or in part through its own resources. However, for the purpose
of measurement of restoration time and applicable penalties, if any, in terms of this
agreement, fault will be deemed to have been restored only after the faulty unit/card
etc. has been supplied to the concerned site or the engineer of the supplier has
visited the site and removed the pending partial fault, as the case may be.
16.1.3 Failure / malfunction of NGN Core/LMGs shall include faults in the battery/ power
plants and microwave links supplied by the Supplier, which could be the cause for
the said fault/malfunction.
16.2

Penalty for Repair of Cards: (Please refer clarification document also)

16.2.1 The penalty stipulated herein includes cards of all the network elements including
power plant modules. (Please refer clarification document also)
(i)

If a card is received duly repaired/replaced within 21 days time, no penalty


charges shall be levied.

(ii)

For the delay up to one week, penalty charge of Rs. 1000/- per card per
week or part thereof shall be imposed.

(iii)

For delay beyond one week and up to four weeks, penalty charges of Rs.
2000/- per card per week shall be imposed.

(iv)

For delay beyond four weeks, penalty charges of Rs. 3000/- per card per
week shall be imposed.

(v)

If a card is neither received nor declared RNP within 90 days, an amount


equal to 1.5 times the cost of the card or the penalty calculated as per
provisions or 16.2.1(ii) to 16.2.1(iv), whichever is higher shall be deducted
from the AMC charges. (Please refer clarification document also)

175

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

(vi)

If any PCB/card is damaged during the course of repair, Bidder shall replace
the PCB with a good one, free of cost.

(vii)

The imposition of penalties shall start from the 22nd day of the handing over
the card to the courier/ agency designated by the Supplier.

(viii) In case a supplier refuses to repair any card/unit on the plea of obsolescence
of components, an OK tested card/unit shall be replaced by the Supplier free
of cost within the stipulated time of 21 days from the date of dispatch of
card/unit by BSNL failing which penalty prescribed in paras 16.2.1(ii) to
16.2.1(v) above will be levied.
(ix)

If hardware version of any card/unit is changed then the supplier shall have
to repair cards of both the versions.

(x)

System of dispatch and receipt of challans shall be worked out between


BSNL and the supplier within three months of the placement of Purchase
order in order to account for the time taken in repair and transit. Decision of
BSNL in this regard shall be final.

(xi)

AMC penalty per annum shall be capped at 12% of the annual AMC charges
without prejudice to other remedies available to BSNL.

16.2.2 Failure to carry out preventive maintenance visit: (Please refer clarification
document also)
(i)

If the Supplier fails to perform yearly health check and technical audit visit,
penalty charges of 10 % of yearly AMC cost of that circle(over and above the
12% as specified in 10.2.1(ix)) shall be levied.

16.2.3 Penalty for not stocking adequate quantity of spares: (Please refer clarification
document also)
(i)

In case the services are affected partially or in full due to non-availability of


spare card/ unit out of the spares stocked by the supplier at site, penalty at
the rate of Rs. 2000/- per day shall be levied. This shall be in addition to the
penalty applicable corresponding to the severity level of fault.

(ii)

There after such card shall be stocked at all the NGN Core sites as the case
may be, where the equipment supplied by the same supplier is working in the
same Circle, with in a period of 30 days of the rectification of fault at location
as mentioned above failing which a penalty of Rs. 1000/ per week per
location shall be levied.

16.3

The penalty shall be deducted from the half yearly bills. The maximum value of
penalty for fault in nodes shall not exceed 20% of AMC amount of the node in that
period. However there shall be no limit on the penalty for delay in repair of
units/models as mentioned above. (Please refer clarification document also)

16.4

Failure on the part of SUPPLIER to comply with any of the clauses of this agreement
shall constitute to be sufficient ground for termination of contract and the BSNL
(purchaser) shall have the right to forfeit the performance securities submitted to
BSNL.

16.5 If BSNL is not satisfied with the performance of the SUPPLIER during AMC it
reserves the right to terminate the AMC during its currency, after giving two months
notice to the SUPPLIER and in such an event the vendor will hand over all the
spares as indicated above.

176

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

17. FORCE MEJEURE:


Neither BSNL nor the SUPPLIER shall be liable to the other for any delay in or failure of
performance of their respective obligation under the agreement caused by occurrences
beyond the control of BSNL or the SUPPLIER including but not limited to fire (including
failure or reductions), acts of God, acts of the public enemy, wars, insurrections, riots,
strikes, lockouts, sabotage, any law, status or ordinance, thereof of any other local
authority, or any compliance therewith or any other causes, contingencies of
circumstances similar to the above. Either party shall promptly but not later than twenty
days thereafter notify the other of the commencement, and cessation of such
contingencies, and if such contingencies continues beyond three months. Both parties
agree upon the equitable solution for termination of this agreement or otherwise decide
the course of action to be adopted.
18.

DISPUTES & ARBITRATION:


18.1 In the event of any question, dispute or difference arising under this agreement or in
connection there-with (except as to matter the decision of which is specifically
provided under this agreement), the same shall be referred to sole arbitration of the
CMD, BSNL, New Delhi or in case his designation is changed or his office is abolished
then in such case to the sole arbitration of the officer for the time being entrusted
(whether in addition to his own duties or otherwise) with the functions of the CMD,
BSNL or by whatever designation such officers may be called (hereinafter referred to
as the said officer) and if the CMD, BSNL or the said officer is unable or unwilling to
act as such the sole arbitration or some other person appointed by the CMD, BSNL or
the said officer. The agreement to appoint an arbitrator will be in accordance with the
Arbitration and Conciliation Act, 1996.
18.2 There will be no objection to any such appointment on the ground that the arbitrator
is BSNL Servant or that he has to deal with the matter to which the agreement
relates or that in the course of his duties as BSNL officer he has expressed views on
all or any of the matter under dispute. The award of the arbitrator shall be final and
binding on the parties to the agreement. In the event of such arbitrator to whom the
matter is originally referred, being transferred or vacating his office or being unable to
act for any reasons whatsoever the CMD, BSNL or the said officer shall appoint
another person to act as arbitrator in accordance with terms of the agreement and the
person so appointed shall be entitled to proceed from the stage at which it was left
out by his predecessors.

18.3

The arbitrator may from time to time with the consent of parties enlarge the time for
making and publishing the award. Subject to aforesaid Arbitration and Conciliation
Act, 1996 and the Rules made thereunder, any modification thereof for the time
being in force shall be deemed to apply to the arbitration proceeding under this
clause.

18.4

The venue of the arbitration proceeding shall be the Office of the CMD, BSNL, New
Delhi or such other Places as the arbitrator may decide.

18.5

Any party shall not use any information obtained from other party during the course
of dispute resolution process under this clause for any purpose other than to resolve
the dispute and such information shall not be used in any litigation.

18.7

Both parties shall use their best efforts in good faith and best intention to resolve
disputes by mutual negotiation and consultation and shall settle amicably any
disputethat may arise or relate to this agreement or a breach thereof. Pending

177

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

resolution ofa dispute, the supplier shall continue to fulfill its obligations under this
agreement.

19 SET OFF:
Any sum of money due and payable to the SUPPLIER (including security deposit
refundable to him) under this contract may be appropriated by the purchaser or the
BSNL or any other person or persons contracting through the BSNL and set off the
same against any claim of the Purchaser or BSNL or such other person or persons
for payment of a sum of money arising out of this contract or under any other
contract made by the SUPPLIER with the Purchaser or BSNL or such other person
or persons contracting through BSNL.
IN WITNESS WHEREOF the parties hereto have caused this Agreement to be
executed through their respective authorized representatives on the day and year
first above written.
Signed and delivered for and on behalf of BHARAT SANCHAR NIGAM LIMITED.
By____________
Signed on behalf of M/s.___________________
By Shri _______________ holder of General Power of Attorney dated__________
executed in accordance with the Resolution No. Nil dated _____________ passed by
Board of Directors.
In the presence of :

Witness :
1
_____________________
2

_____________________
Click Here for clarifications in respect of Clause No.9, 10, 11.7, 14.2.2, 11.8, 11.9.1,
12.2, 12.4, 12.5, 16.2., 16.2.1, 16.2.1(v), 16.2.2, 16.2.3 and 16.3

178

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

Annexure-3A
Details of Technical support Centers
Sl. Location of
No. Technical
support
Center
1

Area/Stations
Served

Postal
Address

Telephone
Mobile
Numbers
Phone
Minimum two Number

FAX
Number

1
2
3
4
5

4.

179

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

Appendix-A
1.
1.1
1.2

1.3
2.
2.1
2.1.1
2.1.2
2.1.3

2.1.4
2.1.5

BSNLs EXISTING NETWORKS


IP/MPLS NIB Network:
BSNL has deployed a nation wide MPLS Transport Network with around 30 Core
Routers and 150 Edge Routers catering to around 106 cities.
It consists of multi-gigabit, Multi-Protocol Label Switching (MPLS) based IP Network
in the form of a 2-layered centrally managed IP backbone network designed to
provide convergent network supporting data, voice and video applications. The
network is envisaged to support the QoS features with four different classes of traffic
viz Platinum, Gold, Silver and Bronze along with MPLS-Traffic Engineering, Fast
Reroute, multi-casting. This network consists of Core routers (GSR 12416, GSR
12410 and Juniper M40e, with throughput ranging from 160 Gbps in A1 site to 40
Gbps in A2, A3 & A4 sites) in 24 locations and Edge routers in 106 locations (Cisco
7613). The routers are located on the national DWDM network interfacing at STM-16
optical level to provide for high transmission speeds. The typical connectivity
diagram of the Core of the NIB-II is given below.

BSNL also is in the process of expanding this network by strengthening the Core
network and also expanding the reach of the edge network.
Broadband Network
Aggregation Network deployed in the network.
BSNL has deployed a an RPR Aggregation Network in the above 106 cities for
aggregating the Metro IP Traffic. (Please refer clarification document also)
There are around 1200 RPR based switches are deployed as Metro Aggregation.
BSNL has also deployed a LAN Switch Based Aggregation Network deployed in the
Network for Aggregating the traffic from the cities other than the 106 classified (OC
City) where RPR based aggregation is deployed.
There are around 3000 LAN switches deployed in the Network for OC City
Aggregation
A Typical deployment architecture is given below.

180

Class 5 NGN tender (Section-5 Part-B)

2.2

NWP-CFA, BSNL C.O., New Delhi

Policy Enforcement System: A Broad Architecture of the Policy Enforcement


System built as a part of the Broadband Multiplay is given below.
Fig 4.9A: Functional Blocks of Policy Enforcement System
Billing
System

Provisioning
System

SSSS

Web
based
Portal

Policy
Repository

RADIUS
CLIENT

LDAP (NIB-II)

US
DI
RA
BNG

2.2.1

2.2.2
2.2.3

2.2.4

AAA

SSSC

Directory Server: It is used to store user profile. Existing LDAP based directory
application of NIB II shall be continued to be used for Broadband
(xDSL)subscribers.
BNG: It is the policy enforcement point for the Broadband (xDSL)subscribers in the
solution.
Provisioning system: The existing Provisioning application (Metasolves ASAP)
shall be continued to be used for Broadband (xDSL) subscribers. It shall also inform
the billing system of every provisioning.
Subscriber Service Selection Centre (SSSC): It is the intelligence for policy
enforcement. It works along with BNG and RADIUS / COPS to enforce the policies.
It downloads the profile of users at the start of session through AAA server. It
integrates with SSSS to change the current user session parameters e.g. speed. It

181

Class 5 NGN tender (Section-5 Part-B)

2.2.5

2.2.6

2.3

2.3.1
2.3.2
2.3.3
2.4
2.4.1

2.4.2
2.4.3
2.4.4
2.4.5
2.4.6

NWP-CFA, BSNL C.O., New Delhi

also integrates with Billing system to check the account balance of users. It keeps
the usage history of users and present the same with account balance to users
through SSSS.
Subscriber Service Selection System (SSSS): It is a web portal with Radius
client. It is user interfaced to the network policy enforcement architecture. SSSS
shall act as a Portal into the network, where advertisements, automatic
provisioning and service registration shall take place.
AAA: It shall be used for authentication, authorization and accounting of user
sessions. It shall get the profile of user and fetch the same at the start of session to
BNG/ SSSC.
Provisioning Application: The existing provisioning application of Broadband
Multiplay Network viz Metasolves ASAP shall be continued to be used as the
provisioning application for Broadband.
The PMS application shall be running in Cluster mode in Main NOC with Disaster
recovery at Pune.
The development of the necessary cartridges and integration with the Provisioning
application for smooth business process flow shall be the Bidders responsibility.
All necessary Hardware, Software and Licenses etc for the Metasolv ASAP shall be
provided by BSNL.
Home Device Management System:
BSNL has deployed as a part of the Broadband Multiplay Network the Motive Home
Device Management (HDM) system (TR064 and TR069 Application) for remote
management of the CPE's.
TR-69 functions supports Configuration update, Firmware upgrade, Wireless
configuration, Ping diagnostics, Remote reboot etc of CPE.
The Motive HDM also supports TR111 and TR104. The existing Motive software
version is HDM2.2.
The HDM solution supports BSNL and its broadband subscribers to have:
Automatic installation and configuration of PC and DSL CPE for all broadband
services including Internet access , digital video (IPTV), telephony (VoIP) products
etc
Support for subscribers, technicians and CSRs / Help Desks operators.

3.
NIB II Project 3:(BangaloreNOC, PuneDR, Mumbai/Noida Data Center)
The OSS-BSS infrastructure has the functionalities:3.1

3.2
3.3
3.4
3.5
3.6

3.7

Web Portal (IBM Websphere):- Single access point for CSR as well as customers.
The existing web portal is divided into two segments. The backend software
alongwith database is installed at Bangalore with DR at Pune , where as front end is
implemented at 3 regional locations.
OM/IM (Metasolv) The implementation is centralized at Bangalore with DR at Pune
Billing & Mediation (Kenan of Comverse) The implementation is centralized at
Bangalore with DR at Pune. (Please refer clarification document also)
EMS (IBM Tivoli) Centralized EMS server is implemented at Bangalore along with
event collectors at all data center locations.
AAA (Elitecore) Main AAA is at Bangalore having DR at Pune. Proxy AAA is at
Bangalore, Mumbai & Noida and MPLS AAA (for dial-VPN) is at Bangalore.
Messaging/LDAP (Openwave) with Antivirus and Anti Spam Solution The
messaging is a distributed architecture having MTA IN / OUT/ WEB MAIL. Message
Store is distributed in Bangalore, Mumbai and Noida. Master LDAP is at Bangalore
having DR at Pune. Caching LDAP is at Bangalore, Mumbai & Noida.
Web Hosting Solution Two types of Web hosting solution is currently

182

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

implemented. One with Unix as OS and Oracle as Database. Another is with


Windows as OS and MS SQL as Database. The hosting solution provides space in
both of these OS and Database for customers to host their web sites and portal
informations.
3.8
EAI (IBM Websphere) The integration of various OSS BSS systems within
themselves are done through Enterprise Application Integrator. Process flows are
defined and rules are implemented through EAI so that new software packages can
be implemented or rules / flows can be modified without much effort or
customization. The EAI software package is IBM Websphere. It is implemented at
Bangalore as well as Pune.
3.9
Help Desk (Remedy) The implementation is centralized at Bangalore with DR at
Pune.
3.10 Business Intelligence (SAP) - The installation is centralized at Bangalore with DR
at Pune
3.11 Voucher Management System (VMS) The installation is centralized at Bangalore
with DR at Pune
3.12 Apart from these the following modules are also implemented:
a. Instant Messaging (freeware)
b. Enterprise Backup System
c. Security Solutions
d. Incentive and Commission Management System (ICOMS)
4.
EXISTING OSS/BSS of Wire Line (CDR Project)
OSS/BSS solution (i.e. CDR Project) for wireline segment has been implemented in the
BSNL on Zonal basis and datacenter for North, East, West & South are located at
Chandigarh, Kolkata, Pune and Hyderabad respectively. Some of the main functional
modules of CDR Project may be given as below4.1
Billing Solution(Convergys)
4.2
Mediation (INTEC)
4.3
Provisioning (Clarity)
4.4
EAI (Oracle Fusion ware)
4.5
Enterprise Management System (EMS) (HPOV)
4.6
CRM (MySAP/Siebel)
4.7
Web Self Care (MySAP/Siebel)
4.8
Directory Enquiry(BTS Logic)
4.9
Oracle RDBMS
4.10
IVRS (Nortel)
4.11
Enterprise Reporting Software
4.12
Electronic Stapling (TCS)
4.13
IOBAS (Intec) & FMS (Neural)
4.14
Revenue Assurance (Connectiva)
5.
Existing PSTN Network-The existing BSNLs TDM switching network for class5includes mainly E10B technology, OCB technology, EWSD technology, 5ESS technology
and CDoT technology switches. The life expired capacity of these class 5 network are to be
replaced with class-5 NGN network in phased manner. This tender is focused for
replacement of E10B and other NT switches except CDoT switches.
Click Here for clarifications in respect of Clause No. 2.1.1 , 3.3 and a general query on
this Appendix-clarification no 438

183

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

Appendix-B
Figure-1
Schematic IMS/TISPAN Architecture

BB
(IPv4/

PCS

M
BG
TrGW

ALG

ISLF

MR

I
P
v
6
P
IMS Session
D

MGCF
P

UE
SM
R

IM
SG
W
O
S
A

IMS
User
IMS
HSS
Plane Data
ASAS
RASIP
IMSMGW

184

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

Different NGN Core Sites : Figure-2


North Zone

Site-6

Site-5

Site-4

Site-7

IP/MPLS Core Network


Site-8

Site-1

Site-2

West Zone

Site-3

East Zone
Main-NOC

DR-NOC

South Zone
The control equipment of two site of each zone are working in Geographical redundant active-active mode.
Main NOC & DR-NOC shall serve the common services to PAN India for NGN Class-5 network

Figure-3
NIB IP/MPLS Core

Main & DR-NOC sites/Primary sites


MPLS
Nation wide Core

NGN Class-5 Core side

GE
Open Zone

IPS/
NIDS

Firewall

Firewall

Left Arm

Secure Zone

Softswitch SBC ENUM


/CSCF/dB

IPS/
NIDS

Right Arm

Media
Server

SAS

Multi Media
conferencing

Pre-paid

NMS

185

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

LMG Connectivity for sites with capacity more than 6K Lines


IP/MPLS Network

NGN Class-5 side

NIB IP/MPLS Core

Figure-4A

The LMG sites having capacity


6K to 10 K Lines
The LMG sites having capacity
more than 11K Lines

Figure 4B

LMG Connectivity for lower capacity sites


MPLS
Nation wide Core
MPLS
Layer

GE

GE
GE
LMG

LMG

10 G
RPR

LMG

Small LMGs

RPR
Aggregation
Layer

GE

PE Router
BNG

RPR Tier 1 Switch


RPR Tier 2 Switch
DSLAM

Figure-4C

186

Class 5 NGN tender (Section-5 Part-B)

NWP-CFA, BSNL C.O., New Delhi

LMG Connectivity for lower capacity sites


MPLS
Nation wide Core
MPLS
Layer

GE

GE
GE
LMG

10 G
RPR

LMG

LMG

RPR
Aggregation
Layer

Small LMGs

GE

PE Router
BNG

RPR Tier 1 Switch


RPR Tier 2 Switch
DSLAM

Figure 5

NGN-C5 & other BSNLs Network


Other TDM
networks GSM
(Upto Phase IV)
CDMA

Phase V GSM
and onwards

LE
TDM TAX (L1 + LII)/
Tandem

IP TAX
SSTP Network

IN System

LE

LE

Existing TDM Local Switch

NGN C5 core,
Applications,
NGN Access (LMG,
FTTH, DSL etc)

CDR Project
(OSS-BSS of
wireline)
OSS-BSS of
Broadband

187

Class 5 NGN tender (Section-6)

NWP-CFA, BSNL C.O., New Delhi

Section-6
Part (A): Schedule of Requirement
Package-I (IMS Based NGN Core for capacity of 4 Million Subscriber base)
S. No.

1.1

Item Description

Call /session controller (CSCF)


(P-CSCF, I-CSCF, S-CSCF, E-CSCF)
Hardware (with each module, component etc.)

Software(with each module, component etc.)

1.2
A

Breakout Gateway function (BGCF) , Media


gateway Control Function(MGCF)
Hardware (with each module, component etc.)

Software(with each module, component etc.)

1.3
A

NASS Network Attachment Subsystem


(NASS)
Hardware (with each module, component etc.)

Software(with each module, component etc.)

1.4
A

Resource and Admission Control


Subsystem (RACS) (I.e. RACF / PCRF)
Hardware (with each module, component etc.)

Software(with each module, component etc.)

1.5

Charging Function

Hardware (with each module, component etc.)

Software(with each module, component etc.)

2
A

Home Subscriber Server (HSS)/ User


Services Profile Function (USPF)
Hardware (with each module, component etc.)

Software(with each module, component etc.)

SIP Application Server

Hardware (with each module, component etc.)

Software(with each module, component etc.)

Session Border Controller (SBC)

4.1

Session Border Controller (Access)

Hardware (with each module, component etc.)

Software(with each module, component etc.)

4.2

Session Border Controller (Network)

Hardware (with each module, component etc.)

Software(with each module, component etc.)

Media Server /MRF (MRFC/MRFP)

Hardware (with each module, component etc.)

Software(with each module, component etc.)

6.

ENUM Server

Hardware (with each module, component etc.)

Software (with each module, component etc.)

Total
Nos.

NOC/Primary Node
DRNOC &
Primary
Core
sites
1 set

Primary
Core
sites

8 set

MainNOC &
Primary
Core
sites
1 set

8 set

1 set

1 set

6 set

8 set

1 set

1 set

6 set

8 set

1 set

1 set

6 set

8 set

1 set

1 set

6 set

8 set

1 set

1 set

6 set

8 set

1 set

1 set

6 set

8 set

1 set

1 set

6 set

8 set

1 set

1 set

6 set

8 set

1 set

1 set

6 set

2 set

1 set

1 set

6 set

188

Class 5 NGN tender (Section-6)


7

Prepaid System (2Million Subscriber base)

Hardware (with each module, component etc.)

Software (with each module, component etc.)

8
A

Multimedia video conference (6 Lakhs


subscribers base)
Hardware (with each module, component etc.)

Software (with each module, component etc.)

9
A

Wide Area IP Centrex (8 Lakhs subscriber


base)
Hardware (with each module, component etc.)

Software (with each module, component etc.)

10

Lawful Interception System

Hardware (with each module, component etc.)

Software (with each module, component etc.)

11

NMS(5000 Network elements through different


eMSs)
NM Server Hardware (with each module,
component etc.)
NM Server Software (with each module,
component etc.)
eMS

A
B
12
A

NWP-CFA, BSNL C.O., New Delhi

2 set

1 set

1 set

2 set

1 set

1 set

2 set

1 set

1 set

8 set

1 set

1 set

2 set

1set

1set

8 set

1 set

1 set

6 set

16 set

2 set

2 set

12 set

16 set

2 set

2 set

12 set

16

12

6 set

13

Element Management Hardware (with each


module, component etc.)
Element Management Software (with each
module, component etc.)
Firewall (with each module, component etc.)

Hardware (with each module, component etc.)

Software (with each module, component etc.)

14
A

NIDS/NIPS (with each module, component


etc.)
Hardware (with each module, component etc.)

Software (with each module, component etc.)

15
A

Aggregation LAN Switch (with each module,


component etc.)
Hardware (with each module, component etc.)

Software (with each module, component etc.)

15.1

Electrical GigE Interface Card (Min 16 ports


/card)
Hardware (with each module, cable, connector
etc.)
Software (with each module, component etc.)

32

24

16

12

Layer-3 LAN Switch


(with each module, component etc.)
Hardware (with each module, component etc.)

Software (with each module, component etc.)

16.1

Electrical GigE Interface Card (Min 8 ports


/card)
Hardware (with each module, cable, connector
etc.)
Software (with each module, component etc.)

32

24

GigE Optical Interface Card (Min 4 ports /


card)

32

24

A
B
16

A
B
16.2

189

Class 5 NGN tender (Section-6)


A
B

Hardware (with each module, cable, connector


etc.)
Software (with each module, component etc.)

17

NTP Server

Hardware (with each module, cable, connector


etc.)
Software (with each module, component etc.)

B
18

NWP-CFA, BSNL C.O., New Delhi

8 set

1 set

1 set

6 set

Any other item for successful


implementation including
integration/interworking
Hardware (with each module, component etc.)

Software (with each module, component etc.)

19

Tools & Testers

VOIP Performance Analyzer

VOIP Protocol Analyzer

Voice Quality Analyzer

20

Power Plant

8 set

1 set

1 set

6 set

36

24

10

20.1

SMPS Power Plant

20.2

Batteries

21
22

UPS in N+N configuration with each UPS


having battery back of 3 Hours
Workstation

Hardware (with each module, component etc.)

Software (with each module, component etc.)

23

Printer (Laser Jet)

24

Annual Maintenance Contract

AMC Charge for 1st year

AMC Charge for 2nd year

AMC Charge for 3rd year

AMC Charge for 4th year

AMC Charge for 5th year

AMC Charge for 6th year

AMC Charge for 7th year

25

Operation & Maintenance

O&M Charge for 1st year

26

24

18

Training model(IMS Call server & HSS with


minimum configuration equivalent to 10% capacity
of the capacity as mentioned in clause no 4.1.31 of
Annexure 1 of Section 5 Part B along with eMS
and the other associated items)
Documentation (three set for each
Equipment)
Hard copy

Softcopy

28

Optional Item
2

27

28.1
A

Prepaid System (for addition of 1Million


Subscriber base)
Hardware (with each module, component etc.)

2 set

190

Class 5 NGN tender (Section-6)


B

NWP-CFA, BSNL C.O., New Delhi

Software(with each module, component etc.)

28.2
A

Multimedia video conference (for addition of


1 Lakh subscribers base)
Hardware (with each module, component etc.)

Software (with each module, component etc.)

28.3
A

Wide Area IP Centrex (for addition of 1 Lakhs


subscriber base)
Hardware (with each module, component etc.)

Software (with each module, component etc.)

28.4
A

NMS (to support for additional 1000 Network


elements through different eMSs)
Hardware (with each module, component etc.)

Software (with each module, component etc.)

28.5

FMC server/VCC(7Lakhs Subscriber base)

Hardware (with each module, component etc.)

Software (with each module, component etc.)

28.6
A

Media Gateway control function ( Class 4


DS0 for 0.8 Million Circuits)
Hardware (with each module, component etc.)

Software (with each module, component etc.)

8 set

1 set

1 set

6 set

8 set

1 set

1 set

6 set

Note1. The Bidders shall provide along with the techno-commercial Bid, detailed unpriced

Bill of Material as per the price schedule including card level Bill of Materials (BoM)
for each of the network elements in the SoR with complete details of each
Module/unit/card/software/license of NGN Core. The card level BoM for all the
network elements, but with itemized prices shall form part of the financial Bid. The
Bidder shall ensure that the Bid is complete and comprehensive as regards detailed
card level BoM.
2. Sub Package-Primary shall comprise items, from S.No 1(1.1-1.5) to 5, 10, 12 to

16& 18 to 27 and 28.5 & 28.6 i.e equipment for Primary sites only.
Click Here for clarifications in respect of SOR(Part-A), SOR(Part-A-Sl No. 16, 16.1 &
16.2), SOR(Part-A-Sl no. 19) , SOR(Part-A-Sl no. 20 & 20.2) , SOR(Part-A-Sl no. 21)
and SOR(Part-A-Sl no. 26).

191

Class 5 NGN tender (Section-6)

NWP-CFA, BSNL C.O., New Delhi

Section-6
Part (B) Schedule of Requirement
Package-II: 2.8 Mn Access ports
S. No.
1
1.1

Item Description
Line Media Gateway (without subscribers line
interface ports)
LMG 256 Port (Minimum Capacity of 256 ports)

Hardware (with each module, component etc.)

Software (with each module, component etc.)

1.2

LMG 500Port(Minimum Capacity of 500 ports)

Hardware (with each module, component etc.)

Software (with each module, component etc.)

1.3

LMG1000 port(Minimum Capacity of 1000 ports)

Hardware (with each module, component etc.)

Software (with each module, component etc.)

1.4

LMG 2000Port(Minimum Capacity of 2000 ports)

Hardware (with each module, component etc.)

Software (with each module, component etc.)

LMG subscriber Line interface ports (Total)

2.1

Ports distribution of total ports for 256 PortLMG

Total Nos.

Remark

125

92

532

1095

2800000

32000
22000
2000
8000

POTS only Ports

CCB-32/ STD PT (with reversal facility for PCOs)

Combo (ADSL2 + & POTS in same physical port)

C1

POTS Line Cards as alternative to Combo cards (As


per Bidders ports / card)
ADSL2+ Line Card as alternative to Combo cards
(As per Bidders ports / card) Hardware

8000

Ports distribution of total ports for 500 PortLMG

46000
33028
1472
11500

25% of total ports

OR

C2

2.2
A

POTS only Ports

CCB-32/ STD PT (with reversal facility for PCOs)

Combo (ADSL2 + & POTS in same physical port)

C1

POTS Line Cards as alternative to Combo cards (As


per Bidders ports / card)
ADSL2+ Line Card as alternative to Combo cards
(As per Bidders ports / card) Hardware

8000

In Case Combo Card


solution is not
available, Separate
POTS & ADSL 2+
cards shall be quoted
with additional Slots
in LMGs and all other
accessories such as
cable, splitter etc.

OR

C2

2.3

Ports distribution of total ports for 1000 PortLMG

11500
11500

In Case Combo Card


solution is not
available, Separate
POTS & ADSL 2+
cards shall be quoted
with additional Slots
in LMGs and all other
accessories such as
cable, splitter etc.

532000

192

Class 5 NGN tender (Section-6)

NWP-CFA, BSNL C.O., New Delhi

POTS only Ports

CCB-32/ STD PT (with reversal facility for PCOs)

Combo (ADSL2 + & POTS in same physical port)

C1

POTS Line Cards as alternative to Combo cards (As


per Bidders ports / card)
ADSL2+ Line Card as alternative to Combo cards
(As per Bidders ports / card) Hardware

381976
17024
133000

25% of total ports

OR

C2

133000
133000

In Case Combo Card


solution is not
available, Separate
POTS & ADSL 2+
cards shall be quoted
with additional Slots
in LMGs and all other
accessories such as
cable, splitter etc.

2190000

Ports distribution of total ports for 2000 Port


LMG
POTS only Ports

CCB-32/ STD PT (with reversal facility for PCOs)

35040

ISDN Ports (E-1 PRI) in the LMGs of 2000 Ports


capacity type in minimum 210 LMGs

6720

6720 E1-PRI
equivalent to 201600
circuits i.e 64 kbps
channel (7.2% of
total ports)

C1

210

C1(a)

ISDN Access Gateway(IAG)- 32 Ports Minimum


Capacity
Hardware (with each module, component etc.)

C1(b)

Software (with each module, component etc.)

In Case ISDN PRI is


not supported in
LMGs, then ISDN
solution as
mentioned shall be
quoted along with
rack/chassis and all
other accessories
such as cables, etc.
25% of total ports

2.4

1405860

OR

C2

ISDN Ports (E1-PRI) for IAG

6720

Combo (ADSL2 + & POTS in same physical port)

D1

POTS Line Cards as alternative to Combo cards (As


per Bidders ports / card)

547500

D2

ADSL2+ Line Card as alternative to Combo cards


(As per Bidders ports / card) Hardware

547500

547500

OR

Layer 3 LAN Switch

Hardware (with each module, component etc.)

Software (with each module, component etc.)

4
A

Any other item for successful implementation


including integration/interworking
Hardware(with each module, component etc.)

Software(with each module, component etc.)

Other Installation material

Tools & Testers

ISDN Tester

15

ADSL2+ tester

15

In Case Combo Card


solution is not
available, Separate
POTS & ADSL 2+
cards shall be quoted
with additional Slots
in LMGs and all other
accessories such as
cable, splitter etc.

300

As required

193

Class 5 NGN tender (Section-6)

NWP-CFA, BSNL C.O., New Delhi

Punching Tool for MDF Tag Block

4000

Workstation

Hardware (with each module, component etc.)

500

Software(with each module, component etc.)

500

Training model (1 Set = one LMG of 256 Ports &

2 set

For the use of O&M


of NGN C5
equipments

one LMG of 500 Ports along with eMS and the other
associated items)
A

Hardware

Software

Annual Maintenance Contract

AMC Charge for 1st year

AMC Charge for 2nd year

AMC Charge for 3rd year

AMC Charge for 4th year

AMC Charge for 5th year

AMC Charge for 6th year

AMC Charge for 7th year

10

Operation & Maintenance (O&M)

O&M Charge for 1st year


Documentation (three sets for each Equipment)

11
A

Hard copy

Softcopy

12

Optional Item

12.1

SIP Phones

1
At each site

2000

Hardware (with each module, component etc.)

Software (with each module, component etc.)

12.2

Integrated Access Device (Home gateway)

Hardware (with each module, component etc.)

Software (with each module, component etc.)

12.3
A

MDF with Verticals, Horizontals, Nut bolts,


Fittings & fixtures, Supports, ladder etc.
For sites of 20 K Ports LMG

5 lot

For sites of 10 K Ports LMG

10 lot

For sites of 5 K Ports LMG

32 lot

For sites of 1 K Ports LMG

9 lot

For sites of 500 Ports LMG

7 lot

For sites of 256 Ports LMG

10 lot

12.4

100

To connect PC, POT,


TV etc. through same
device

10% sites of each


LMG site category

Power Plant with Battery set

Power Plant for a site of 20 K Ports LMG

15

Power Plant for a site of 10 K Ports LMG

30

Power Plant for a site of 5 K Ports LMG

95

Power Plant for a site of 1 K Ports LMG

27

30% sites of LMG


sites

194

Class 5 NGN tender (Section-6)


E
12.5

NWP-CFA, BSNL C.O., New Delhi

Power Plant for a site of 500 Ports LMG

Trunk Media Gateways (TMGs) of Capacity 40K


Circuits
Hardware (with each module, component etc.)

Software (with each module, component etc.)

12.6
A

Trunk Media Gateways (TMGs) of Capacity 28K


Circuits
Hardware (with each module, component etc.)

Software (with each module, component etc.)

12.7
A

Trunk Media Gateways (TMGs) of Capacity 24K


Circuits
Hardware (with each module, component etc.)

Software (with each module, component etc.)

12.8
A

Trunk Media Gateways (TMGs) of Capacity 20K


Circuits
Hardware (with each module, component etc.)

Software (with each module, component etc.)

12.9
A

Trunk Media Gateways (TMGs) of Capacity 16K


Circuits
Hardware (with each module, component etc.)

Software (with each module, component etc.)

12.10
A

Trunk Media Gateways (TMGs) of Capacity 12K


Circuits
Hardware (with each module, component etc.)

Software (with each module, component etc.)

12.11

Layer 3 LAN Switch

Hardware (with each module, component etc.)

Software (with each module, component etc.)

Note(i)
(ii)

(iii)

50
40 KC

1-sites

196KC

7 sites

144 KC

6 sites

200KC

10 sites

160KC

10 sites

60KC

5 sites

78

2 LAN switch per site


for TMG

The bidder shall quote only one of the ISDN PRI solutionEITHER as per 2.4(C) within
the LMGs OR as per 2.4(C1-a), 2.4(C1-b) & 2.4(C2) through separate IAGs.
The bidder shall quote only one of the Combo Port solutionEITHER as per [2.1(C),
2.2(C), 2.3(C) and 2.4(D)] OR as per [2.1(C1) &2.1(C2), 2.2(C1) &2.2(C2), 2.3(C1)
&2.3(C2) and 2.4(D1) &2.4(D2)].
The Bidders shall provide along with the techno-commercial Bid, detailed unpriced Bill of
Material as per the price schedule including card level Bill of Materials (BoM) for each of
the network elements in the SoR with complete details of each Module/unit/card/
software/license. The card level BoM for all the network elements, but with itemized prices
shall form part of the financial Bid. The Bidder shall ensure that the Bid is complete and
comprehensive as regards detailed card level BoM.

12.4.1Bill of Material forPower Plant for a site of 20 K PortsLMG


Sl No
Description of Power plant
Quantity
A
SMPS/Power plant and associated installation
material and power cables etc.
B
Battery
C
Earthing Cable (between existing Earth
termination and DCDF at an average length of
25m per DCDF
12.4.2Bill of Material for Power Plant for a site of 10 K Ports LMG
Sl No
Description of Power plant
Quantity
A
SMPS/Power plant and associated installation

Capacity/Size

Capacity/Size

195

Class 5 NGN tender (Section-6)

B
C

NWP-CFA, BSNL C.O., New Delhi

material and power cables etc.


Battery
Earthing Cable (between existing Earth
termination and DCDF at an average length of
25m per DCDF

12.4.3 Bill of Material for Power Plant for a site of 5 K Ports LMG
Sl No
Description of Power plant
Quantity
A
SMPS/Power plant and associated installation
material and power cables etc.
B
Battery
C
Earthing Cable (between existing Earth
termination and DCDF at an average length of
25m per DCDF
12.4.4 Bill of Material for Power Plant for a site of 1K Ports LMG
Sl No
Description of Power plant
Quantity
A
SMPS/Power plant and associated installation
material and power cables etc.
B
Battery
C
Earthing Cable (between existing Earth
termination and DCDF at an average length of
25m per DCDF

12.4.5 Bill of Material for Power Plant for a site of 500 Ports LMG
Sl No
Description of Power plant
Quantity
A
SMPS/Power plant and associated installation
material and power cables etc.
B
Battery
C
Earthing Cable (between existing Earth
termination and DCDF at an average length of
25m per DCDF

A1: Bill of Material for 256P LMG (Per LMG)


1
256P LMG Chassis including power supply and
other common control cards Hardware (with 4 x
GE interfaces)
2
256P LMG Chassis including power supply and
other common control cards Software (with 4 x GE
interfaces)
3
Wired Rack for 256P LMG
4
Switch Board Cable (0.5mm) for terminating LMGs
ports at MDF for full capacity of LMGswith
connector at LMG end
5
Jumper wire (0.5mm) for 256Ports @10mt/port
6
7

MDF TAG Blocks of 128 ports termination type for


256 Ports LMGs
Power Cable for 256Ports LMG for +ve & -ve

Optical cables, patch cords, connectors etc

Capacity/Size

Capacity/Size

Capacity/Size

Hardware

1 set

Software

1 set

Cable as
required
Jumper
wire
TAG
Block
Power
cable as
required
As

1
1 lot

1 lot
2
1 lot

1 set

196

Class 5 NGN tender (Section-6)

9
10

NWP-CFA, BSNL C.O., New Delhi

Structured Cabling (with patch cords, patch cables,


cable managers, CAT-5e cable etc. )
Installation and Commissioning Charges

required
As
required

1 set
1

A2:Bill of Material for POTS only Cards


1
POTS Line Card (As per Bidders ports / card)
Hardware
2
POTS Line Card (As per Bidders ports / card)
Software
3
Installation and Commissioning Charges

Quantity

A3:Bill of Material for CCB-32/SDT PCO card


1
CCB-32/SDT PCO Line Card (As per Bidders ports /
card) Hardware (16 Ports)
2
CCB-32/SDT PCO Line Card (As per Bidders ports /
card) Software (16 Ports)
3
Installation and Commissioning Charges

Quantity

A4:Bill of Material for Combo cards (POTS+ADSL2+ on


same physical port)
1
ADSL2+ Line Card (As per Bidders ports / card)
Hardware
2
ADSL2+ Line Card (As per Bidders ports / card)
Software
3
Installation and Commissioning Charges

Quantity

Note:- In Case Combo Card solution is not available, Separate POTS & ADSL 2+ cards
shall be quoted with additional Slots in LMGs and all other accessories such as cable,
splitter etc. as followsA4(i):Bill of Material for POTS Cards as alternative to
Combo cards POTS Ports
1
POTS Line Card (As per Bidders ports / card)
Hardware
2
POTS Line Card (As per Bidders ports / card)
Software
3
Installation and Commissioning Charges
+
A4(ii):Bill of Material for ADSL2+ Cards as alternative to
Combo cards ADSL2+ Ports
1
ADSL2+ Line Card (As per Bidders ports / card)
Hardware
2
ADSL2+ Line Card (As per Bidders ports / card)
Software
3
Installation and Commissioning Charges

Quantity

1
Quantity

B1:Bill of Material for 500P LMG (Per LMG) (Please referCorrigendum No.2
dated17/08/2012 and Amendment No. 56 below)
1
500P LMG Chassis including power supply and
Hardware
1
other common control cards Hardware (with 6 x
GE interfaces)

197

Class 5 NGN tender (Section-6)


2

3
4

5
6

NWP-CFA, BSNL C.O., New Delhi

500P LMG Chassis including power supply and


other common control cards Software (with 6 x GE
interfaces)
Wired Rack for 500P LMG
Switch Board Cable (0.5mm) for terminating LMGs
ports at MDF for full capacity of LMGs with
connector at LMG end
Jumper wire (0.5mm) for 500 Ports @10mt/port

MDF TAG Blocks of 128 ports termination type for


500 Ports LMGs
Power Cable for 500 Ports LMG for +ve & -Ve

Optical cables, patch cords, connectors etc

Structured Cabling (with patch cords, patch cables,


cable managers, CAT-5e cable etc. )
Installation and Commissioning Charges

10

Software

1
1 lot

Cable as
required
Jumper
wire
TAG
Block
Power
cable as
required
As
required
As
required

1 lot
4
1 lot

1 set
1 set
1

Corrigendum no -2: dated 17/08/2012


Number of GE interfaces mentioned at Sl no 1 & 2 of TableB1:Bill of material for 500P LMG
and at Sl no 1 & 2 of Table-C1: Bill of material for 1000P LMG (Section 6 Amended) issued
on 20/07/12 shall be as per the Amendment no 56 & 57 issued on 20/07/12.
Amendment No. 56
The words (with 6 x GE interfaces) of Sl no 1 & 2 of table B1: Bill of material for 500P
LMG(per LMG) in the Section 6 Part B Schedule of Requirement (SOR) shall be read as
(with 4 x GE interfaces).
B2:Bill of Material for POTS only Cards
1
POTS Line Card (As per Bidders ports / card)
Hardware
2
POTS Line Card (As per Bidders ports / card)
Software
3
Installation and Commissioning Charges

Quantity

B3:Bill of Material for CCB-32/SDT PCO card


1
CCB-32/SDT PCO Line Card (As per Bidders ports /
card) Hardware (16 Ports)
2
CCB-32/SDT PCO Line Card (As per Bidders ports /
card) Software (16 Ports)
3
Installation and Commissioning Charges

Quantity

B4:Bill of Material for Combo cards (POTS+ADSL2+ on


same physical port)
1
ADSL2+ Line Card (As per Bidders ports / card)
Hardware
2
ADSL2+ Line Card (As per Bidders ports / card)
Software
3
Installation and Commissioning Charges

Quantity

198

Class 5 NGN tender (Section-6)

NWP-CFA, BSNL C.O., New Delhi

Note: -In Case Combo Card solution is not available, Separate POTS & ADSL 2+ cards
shall be quoted with additional Slots in LMGs and all other accessories such as cable,
splitter etc. as followsB4(i):Bill of Material for POTS Cards as alternative to
Combo cards POTS Ports
1
POTS Line Card (As per Bidders ports / card)
Hardware
2
POTS Line Card (As per Bidders ports / card)
Software
3
Installation and Commissioning Charges
+
B4(ii):Bill of Material for ADSL2+ Cards as alternative to
Combo cards ADSL2+ Ports
1
ADSL2+ Line Card (As per Bidders ports / card)
Hardware
2
ADSL2+ Line Card (As per Bidders ports / card)
Software
3
Installation and Commissioning Charges

Quantity

1
Quantity

C1:Bill of Material for 1000P LMG (Per LMG) (Please refer Corrigendum No. 2
dated 17/08/2012 and Amendment No. 57 below)
1
1000P LMG Chassis including power supply and
Hardware
1
other common control cards Hardware (with 6 x
GE interfaces)
2
1000P LMG Chassis including power supply and
Software
1
other common control cards Software(with 6 x GE
interfaces)
3
Wired Rack for 1000P LMG
1
4
Switch Board Cable (0.5mm) for terminating LMGs Cable as
1 lot
ports at MDF for full capacity of LMGs with
required
connector at LMG end
5
Jumper wire (0.5mm) for 1000 Ports @10mt/port
Jumper
1 lot
wire
6
MDF TAG Blocks of 128 ports termination type for
TAG
8
1000 Ports LMGs
Block
7
Power Cable for 1000 Ports LMG for +ve & -Ve
Power
1 lot
cable as
required
8
Optical cables, patch cords, connectors etc
As
1 set
required
9
Structured Cabling (with patch cords, patch cables, As
1 set
cable managers, CAT-5e cable etc. )
required
10
Installation and Commissioning Charges
1
Corrigendum no -2: dated 17/08/2012
Number of GE interfaces mentioned at Sl no 1 & 2 of TableB1:Bill of material for 500P LMG
and at Sl no 1 & 2 of Table-C1: Bill of material for 1000P LMG (Section 6 Amended) issued
on 20/07/12 shall be as per the Amendment no 56 & 57 issued on 20/07/12.

199

Class 5 NGN tender (Section-6)

NWP-CFA, BSNL C.O., New Delhi

Amendment No. 57
The words (with 6 x GE interfaces) of Sl no 1 & 2 of table C1: Bill of material for 1000P
LMG(per LMG) in the Section 6 Part B Schedule of Requirement (SOR) shall be read as
(with 4 x GE interfaces).

C2:Bill of Material for POTS only Cards


1
POTS Line Card (As per Bidders ports / card)
Hardware
2
POTS Line Card (As per Bidders ports / card)
Software
3
Installation and Commissioning Charges

Quantity

C3:Bill of Material for CCB-32/SDT PCO card


1
CCB-32/SDT PCO Line Card (As per Bidders ports /
card) Hardware (32 Ports)
2
CCB-32/SDT PCO Line Card (As per Bidders ports /
card) Software (32 Ports)
3
Installation and Commissioning Charges

Quantity

C4:Bill of Material for Combo cards (POTS+ADSL2+ on


same physical port)
1
ADSL2+ Line Card (As per Bidders ports / card)
Hardware
2
ADSL2+ Line Card (As per Bidders ports / card)
Software
3
Installation and Commissioning Charges

Quantity

Note:- In Case Combo Card solution is not available, Separate POTS & ADSL 2+
cards shall be quoted with additional Slots in LMGs and all other accessories such
as cable, splitter etc. as followsC4(i):Bill of Material for POTS Cards as alternative to
Quantity
Combo cards POTS Ports
1
POTS Line Card (As per Bidders ports / card)
Hardware
2
POTS Line Card (As per Bidders ports / card)
Software
3
Installation and Commissioning Charges
1
+
C4(ii):Bill of Material for ADSL2+ Cards as alternative to
Quantity
Combo cards ADSL2+ Ports
1
ADSL2+ Line Card (As per Bidders ports / card)
Hardware
2
ADSL2+ Line Card (As per Bidders ports / card)
Software
3
Installation and Commissioning Charges
1

D1:Bill of Material for 2000P LMG (Per LMG)

200

Class 5 NGN tender (Section-6)


1

3
4

5
6

NWP-CFA, BSNL C.O., New Delhi

2000P LMG Chassis including power supply and


other common control cards (with 6 x GE
interfaces)
2000P LMG Chassis including power supply and
other common control cards (with 6 x GE
interfaces)
Wired Rack for 2000P LMG
Switch Board Cable (0.5mm) for terminating LMGs
ports at MDF for full capacity of LMGs with
connector at LMG end
Jumper wire (0.5mm) for 2000 Ports @10mt/port

MDF TAG Blocks of 128 ports termination type for


2000 Ports LMGs
Power Cable for 2000P LMG for +ve & -Ve

Optical cables, patch cords, connectors etc

Structured Cabling (with patch cords, patch cables,


cable managers, CAT-5e cable etc. )
Installation and Commissioning Charges

10

Hardware

Software

Cable as
required
Jumper
wire
TAG
Block
Power
cable as
required
As
required
As
required

1
1 lot

1 lot
16
1 lot

1 set
1 set
1

D2:Bill of Material for POTS only Cards


1
POTS Line Card (As per Bidders ports / card)
Hardware
2
POTS Line Card (As per Bidders ports / card)
Software
3
Installation and Commissioning Charges

Quantity

D3:Bill of Material for CCB-32/SDT PCO card


1
CCB-32/SDT PCO Line Card (As per Bidders ports /
card) Hardware (32 Ports)
2
CCB-32/SDT PCO Line Card (As per Bidders ports /
card) Software (32 Ports)
3
Installation and Commissioning Charges

Quantity

D4:Bill of Material for Combo cards (POTS+ADSL2+ on


same physical port)
1
ADSL2+ Line Card (As per Bidders ports / card)
Hardware
2
ADSL2+ Line Card (As per Bidders ports / card)
Software
3
Installation and Commissioning Charges

Quantity

Note:- In Case Combo Card solution is not available, Separate POTS & ADSL 2+ cards
shall be quoted with additional Slots in LMGs and all other accessories such as cable,
splitter etc. as follows-

201

Class 5 NGN tender (Section-6)

NWP-CFA, BSNL C.O., New Delhi

D4(i):Bill of Material for POTS Cards as alternative to


Combo cards POTS Ports
1
POTS Line Card (As per Bidders ports / card)
Hardware
2
POTS Line Card (As per Bidders ports / card)
Software
3
Installation and Commissioning Charges
+
D4(ii):Bill of Material for ADSL2+ Cards as alternative to
Combo cards ADSL2+ Ports
1
ADSL2+ Line Card (As per Bidders ports / card)
Hardware
2
ADSL2+ Line Card (As per Bidders ports / card)
Software
3
Installation and Commissioning Charges

Quantity

1
Quantity

E:Bill of Material for ISDN Ports(E1 PRI) supported in LMGs


1
ISDN PRI Line Card (As per Bidders ports / card)
Hardware
2
ISDN PRI Line Card (As per Bidders ports / card)
Software
3
Installation and Commissioning Charges

Quantity

Note:- In Case ISDN PRI is not supported in LMGs, then ISDN PRI solution as mentioned
below shall be quoted along with rack/chassis and all other accessories such as cable,
splitter etc.

E1: Bill of Material for 32 P IAG (Per IAG)


1
32P IAG Chassis including power supply and other
common control cards Hardware (with 2 x GE
interfaces)
2
32P IAG Chassis including power supply and other
common control cards Software (with 2 x GE
interfaces)
3
Wired Rack for 32P IAG
4
cable to terminate IAG to DDF
5

Power Cable for 32 IAG (+ve & -ve )

Optical cables, patch cords, connectors etc

Installation and Commissioning Charges

E2:Bill of Material for ISDN PRI Cards


1
ISDN PRI Line Card (As per Bidders ports / card)
Hardware
2
ISDN PRI Line Card (As per Bidders ports / card)
Software
3
Installation and Commissioning Charges

Hardware

Software

As
required
As
required
As
required

1 set
1 lot
1 lot
1 lot
1

Quantity

202

Class 5 NGN tender (Section-6)

NWP-CFA, BSNL C.O., New Delhi

F:Bill of Material for eMS for NOC / DRNOC


1
eMS Hardware for NOC
2
eMS Software for NOC
3
eMS Hardware for DRNOC
4
eMS Software for DRNOC
5
eMS license for NOC per Node
6
eMS license for DRNOC per Node
7
Installation and Commissioning Charges along with
integration charges with other Applications, PMS, NMS
etc

Quantity
1
1
1
1
1
1

G: Bill of Material for Layer-3 LAN Switch (Per Switch) (Please refer
Amendment No. 58 below)
1
Chassis including power supply and other common Hardware
control cards Hardware (with 6 x GE interfaces)
2
Chassis including power supply and other common Software
control cards Software (with 6 x GE interfaces)
3
Wired Rack for LAN Switch
5
Power Cable for LAN Switch (+ve & -ve )
As
required
6
Optical cables, patch cords, connectors etc
As
required
7
Structured Cabling (with patch cords, patch cables,
cable managers, CAT-5e cable etc. )
8
Installation and Commissioning Charges

G2:Bill of Material forInterface Cards for all LAN Switch


(Please refer Amendment No. 58 below)
1
Electrical GigE Interface Card (Min 6 ports / card)
Hardware
2
Electrical GigE Interface Card (Min 6 ports / card)
Software
3
Electrical GigE Interface Card (Min 4 ports / card)
Hardware
4
Electrical GigE Interface Card (Min 4 ports / card)
Software
5
10 GigE Optical Interface Card (Min 2 ports / card)
Hardware
6
10GigE Optical Interface Card (Min 2 ports / card)
Software
7
Optical GigE Interface Card (Min 4 ports / card)
Hardware
8
Optical GigE Interface Card (Min 4 ports / card)
Software
9
Optical GigE Interface Card (Min 2 ports / card)
Hardware
10
Optical GigE Interface Card (Min 2 ports / card)
Software
11
Installation and Commissioning Charges

1
1
1 set
1 lot
1 lot

Quantity
60
60
240
240
60
60
100
100
140
140
1

203

Class 5 NGN tender (Section-6)

NWP-CFA, BSNL C.O., New Delhi

Amendment No. 58
The Table G and G2 are amended in the Section 6 (Amended) Part B Schedule of
Requirement (SOR) after Table F and to be read as G and G1 with amendments in
quantities of the Bill of Material for Layer-3 LAN Switches for LMGs (Access
equipments for Package-II).

H: Bill of Material for 40KC TMG (Per TMG)


1
40KC TMG Chassis including power supply and
other common control cards
2
40KC TMG Chassis including power supply and
other common control cards
3
Wired Rack for 40KC TMG
4
Switch Board Cable for terminating TMGs ports at
DDF for full capacity of TMGs with connector at
TMG end
5
Power Cable for 40KC TMG for +ve & -Ve
6
Optical cables, patch cords, connectors etc
7
Structured Cabling (with patch cords, patch cables,
cable managers, CAT-5 cable etc. )
8
Installation and Commissioning Charges
H1: Bill of Material for Interface Cards for 40KCTMG
1
E-1 interface cards Hardware (20 KC)
2
E-1 interface cards Software (20 KC)
3
STM-1 interface cards Hardware (20 KC)
4
STM-1 interface cards Software (20 KC)
5
Electrical GigE Interface Card Hardware
6
Electrical GigE Interface Card Software
7
Optical GigE Interface Card Hardware
8
Optical GigE Interface Card Software
9
Installation and Commissioning Charges
I:Bill of Material for 28KC TMG (Per TMG)
1
28KC TMG Chassis including power supply and
other common control cards
2
28KC TMG Chassis including power supply and
other common control cards
3
Wired Rack for 28KC TMG
4
Switch Board Cable for terminating TMGs ports at
DDF for full capacity of TMGs with connector at
TMG end
5
Power Cable for 28KC TMG for +ve & -Ve
6
Optical cables, patch cords, connectors etc
7
Structured Cabling (with patch cords, patch cables,
cable managers, CAT-5 cable etc. )
8
Installation and Commissioning Charges
I1:Bill of Material for Interface Cards for 28KCTMG
1
E-1 interface cards Hardware (14 KC)
2
E-1 interface cards Software (14 KC)
3
STM-1 interface cards Hardware (14 KC)

Hardware

Software

As required

1
1 lot

As required
As required
As required

1 lot
1 set
1 set
1

Quantity

Hardware

Software

As required

1
1 lot

As required
As required
As required

1 lot
1 set
1 set
1

Quantity

204

Class 5 NGN tender (Section-6)


4
5
6
7
8
9

NWP-CFA, BSNL C.O., New Delhi

STM-1 interface cards Software (14 KC)


Electrical GigE Interface Card Hardware
Electrical GigE Interface Card Software
Optical GigE Interface Card Hardware
Optical GigE Interface Card Software
Installation and Commissioning Charges

J:Bill of Material for 24KC TMG (Per TMG)


1
24KC TMG Chassis including power supply and
other common control cards
2
24KC TMG Chassis including power supply and
other common control cards
3
Wired Rack for 24KC TMG
4
Switch Board Cable for terminating TMGs ports at
DDF for full capacity of TMGs with connector at
TMG end
5
Power Cable for 24KC TMG for +ve & -Ve
6
Optical cables, patch cords, connectors etc
7
Structured Cabling (with patch cords, patch cables,
cable managers, CAT-5 cable etc. )
8
Installation and Commissioning Charges
J1:Bill of Material for Interface Cards for 24KCTMG
1
E-1 interface cards Hardware (12KC)
2
E-1 interface cards Software (12KC)
3
STM-1 interface cards Hardware (12KC)
4
STM-1 interface cards Software (12KC)
5
Electrical GigE Interface Card Hardware
6
Electrical GigE Interface Card Software
7
Optical GigE Interface Card Hardware
8
Optical GigE Interface Card Software
9
Installation and Commissioning Charges
K:Bill of Material for 20KC TMG (Per TMG)
1
20KC TMG Chassis including power supply and
other common control cards
2
20KC TMG Chassis including power supply and
other common control cards
3
Wired Rack for 20KC TMG
4
Switch Board Cable for terminating TMGs ports at
DDF for full capacity of TMGs with connector at
TMG end
5
Power Cable for 20KC TMG for +ve & -Ve
6
Optical cables, patch cords, connectors etc
7
Structured Cabling (with patch cords, patch cables,
cable managers, CAT-5 cable etc. )
8
Installation and Commissioning Charges
K1:Bill of Material for Interface Cards for 20KCTMG
1
E-1 interface cards Hardware (10KC)
2
E-1 interface cards Software (10KC)
3
STM-1 interface cards Hardware (10KC)
4
STM-1 interface cards Software (10KC)

Hardware

Software

As required

1
1 lot

As required
As required
As required

1 lot
1 set
1 set
1

Quantity

Hardware

Software

As required

1
1 lot

As required
As required
As required

1 lot
1 set
1 set
1

Quantity

205

Class 5 NGN tender (Section-6)


5
6
7
8
9

NWP-CFA, BSNL C.O., New Delhi

Electrical GigE Interface Card Hardware


Electrical GigE Interface Card Software
Optical GigE Interface Card Hardware
Optical GigE Interface Card Software
Installation and Commissioning Charges

L:Bill of Material for 16KC TMG (Per TMG)


1
16KC TMG Chassis including power supply and
other common control cards
2
16KC TMG Chassis including power supply and
other common control cards
3
Wired Rack for 16KC TMG
4
Switch Board Cable for terminating TMGs ports at
DDF for full capacity of TMGs with connector at
TMG end
5
Power Cable for 16KC TMG for +ve & -Ve
6
Optical cables, patch cords, connectors etc
7
Structured Cabling (with patch cords, patch cables,
cable managers, CAT-5e cable etc. )
8
Installation and Commissioning Charges

L1:Bill of Material for Interface Cards for 16KCTMG


1
E-1 interface cards Hardware (8KC)
2
E-1 interface cards Software (8KC)
3
STM-1 interface cards Hardware (8KC)
4
STM-1 interface cards Software (8KC)
5
Electrical GigE Interface Card Hardware
6
Electrical GigE Interface Card Software
7
Optical GigE Interface Card Hardware
8
Optical GigE Interface Card Software
9
Installation and Commissioning Charges
M:Bill of Material for 12KC TMG (Per TMG)
1
12KC TMG Chassis including power supply and
other common control cards
2
12KC TMG Chassis including power supply and
other common control cards
3
Wired Rack for 12KC TMG
4
Switch Board Cable for terminating TMGs ports at
DDF for full capacity of TMGs with connector at
TMG end
5
Power Cable for 12KC TMG for +ve & -Ve
6
Optical cables, patch cords, connectors etc
7
Structured Cabling (with patch cords, patch cables,
cable managers, CAT-5e cable etc. )
8
Installation and Commissioning Charges

M1:Bill of Material for Interface Cards for 12KCTMG


1
E-1 interface cards Hardware (6KC)
2
E-1 interface cards Software (6KC)
3
STM-1 interface cards Hardware (6KC)

Hardware

Software

As required

1
1 lot

As required
As required
As required

1 lot
1 set
1 set
1

Quantity

Hardware

Software

As required

1
1 lot

As required
As required
As required

1 lot
1 set
1 set
1

Quantity

206

Class 5 NGN tender (Section-6)


4
5
6
7
8
9

NWP-CFA, BSNL C.O., New Delhi

STM-1 interface cards Software (6KC)


Electrical GigE Interface Card Hardware
Electrical GigE Interface Card Software
Optical GigE Interface Card Hardware
Optical GigE Interface Card Software
Installation and Commissioning Charges

Click Here for clarifications in respect of SOR(for Package-II), SOR(for Package-II, Sl


No. 6a), SOR(for Package-II-Sl no. 6b), SOR(for Package-II-Sl no. 7), SOR(for
Package-II-Sl no. 12.1(1)) , SOR(Part-B), SOR(sl no. 3 & 12.11), SOR(sl no. 12),
SOR(sl no. 12(2)), SOR(sl no. 12.4), SOR(sl no. 12.5 to 12.10) and SOR(TMGs),

Section-6 (Amended)
Part (A): Schedule of Requirement
Package-I: (IMS Based NGN Core for capacity of 4 Million Subscriber base)
S.
No.

1.1

Item Description

Call /session controller (CSCF)


(P-CSCF, I-CSCF, S-CSCF, E-CSCF)
Hardware (with each module, component etc.)

Software(with each module, component etc.)

1.2
A

Breakout Gateway function (BGCF) , Media


gateway Control Function(MGCF)
Hardware (with each module, component etc.)

Software(with each module, component etc.)

1.3

NASS Network Attachment Subsystem (NASS)

Hardware (with each module, component etc.)

Software(with each module, component etc.)

1.4
A

Resource and Admission Control Subsystem


(RACS) (I.e. RACF / PCRF)
Hardware (with each module, component etc.)

Software(with each module, component etc.)

1.5

Charging Function

Hardware (with each module, component etc.)

Software(with each module, component etc.)

2
A

Home Subscriber Server (HSS)/ User Services


Profile Function (USPF)
Hardware (with each module, component etc.)

Software(with each module, component etc.)

SIP Application Server

Hardware (with each module, component etc.)

Software(with each module, component etc.)

Session Border Controller (SBC)

Total
Nos.

NOC/Primary Node

8 set

Main-NOC
& Primary
Core sites
1 set

DR-NOC
& Primary
Core sites
1 set

Primary
Core
sites
6 set

8 set

1 set

1 set

6 set

8 set

1 set

1 set

6 set

8 set

1 set

1 set

6 set

8 set

1 set

1 set

6 set

8 set

1 set

1 set

6 set

8 set

1 set

1 set

6 set

207

Class 5 NGN tender (Section-6)


4.1

Session Border Controller (Access)

Hardware (with each module, component etc.)

Software(with each module, component etc.)

4.2

NWP-CFA, BSNL C.O., New Delhi

Session Border Controller (Network)

8 set

1 set

1 set

6 set

8 set

1 set

1 set

6 set

8 set

1 set

1 set

6 set

2 set

1 set

1 set

2 set

1 set

1 set

2 set

1 set

1 set

2 set

1 set

1 set

8 set

1 set

1 set

2 set

1set

1set

Hardware (with each module, component etc.)

Software(with each module, component etc.)

Media Server /MRF (MRFC/MRFP)

Hardware (with each module, component etc.)

Software(with each module, component etc.)

6.

ENUM Server

Hardware (with each module, component etc.)

Software (with each module, component etc.)

Prepaid System (2Million Subscriber base)

Hardware (with each module, component etc.)

Software (with each module, component etc.)

8
A

Multimedia video conference (6 Lakhs


subscribers base)
Hardware (with each module, component etc.)

Software (with each module, component etc.)

Wide Area IP Centrex (8 Lakhs subscriber base)

Hardware (with each module, component etc.)

Software (with each module, component etc.)

10

Lawful Interception System

Hardware (with each module, component etc.)

Software (with each module, component etc.)

11

12

NMS(5000 Network elements through different


eMSs)
NM Server Hardware (with each module,
component etc.)
NM Server Software (with each module,
component etc.)
Large Screen Display Wall for NOC & DR-NOC

Rear Projection Module

32

16

16

Display Controller Unit with required Software

Display Controller Extension Unit configured with:


i. RGB/DVI/HDMI Interface for Display Controller
- Four ports with one interface cable(15 m)
ii. Video Interface for Display Controller --- Four
Ports with one interface cable( 15 m)
eMS

A
B

13
A

14

Element Management Hardware (with each


module, component etc.)
Element Management Software (with each
module, component etc.)
Firewall (with each module, component etc.)

Hardware (with each module, component etc.)

Software (with each module, component etc.)

15

NIDS/NIPS (with each module, component


etc.)

6 set

8 set

1 set

1 set

6 set

16 set

2 set

2 set

12 set

16 set

2 set

2 set

12 set

208

Class 5 NGN tender (Section-6)


A

Hardware (with each module, component etc.)

Software (with each module, component etc.)

16

Layer-3 LAN Switch (with each module,


component etc.) for aggregation of
servers/equipments at core site
Hardware (with each module, component etc.)

Software (with each module, component etc.)

16.1

NWP-CFA, BSNL C.O., New Delhi

16

12

Electrical GigE Interface Card (Min 16 ports


/card)
Hardware (with each module, cable, connector
etc.)
Software (with each module, component etc.)

32

24

16

12

Layer-3 LAN (with each module, component


etc.) Switch for connecting to IPM/MPLS
Hardware (with each module, component etc.)

Software (with each module, component etc.)

17.1

Electrical GigE Interface Card (Min 8 ports


/card)
Hardware (with each module, cable, connector
etc.)
Software (with each module, component etc.)

32

24

GigE Optical Interface Card (Min 4 ports / card)

32

24

8 set

1 set

1 set

6 set

A
B
17

A
B
17.2
A
B

Hardware (with each module, cable, connector


etc.)
Software (with each module, component etc.)

18

NTP Server

Hardware (with each module, cable, connector


etc.)
Software (with each module, component etc.)

B
19
A

Any other item for successful implementation


including integration/interworking
Hardware (with each module, component etc.)

Software (with each module, component etc.)

20

Tools & Testers

VOIP Performance Analyzer

VOIP Protocol Analyzer

Voice Quality Analyzer

21

Power Plant
8

8 set

1 set

1 set

6 set

36

24

21.1

SMPS Power Plant

21.2

Batteries

22
23

UPS in N+N configuration with each UPS


having battery back of 3 Hours
Workstation

Hardware (with each module, component etc.)

Software (with each module, component etc.)

24

Printer (Laser Jet)

10

25

Services for Planning/Engg, Installation, A/T,


Integration and commissioning of network/
equipments in respect of items from S. No.1 to 24
above.

209

Class 5 NGN tender (Section-6)


26

Training model(IMS Call server & HSS with


minimum configuration equivalent to 10% capacity of
the capacity as mentioned in clause no 4.1.31 of
Annexure 1 of Section 5 Part B along with eMS and
the other associated items)
Hardware (with each module, component etc.)

Software (with each module, component etc.)

Services for Installation, A/T, Integration and


commissioning of equipments and training
Media Gateway control function [ Class 4 for
0.8 Million Circuits for TAX circuits (DS0) as per
Clause 19.3.3 Section 5 Part B]
Hardware (with each module, component etc.)

Software (with each module, component etc.)

Services for Planning/Engg, Installation, A/T,


Integration and commissioning

27

S.
No.
28

Item Description

Trunk Media Gateways (TMGs) for TAX


circuits (DS0)
Trunk Media Gateways (TMGs) of Capacity
40K Circuits
Hardware (with each module, component etc.)

Software (with each module, component etc.)

28.2
A

Trunk Media Gateways (TMGs) of Capacity


28K Circuits
Hardware (with each module, component etc.)

Software (with each module, component etc.)

28.3
A

Trunk Media Gateways (TMGs) of Capacity


24K Circuits
Hardware (with each module, component etc.)

Software (with each module, component etc.)

28.4
A

Trunk Media Gateways (TMGs) of Capacity


20K Circuits
Hardware (with each module, component etc.)

Software (with each module, component etc.)

28.5
A

Trunk Media Gateways (TMGs) of Capacity


16K Circuits
Hardware (with each module, component etc.)

Software (with each module, component etc.)

28.6
A

Trunk Media Gateways (TMGs) of Capacity


12K Circuits
Hardware (with each module, component etc.)

Software (with each module, component etc.)

28.1

28.7
A
B
C
D

Layer 3 LAN Switch


Hardware (with each module, control, power,
component etc.)
Software (with each module, control, power,
component etc.)
Electrical GigE Interface Card (Min 6 ports / card)
Hardware
Electrical GigE Interface Card (Min 6 ports / card)
Software

NWP-CFA, BSNL C.O., New Delhi

2 set

1
8 set

1 set

1 set

6 set

Total
Quantity

Remarks

40 KC

1-site of 40 KC

196KC

7 sites each of 28 KC

144 KC

6 sites each of 24 KC

200KC

10 sites each of 20 KC

160KC

10 sites each of 16 KC

60KC

5 sites each of 12 KC

78

2 LAN switch per site for TMG

48
48

For all the TMG sites capacity


20 KC and above

210

Class 5 NGN tender (Section-6)


E
F
G
H
I
J
28.8

10 GigE Optical Interface Card (Min 2 ports /


card) Hardware
10GigE Optical Interface Card (Min 2 ports / card)
Software
Electrical GigE Interface Card (Min 4 ports / card)
Hardware
Electrical GigE Interface Card (Min 4 ports / card)
Software
Optical GigE Interface Card (Min 4 ports / card)
Hardware
Optical GigE Interface Card (Min 4 ports / card)
Software
Power Plant with Battery set

NWP-CFA, BSNL C.O., New Delhi

48
48
30
30
For all the TMG sites capacity less
than 20 KC

30
30

30% of TMG site

Power Plant for a site of 28 KC TMG capacity

Power Plant for a site of 20 KC TMG capacity

28.9
A

DDF with Verticals, Horizontals, Nut bolts,


Fittings & fixtures, Supports, ladder etc.
For sites of 28 KC TMG capacity

For sites of 20 KC TMG capacity

28.10

Services for Planning/Engg, Installation, A/T,


Integration and commissioning of TMGs ( item no
28 i.e. 28.1 to 28.9)

10% sites of each TMG site


category
1 lot
1 lot
1

OPTIONAL ITEMS [from S No. 29 to S No. 33]


29

FMC server/VCC(7Lakhs Subscriber base)

Hardware (with each module, component etc.)

Software (with each module, component etc.)

Services for Planning/Engg, Installation, A/T,


Integration and commissioning
Prepaid System (for addition of 1Million
Subscriber base)
Hardware (with each module, component etc.)

Software(with each module, component etc.)

Services for Planning/Engg, Installation, A/T,


Integration and commissioning
Multimedia video conference (for addition of 1
Lakh subscribers base)
Hardware (with each module, component etc.)

Software (with each module, component etc.)

Services for Planning/Engg, Installation, A/T,


Integration and commissioning
Wide Area IP Centrex (for addition of 1 Lakhs
subscriber base)
Hardware (with each module, component etc.)

Software (with each module, component etc.)

Services for Planning/Engg, Installation, A/T,


Integration and commissioning
NMS (to support for additional 1000 Network
elements through different eMSs)
Hardware (with each module, component etc.)

Software (with each module, component etc.)

Services for Planning/Engg, Installation, A/T,


Integration and commissioning

30

31

32

33

8 set

1 set

1 set

6 set

1
2

1
2

1
2

1
2

211

Class 5 NGN tender (Section-6)

NWP-CFA, BSNL C.O., New Delhi

34

Annual Maintenance Contract

AMC Charge for 1st year

AMC Charge for 2nd year

AMC Charge for 3rd year

AMC Charge for 4th year

AMC Charge for 5th year

AMC Charge for 6th year (excluding Battery Sets)

AMC Charge for 7th year (excluding Battery Sets)

35

Operation & Maintenance

O&M Charge for 1st year

36
A

Documentation (three set for each


Equipment/items in every site)
Hard copy

Softcopy

Note4.

Sub Package-Primary shall comprise items, from S.No 1(1.1-1.5) to 5, 10, 13 to 17 &
19 to 29 and 34 to 36 i.e equipment/items for Primary sites and TMG sites.

5.

Please refer clause no 36 of section 5 Part B regarding detailed BoM. The Bidders shall
provide along with the techno-commercial Bid, detailed unpriced Bill of Material as per the
price schedule including card level Bill of Materials (BoM) for each of the network elements in
the SoR with complete details of each Module/unit/card/software/license of NGN Core. The
card level BoM for all the network elements, but with itemized prices shall form part of the
financial Bid. The Bidder shall ensure that the Bid is complete and comprehensive as regards
detailed card level BoM. The indicative Bill of material (BoM) for TMGs is given in Table:
TMG-BoM, however bidder shall submit BoM for all SOR line items.

Table: TMG-BoM (A to F1 )
A: Bill of Material for 40KC TMG (Per TMG)
1
40KC TMG Chassis including power supply and other
common control cards
2
40KC TMG Chassis including power supply and other
common control cards
3
Wired Rack for 40KC TMG
4
Switch Board Cable for terminating TMGs ports at DDF
for full capacity of TMGs with connector at TMG end
5
Power Cable for 40KC TMG for +ve & -Ve
6
Optical cables, patch cords, connectors etc
7
Structured Cabling (with patch cords, patch cables,
cable managers, CAT-5 cable etc. )
8
Services (Installation and Commissioning Charges etc)

Hardware

Software

As required

1
1 lot

As required
As required
As required

1 lot
1 set
1 set

A1: Bill of Material for Interface Cards for 40KCTMG


1
E-1 interface cards Hardware (20 KC)
2
E-1 interface cards Software (20 KC)
3
STM-1 interface cards Hardware (20 KC)
4
STM-1 interface cards Software (20 KC)
5
Electrical GigE Interface Card Hardware
6
Electrical GigE Interface Card Software
7
Optical GigE Interface Card Hardware
8
Optical GigE Interface Card Software
9
Services (Installation and Commissioning Charges etc)

1
Quantity

212

Class 5 NGN tender (Section-6)

NWP-CFA, BSNL C.O., New Delhi

B:Bill of Material for 28KC TMG (Per TMG)


1
28KC TMG Chassis including power supply and other
common control cards
2
28KC TMG Chassis including power supply and other
common control cards
3
Wired Rack for 28KC TMG
4
Switch Board Cable for terminating TMGs ports at DDF
for full capacity of TMGs with connector at TMG end
5
Power Cable for 28KC TMG for +ve & -Ve
6
Optical cables, patch cords, connectors etc
7
Structured Cabling (with patch cords, patch cables,
cable managers, CAT-5 cable etc. )
8
Services (Installation and Commissioning Charges etc)

Hardware

Software

As required

1
1 lot

As required
As required
As required

1 lot
1 set
1 set
1

B1:Bill of Material for Interface Cards for 28KCTMG


1
E-1 interface cards Hardware (14 KC)
2
E-1 interface cards Software (14 KC)
3
STM-1 interface cards Hardware (14 KC)
4
STM-1 interface cards Software (14 KC)
5
Electrical GigE Interface Card Hardware
6
Electrical GigE Interface Card Software
7
Optical GigE Interface Card Hardware
8
Optical GigE Interface Card Software
9
Services (Installation and Commissioning Charges etc)
C:Bill of Material for 24KC TMG (Per TMG)
1
24KC TMG Chassis including power supply and other
common control cards
2
24KC TMG Chassis including power supply and other
common control cards
3
Wired Rack for 24KC TMG
4
Switch Board Cable for terminating TMGs ports at DDF
for full capacity of TMGs with connector at TMG end
5
Power Cable for 24KC TMG for +ve & -Ve
6
Optical cables, patch cords, connectors etc
7
Structured Cabling (with patch cords, patch cables,
cable managers, CAT-5 cable etc. )
8
Services (Installation and Commissioning Charges etc)

Hardware

Software

As required

1
1 lot

As required
As required
As required

1 lot
1 set
1 set
1

C1:Bill of Material for Interface Cards for 24KCTMG


1
E-1 interface cards Hardware (12KC)
2
E-1 interface cards Software (12KC)
3
STM-1 interface cards Hardware (12KC)
4
STM-1 interface cards Software (12KC)
5
Electrical GigE Interface Card Hardware
6
Electrical GigE Interface Card Software
7
Optical GigE Interface Card Hardware
8
Optical GigE Interface Card Software
9
Services (Installation and Commissioning Charges etc)
D:Bill of Material for 20KC TMG (Per TMG)
1
20KC TMG Chassis including power supply and other
common control cards
2
20KC TMG Chassis including power supply and other
common control cards
3
Wired Rack for 20KC TMG
4
Switch Board Cable for terminating TMGs ports at DDF
for full capacity of TMGs with connector at TMG end

Quantity

Quantity

Hardware

Software

As required

1
1 lot

213

Class 5 NGN tender (Section-6)


5
6
7
8

NWP-CFA, BSNL C.O., New Delhi

Power Cable for 20KC TMG for +ve & -Ve


Optical cables, patch cords, connectors etc
Structured Cabling (with patch cords, patch cables,
cable managers, CAT-5 cable etc. )
Services (Installation and Commissioning Charges etc)

As required
As required
As required

D1:Bill of Material for Interface Cards for 20KCTMG


1
E-1 interface cards Hardware (10KC)
2
E-1 interface cards Software (10KC)
3
STM-1 interface cards Hardware (10KC)
4
STM-1 interface cards Software (10KC)
5
Electrical GigE Interface Card Hardware
6
Electrical GigE Interface Card Software
7
Optical GigE Interface Card Hardware
8
Optical GigE Interface Card Software
9
Services (Installation and Commissioning Charges etc)
E:Bill of Material for 16KC TMG (Per TMG)
1
16KC TMG Chassis including power supply and other
common control cards
2
16KC TMG Chassis including power supply and other
common control cards
3
Wired Rack for 16KC TMG
4
Switch Board Cable for terminating TMGs ports at DDF
for full capacity of TMGs with connector at TMG end
5
Power Cable for 16KC TMG for +ve & -Ve
6
Optical cables, patch cords, connectors etc
7
Structured Cabling (with patch cords, patch cables,
cable managers, CAT-5e cable etc. )
8
Services (Installation and Commissioning Charges etc)

F1:Bill of Material for Interface Cards for 12KCTMG


1
E-1 interface cards Hardware (6KC)

Quantity

Hardware

Software

As required

1
1 lot

As required
As required
As required

1 lot
1 set
1 set
1

E1:Bill of Material for Interface Cards for 16KCTMG


1
E-1 interface cards Hardware (8KC)
2
E-1 interface cards Software (8KC)
3
STM-1 interface cards Hardware (8KC)
4
STM-1 interface cards Software (8KC)
5
Electrical GigE Interface Card Hardware
6
Electrical GigE Interface Card Software
7
Optical GigE Interface Card Hardware
8
Optical GigE Interface Card Software
9
Services (Installation and Commissioning Charges etc)
F:Bill of Material for 12KC TMG (Per TMG)
1
12KC TMG Chassis including power supply and other
common control cards
2
12KC TMG Chassis including power supply and other
common control cards
3
Wired Rack for 12KC TMG
4
Switch Board Cable for terminating TMGs ports at DDF
for full capacity of TMGs with connector at TMG end
5
Power Cable for 12KC TMG for +ve & -Ve
6
Optical cables, patch cords, connectors etc
7
Structured Cabling (with patch cords, patch cables,
cable managers, CAT-5e cable etc. )
8
Services (Installation and Commissioning Charges etc)

1 lot
1 set
1 set

Quantity

Hardware

Software

As required

1
1 lot

As required
As required
As required

1 lot
1 set
1 set
1

Quantity

214

Class 5 NGN tender (Section-6)


2
3
4
5
6
7
8
9

NWP-CFA, BSNL C.O., New Delhi

E-1 interface cards Software (6KC)


STM-1 interface cards Hardware (6KC)
STM-1 interface cards Software (6KC)
Electrical GigE Interface Card Hardware
Electrical GigE Interface Card Software
Optical GigE Interface Card Hardware
Optical GigE Interface Card Software
Services (Installation and Commissioning Charges etc)

215

Class 5 NGN tender (Section-6)

NWP-CFA, BSNL C.O., New Delhi

Section-6 (Amended)
Part (B) Schedule of Requirement
Package-II: 2.8 Mn Access ports
S. No.
1
1.1

Item Description
Line Media Gateway (without subscribers line
interface ports)
LMG 256 Port (Minimum Capacity of 256 ports)

Hardware (with each module, component etc.)

Software (with each module, component etc.)

1.2

LMG 500Port(Minimum Capacity of 500 ports)

Hardware (with each module, component etc.)

Software (with each module, component etc.)

1.3

LMG1000 port(Minimum Capacity of 1000 ports)

Hardware (with each module, component etc.)

Software (with each module, component etc.)

1.4

LMG 2000Port(Minimum Capacity of 2000 ports)

Hardware (with each module, component etc.)

Software (with each module, component etc.)

LMG subscriber Line interface ports (Total)

2.1

Ports distribution of total ports for 256 PortLMG

Total Nos.

Remark

125

92

532

1095

2800000

32000
22000
2000
8000

POTS only Ports

CCB-32/ STD PT (with reversal facility for PCOs)

Combo (ADSL2 + & POTS in same physical port)

C1

POTS Line Cards as alternative to Combo cards (As


per Bidders ports / card)
ADSL2+ Line Card as alternative to Combo cards
(As per Bidders ports / card) Hardware

8000

Ports distribution of total ports for 500 PortLMG

46000
33028
1472
11500

25% of total ports

OR

C2

2.2
A

POTS only Ports

CCB-32/ STD PT (with reversal facility for PCOs)

Combo (ADSL2 + & POTS in same physical port)

C1

POTS Line Cards as alternative to Combo cards (As


per Bidders ports / card)
ADSL2+ Line Card as alternative to Combo cards
(As per Bidders ports / card) Hardware

8000

In Case Combo Card


solution is not
available, Separate
POTS & ADSL 2+
cards shall be quoted
with additional Slots
in LMGs and all other
accessories such as
cable, splitter etc.

OR

C2

2.3

Ports distribution of total ports for 1000 PortLMG

11500
11500

In Case Combo Card


solution is not
available, Separate
POTS & ADSL 2+
cards shall be quoted
with additional Slots
in LMGs and all other
accessories such as
cable, splitter etc.

532000
216

Class 5 NGN tender (Section-6)

NWP-CFA, BSNL C.O., New Delhi

POTS only Ports

CCB-32/ STD PT (with reversal facility for PCOs)

Combo (ADSL2 + & POTS in same physical port)

C1

POTS Line Cards as alternative to Combo cards (As


per Bidders ports / card)
ADSL2+ Line Card as alternative to Combo cards
(As per Bidders ports / card) Hardware

381976
17024
133000

25% of total ports

OR

C2

2.4

133000
133000

In Case Combo Card


solution is not
available, Separate
POTS & ADSL 2+
cards shall be quoted
with additional Slots
in LMGs and all other
accessories such as
cable, splitter etc.

2190000

Ports distribution of total ports for 2000 Port


LMG
POTS only Ports

CCB-32/ STD PT (with reversal facility for PCOs)

35040

ISDN Ports (E-1 PRI) in the LMGs of 2000 Ports


capacity type in minimum 210 LMGs

6720

6720 E1-PRI
equivalent to 201600
circuits i.e 64 kbps
channel (7.2% of
total ports)

C1

210

C1(a)

ISDN Access Gateway(IAG)- 32 Ports Minimum


Capacity
Hardware (with each module, component etc.)

C1(b)

Software (with each module, component etc.)

In Case ISDN PRI is


not supported in
LMGs, then ISDN
solution as
mentioned shall be
quoted along with
rack/chassis and all
other accessories
such as cables, etc.
25% of total ports

1405860

OR

C2

ISDN Ports (E1-PRI) for IAG

6720

Combo (ADSL2 + & POTS in same physical port)

D1

POTS Line Cards as alternative to Combo cards (As


per Bidders ports / card)

547500

D2

ADSL2+ Line Card as alternative to Combo cards


(As per Bidders ports / card) Hardware

547500

547500

OR

Layer 3 LAN Switch

Hardware (with each module, component etc.)

Software (with each module, component etc.)

eMS

Element Management Hardware (with each module,


component etc.)
Element Management Software (with each module,
component etc.)
Any other item for successful implementation
including integration/interworking
Hardware(with each module, component etc.)

Software(with each module, component etc.)

B
5

In Case Combo Card


solution is not
available, Separate
POTS & ADSL 2+
cards shall be quoted
with additional Slots
in LMGs and all other
accessories such as
cable, splitter etc.

300

8 set

2 set for each zone

217

Class 5 NGN tender (Section-6)

NWP-CFA, BSNL C.O., New Delhi

Other Installation material

Tools & Testers

ISDN Tester

15

ADSL2+ tester

15

Punching Tool for MDF Tag Block

Workstation (PCs)

Hardware (with each module, component etc.)

500

Software(with each module, component etc.)

500

As required

4000
For the use of O&M
of NGN C5
equipments

OPTIONAL ITEMS ( from 9 to 12)


9

SIP Phones

Hardware (with each module, component etc.)

2000

Software (with each module, component etc.)

10

Integrated Access Device (Home gateway)

Hardware (with each module, component etc.)

Software (with each module, component etc.)

11
A

MDF with Verticals, Horizontals, Nut bolts,


Fittings & fixtures, Supports, ladder etc.
For sites of 20 K Ports LMG

5 lot

For sites of 10 K Ports LMG

10 lot

For sites of 5 K Ports LMG

32 lot

For sites of 1 K Ports LMG

9 lot

For sites of 500 Ports LMG

7 lot

For sites of 256 Ports LMG

10 lot

12

Power Plant with Battery set

Power Plant for a site of 20 K Ports LMG

15

Power Plant for a site of 10 K Ports LMG

30

Power Plant for a site of 5 K Ports LMG

95

Power Plant for a site of 1 K Ports LMG

27

Power Plant for a site of 500 Ports LMG

13

Services for Planning/Engg, Installation, A/T,


Integration and commissioning of network/
equipments in respect of items from S No 1 to 12)
Training model (1 Set = one LMG of 256 Ports

50
1

14

100

To connect PC,
Telephone, TV etc.
through same device
10% sites of each
LMG site category

30% sites of LMG


sites

2 set

& one LMG of 500 Ports along with eMS and


the other associated items)
A

Hardware

Software

Services for Installation, A/T, Integration and


commissioning of network/ equipments and training
Annual Maintenance Contract of network/
equipments
AMC Charge for 1st year

AMC Charge for 2nd year

AMC Charge for 3rd year

AMC Charge for 4th year

AMC Charge for 5th year

15

1
1

218

Class 5 NGN tender (Section-6)

NWP-CFA, BSNL C.O., New Delhi

AMC Charge for 6th year (excluding Battery Sets)

AMC Charge for 7th year (excluding Battery Sets)

16
A

Operation & Maintenance (O&M) of network/


equipments
O&M Charge for 1st year

17

Documentation (three sets for each Equipment)

Hard copy

Softcopy

Note(iv)

At each site

The bidder shall quote only one of the ISDN PRI solutionEITHER as per 2.4(C) within
the LMGs OR as per 2.4(C1-a), 2.4(C1-b) & 2.4(C2) through separate IAGs.

(v)

The bidder shall quote only one of the Combo Port solutionEITHER as per [2.1(C),
2.2(C), 2.3(C) and 2.4(D)] OR as per [2.1(C1) &2.1(C2), 2.2(C1) &2.2(C2), 2.3(C1)
&2.3(C2) and 2.4(D1) &2.4(D2)].

(vi)

Please refer clause no 36 of section 5 Part B regarding detailed BoM.


The Bidders shall provide along with the techno-commercial Bid, detailed unpriced Bill of
Material as per the price schedule including card level Bill of Materials (BoM) for each of
the network elements in the SoR with complete details of each Module/unit/card/
software/license. The card level BoM for all the network elements, but with itemized prices
shall form part of the financial Bid. The Bidder shall ensure that the Bid is complete and
comprehensive as regards detailed card level BoM for all SoR items. Indicative BoM
is given below.

BoM for SOR line item at Sl no 12 for Power Plant with Battery set:
12.1
Sl No
A
B
C

12.2
Sl No
A
B
C

12.3
Sl No
A
B
C

12.4
Sl No
A
B

Bill of Material for Power Plant for a site of 20 K PortsLMG


Description of Power plant
Quantity
SMPS/Power plant and associated installation
material and power cables etc.
Battery
Earthing Cable (between existing Earth termination
and DCDF at an average length of 25m per DCDF
Bill of Material for Power Plant for a site of 10 K Ports LMG
Description of Power plant
Quantity
SMPS/Power plant and associated installation
material and power cables etc.
Battery
Earthing Cable (between existing Earth termination
and DCDF at an average length of 25m per DCDF
Bill of Material for Power Plant for a site of 5 K Ports LMG
Description of Power plant
Quantity
SMPS/Power plant and associated installation
material and power cables etc.
Battery
Earthing Cable (between existing Earth termination
and DCDF at an average length of 25m per DCDF
Bill of Material for Power Plant for a site of 1K Ports LMG
Description of Power plant
Quantity
SMPS/Power plant and associated installation
material and power cables etc.
Battery

Capacity/Size

Capacity/Size

Capacity/Size

Capacity/Size

219

Class 5 NGN tender (Section-6)


C

12.5
Sl No
A
B
C

NWP-CFA, BSNL C.O., New Delhi

Earthing Cable (between existing Earth termination


and DCDF at an average length of 25m per DCDF
Bill of Material for Power Plant for a site of 500 Ports LMG
Description of Power plant
Quantity
SMPS/Power plant and associated installation
material and power cables etc.
Battery
Earthing Cable (between existing Earth termination
and DCDF at an average length of 25m per DCDF

Capacity/Size

BoM for LMGs:


A1: Bill of Material for 256P LMG (Per LMG)
1
256P LMG Chassis including power supply and other
common control cards Hardware (with 4 x GE
interfaces)
2
256P LMG Chassis including power supply and other
common control cards Software (with 4 x GE interfaces)
3
Wired Rack for 256P LMG
4
Switch Board Cable (0.5mm) for terminating LMGs ports
at MDF for full capacity of LMGswith connector at LMG
end
5
Jumper wire (0.5mm) for 256Ports @10mt/port
6
7

MDF TAG Blocks of 128 ports termination type for 256


Ports LMGs
Power Cable for 256Ports LMG for +ve & -ve

Optical cables, patch cords, connectors etc

Structured Cabling (with patch cords, patch cables,


cable managers, CAT-5e cable etc. )
Services (Installation and Commissioning Charges etc)

10

Hardware

1 set

Software

1 set
1
1 lot

Cable as
required
Jumper
wire
TAG Block

1 lot

Power
cable as
required
As
required
As
required

1 lot

1 set
1 set
1

A2:Bill of Material for POTS only Cards


1
POTS Line Card (As per Bidders ports / card) Hardware
2
POTS Line Card (As per Bidders ports / card) Software
3
Services (Installation and Commissioning Charges etc)

Quantity

A3:Bill of Material for CCB-32/SDT PCO card


1
CCB-32/SDT PCO Line Card (As per Bidders ports / card)
Hardware (16 Ports)
2
CCB-32/SDT PCO Line Card (As per Bidders ports / card)
Software (16 Ports)
3
Services (Installation and Commissioning Charges etc)

Quantity

A4:Bill of Material for Combo cards (POTS+ADSL2+ on same


physical port)
1
ADSL2+ Line Card (As per Bidders ports / card) Hardware
2
ADSL2+ Line Card (As per Bidders ports / card) Software
3
Services (Installation and Commissioning Charges etc)

1
Quantity

Note:- In Case Combo Card solution is not available, Separate POTS & ADSL 2+ cards shall be
quoted with additional Slots in LMGs and all other accessories such as cable, splitter etc. as followsA4(i):Bill of Material for POTS Cards as alternative to Combo
cards POTS Ports

Quantity

220

Class 5 NGN tender (Section-6)

NWP-CFA, BSNL C.O., New Delhi

1
POTS Line Card (As per Bidders ports / card) Hardware
2
POTS Line Card (As per Bidders ports / card) Software
3
Services (Installation and Commissioning Charges etc)
+
A4(ii):Bill of Material for ADSL2+ Cards as alternative to Combo
cards ADSL2+ Ports
1
ADSL2+ Line Card (As per Bidders ports / card) Hardware
2
ADSL2+ Line Card (As per Bidders ports / card) Software
3
Services (Installation and Commissioning Charges etc)
B1:Bill of Material for 500P LMG (Per LMG)
1
500P LMG Chassis including power supply and other
common control cards Hardware (with 6 x GE
interfaces)
2
500P LMG Chassis including power supply and other
common control cards Software (with 6 x GE interfaces)
3
Wired Rack for 500P LMG
4
Switch Board Cable (0.5mm) for terminating LMGs ports
at MDF for full capacity of LMGs with connector at
LMG end
5
Jumper wire (0.5mm) for 500 Ports @10mt/port
6
7

MDF TAG Blocks of 128 ports termination type for 500


Ports LMGs
Power Cable for 500 Ports LMG for +ve & -Ve

Optical cables, patch cords, connectors etc

Structured Cabling (with patch cords, patch cables,


cable managers, CAT-5e cable etc. )
Services (Installation and Commissioning Charges etc)

10

1
Quantity

Hardware

Software

1
1
1 lot

Cable as
required
Jumper
wire
TAG Block

1 lot

Power
cable as
required
As
required
As
required

1 lot

1 set
1 set
1

B2:Bill of Material for POTS only Cards


1
POTS Line Card (As per Bidders ports / card) Hardware
2
POTS Line Card (As per Bidders ports / card) Software
3
Services (Installation and Commissioning Charges etc)

Quantity

B3:Bill of Material for CCB-32/SDT PCO card


1
CCB-32/SDT PCO Line Card (As per Bidders ports / card)
Hardware (16 Ports)
2
CCB-32/SDT PCO Line Card (As per Bidders ports / card)
Software (16 Ports)
3
Services (Installation and Commissioning Charges etc)

Quantity

B4:Bill of Material for Combo cards (POTS+ADSL2+ on same


physical port)
1
ADSL2+ Line Card (As per Bidders ports / card) Hardware
2
ADSL2+ Line Card (As per Bidders ports / card) Software
3
Services (Installation and Commissioning Charges etc)

1
Quantity

Note: -In Case Combo Card solution is not available, Separate POTS & ADSL 2+ cards shall be
quoted with additional Slots in LMGs and all other accessories such as cable, splitter etc. as followsB4(i):Bill of Material for POTS Cards as alternative to Combo
cards POTS Ports
1
POTS Line Card (As per Bidders ports / card) Hardware
2
POTS Line Card (As per Bidders ports / card) Software

Quantity

221

Class 5 NGN tender (Section-6)

NWP-CFA, BSNL C.O., New Delhi

3
Services (Installation and Commissioning Charges etc)
+
B4(ii):Bill of Material for ADSL2+ Cards as alternative to Combo
cards ADSL2+ Ports
1
ADSL2+ Line Card (As per Bidders ports / card) Hardware
2
ADSL2+ Line Card (As per Bidders ports / card) Software
3
Services (Installation and Commissioning Charges etc)
C1:Bill of Material for 1000P LMG (Per LMG)
1
1000P LMG Chassis including power supply and other
common control cards Hardware (with 6 x GE
interfaces)
2
1000P LMG Chassis including power supply and other
common control cards Software(with 6 x GE interfaces)
3
Wired Rack for 1000P LMG
4
Switch Board Cable (0.5mm) for terminating LMGs ports
at MDF for full capacity of LMGs with connector at
LMG end
5
Jumper wire (0.5mm) for 1000 Ports @10mt/port
6
7

MDF TAG Blocks of 128 ports termination type for 1000


Ports LMGs
Power Cable for 1000 Ports LMG for +ve & -Ve

Optical cables, patch cords, connectors etc

Structured Cabling (with patch cords, patch cables,


cable managers, CAT-5e cable etc. )
Services (Installation and Commissioning Charges etc)

10

1
Quantity

Hardware

Software

1
1
1 lot

Cable as
required
Jumper
wire
TAG Block

1 lot

Power
cable as
required
As
required
As
required

1 lot

1 set
1 set
1

C2:Bill of Material for POTS only Cards


1
POTS Line Card (As per Bidders ports / card) Hardware
2
POTS Line Card (As per Bidders ports / card) Software
3
Services (Installation and Commissioning Charges etc)

Quantity

C3:Bill of Material for CCB-32/SDT PCO card


1
CCB-32/SDT PCO Line Card (As per Bidders ports / card)
Hardware (32 Ports)
2
CCB-32/SDT PCO Line Card (As per Bidders ports / card)
Software (32 Ports)
3
Services (Installation and Commissioning Charges etc)

Quantity

C4:Bill of Material for Combo cards (POTS+ADSL2+ on same


physical port)
1
ADSL2+ Line Card (As per Bidders ports / card) Hardware
2
ADSL2+ Line Card (As per Bidders ports / card) Software
3
Services (Installation and Commissioning Charges etc)

Quantity

Note:- In Case Combo Card solution is not available, Separate POTS & ADSL 2+ cards shall be
quoted with additional Slots in LMGs and all other accessories such as cable, splitter etc. as
followsC4(i):Bill of Material for POTS Cards as alternative to Combo
cards POTS Ports
1
POTS Line Card (As per Bidders ports / card) Hardware
2
POTS Line Card (As per Bidders ports / card) Software
3
Services (Installation and Commissioning Charges etc)

Quantity

222

Class 5 NGN tender (Section-6)

NWP-CFA, BSNL C.O., New Delhi

+
C4(ii):Bill of Material for ADSL2+ Cards as alternative to Combo
cards ADSL2+ Ports
1
ADSL2+ Line Card (As per Bidders ports / card) Hardware
2
ADSL2+ Line Card (As per Bidders ports / card) Software
3
Services (Installation and Commissioning Charges etc)

D1:Bill of Material for 2000P LMG (Per LMG)


1
2000P LMG Chassis including power supply and other
common control cards (with 6 x GE interfaces)
2
2000P LMG Chassis including power supply and other
common control cards (with 6 x GE interfaces)
3
Wired Rack for 2000P LMG
4
Switch Board Cable (0.5mm) for terminating LMGs ports
at MDF for full capacity of LMGs with connector at
LMG end
5
Jumper wire (0.5mm) for 2000 Ports @10mt/port
6
7

MDF TAG Blocks of 128 ports termination type for 2000


Ports LMGs
Power Cable for 2000P LMG for +ve & -Ve

Optical cables, patch cords, connectors etc

Structured Cabling (with patch cords, patch cables,


cable managers, CAT-5e cable etc. )
Services (Installation and Commissioning Charges etc)

10

Quantity

Hardware

Software

1
1
1 lot

Cable as
required
Jumper
wire
TAG Block

1 lot

Power
cable as
required
As
required
As
required

1 lot

1 set
1 set
1

D2:Bill of Material for POTS only Cards


1
POTS Line Card (As per Bidders ports / card) Hardware
2
POTS Line Card (As per Bidders ports / card) Software
3
Services (Installation and Commissioning Charges etc)

Quantity

D3:Bill of Material for CCB-32/SDT PCO card


1
CCB-32/SDT PCO Line Card (As per Bidders ports / card)
Hardware (32 Ports)
2
CCB-32/SDT PCO Line Card (As per Bidders ports / card)
Software (32 Ports)
3
Services (Installation and Commissioning Charges etc)

Quantity

D4:Bill of Material for Combo cards (POTS+ADSL2+ on same


physical port)
1
ADSL2+ Line Card (As per Bidders ports / card) Hardware
2
ADSL2+ Line Card (As per Bidders ports / card) Software
3
Services (Installation and Commissioning Charges etc)

16

Quantity

Note:- In Case Combo Card solution is not available, Separate POTS & ADSL 2+ cards shall be
quoted with additional Slots in LMGs and all other accessories such as cable, splitter etc. as followsD4(i):Bill of Material for POTS Cards as alternative to Combo
cards POTS Ports
1
POTS Line Card (As per Bidders ports / card) Hardware
2
POTS Line Card (As per Bidders ports / card) Software
3
Services (Installation and Commissioning Charges etc)

Quantity

223

Class 5 NGN tender (Section-6)

NWP-CFA, BSNL C.O., New Delhi

+
D4(ii):Bill of Material for ADSL2+ Cards as alternative to Combo
cards ADSL2+ Ports
1
ADSL2+ Line Card (As per Bidders ports / card) Hardware
2
ADSL2+ Line Card (As per Bidders ports / card) Software
3
Services (Installation and Commissioning Charges etc)

Quantity

E:Bill of Material for ISDN Ports(E1 PRI) supported in LMGs


1
ISDN PRI Line Card (As per Bidders ports / card) Hardware
2
ISDN PRI Line Card (As per Bidders ports / card) Software
3
Services (Installation and Commissioning Charges etc)

Quantity

Note:- In Case ISDN PRI is not supported in LMGs, then ISDN PRI solution as mentioned below
shall be quoted along with rack/chassis and all other accessories such as cable, splitter etc.
E1: Bill of Material for 32 P IAG (Per IAG)
1
32P IAG Chassis including power supply and other
common control cards Hardware (with 2 x GE
interfaces)
2
32P IAG Chassis including power supply and other
common control cards Software (with 2 x GE interfaces)
3
Wired Rack for 32P IAG
4
cable to terminate IAG to DDF
5

Power Cable for 32 IAG (+ve & -ve )

Optical cables, patch cords, connectors etc

Services (Installation and Commissioning Charges etc)

Hardware

Software

1
1 set
1 lot

As
required
As
required
As
required

E2:Bill of Material for ISDN PRI Cards


1
ISDN PRI Line Card (As per Bidders ports / card) Hardware
2
ISDN PRI Line Card (As per Bidders ports / card) Software
3
Services (Installation and Commissioning Charges etc)
F:Bill of Material for eMS for NOC / DRNOC
1
eMS Hardware for NOC
2
eMS Software for NOC
3
eMS Hardware for DRNOC
4
eMS Software for DRNOC
5
eMS license for NOC per Node
6
eMS license for DRNOC per Node
7
Services (Installation and Commissioning Charges etc) along
with integration charges with other Applications, PMS, NMS
etc

1 lot
1 lot
1

Quantity

1
Quantity
1
1
1
1
1
1

G: Bill of Material for Layer-3 LAN Switch (Per Switch) for LMG sites
1
Chassis including power supply and other common
Hardware
control cards Hardware
2
Chassis including power supply and other common
Software
control cards Software
3
Wired Rack for LAN Switch
5
Power Cable for LAN Switch (+ve & -ve )
As
required
6
Optical cables, patch cords, connectors etc
As

1
1
1 set
1 lot
1 lot

224

Class 5 NGN tender (Section-6)

NWP-CFA, BSNL C.O., New Delhi

required
7

Structured Cabling (with patch cords, patch cables,


cable managers, CAT-5e cable etc. )
Services (Installation and Commissioning Charges etc)

G1:Bill of Material for Interface Cards for all LAN Switch for LMG
sites
1
Electrical GigE Interface Card (Min 5 ports / card)
Hardware
2
Electrical GigE Interface Card (Min 5 ports / card) Software
3
Electrical GigE Interface Card (Min 4 ports / card)
Hardware
4
Electrical GigE Interface Card (Min 4 ports / card) Software
5
Electrical GigE Interface Card (Min 2 ports / card)
Hardware
6
Electrical GigE Interface Card (Min 2 ports / card) Software

Quantity

60

8
9
10
11
12
13

10 GigE Optical Interface Card (Min 2 ports / card)


Hardware
10GigE Optical Interface Card (Min 2 ports / card) Software
Optical GigE Interface Card (Min 4 ports / card) Hardware
Optical GigE Interface Card (Min 4 ports / card) Software
Optical GigE Interface Card (Min 2 ports / card) Hardware
Optical GigE Interface Card (Min 2 ports / card) Software
Services (Installation and Commissioning Charges etc)

60
60
140
140
400
400

60
140
140
400
400

225

Class 5 NGN tender (Section-8)

NWP-CFA, BSNL C.O., New Delhi

Section 7
List of TEC GRs (Technical Specifications)
Following is the list of TEC GR referred in this tender document. Bidders shall furnish
clause-by-clause compliance to the latest edition of these TEC GRs (available at the
time of biding)NW Element / system description

Referred TEC GRs /SRs / SDs

1.

IMS TISPAN Architecture

TEC GR /SW ITA -001/ 02 March-10

2.

Session Border Controller (SBC)

GR /SBC -01/ 02 Mar-10

3.

Media server

GR/ MDS-01/02 March 2009

4.

SIP Application server(SAS)

GR /SAS -01/ 01 Nov. 2009

5.
6.

Services For NGN Subscribers


Line Media Gateway

TEC/SR/NSF-SU2/01/JAN-09
GR/SW/LMG - 001/01 Jan 2009

7.

National standards on SIP

SD/ SIP 01/ 01 Sept 2008

8.

National standards on H.248

SD/GCP 01/ 01 Sept 2008

9.

National standards on SIGTRAN

SD/SIGTRAN- 01/ 01 Sept 2008

S.No.

10. Aggregation switch ( LAN Switch)

GR/ LSW-01/02 Oct 2003

11. Firewall system

GR/ FWS-01/02 Sept 2006

12. IP based Centrex features

GR No. GR/ IPC -01/01

13. SIP Terminal

GR/TER-SIP/01 MAR-10

14. VRLA Batteries

GR/BAT-01/03 MAR 2004

15. UPS

GR/UPS-01/03.MAY2006

16. SMPS Power Plants

GR/SMP-01/05.JAN2005

17. Lawful Interception System

TEC/GR/SW/LIM- 01/03 DEC-08 and


TEC/GR/SW/LIS- 01/03 JUN-08

18. Element Management System

GR /EMS-01/01 Jun 2007

19. NMS

TEC/GR/SD/NMS-02/01-Feb 2005

Click Here for clarifications in respect of Clause No. list of TEC GRs , TEC GR-sl no. 02,
TEC GR-sl no. 14, TEC GR-sl no. 16, TEC-GR-MGW(QCELP), TEC-GR-MGW(R2MFC),
TEC-GR-SIGTRA-N-SUA and V5.2

234

Class 5 NGN tender (Section-8)

NWP-CFA, BSNL C.O., New Delhi

SECTION- 8
UNDERTAKING & DECLARATION
PART A
Undertaking for understanding the terms & condition of Tender & Spec. of work

This Deed of Undertaking executed on this______

day of

------------ Two

thousand and ------------------ by (Name of authorised representative of the Bidder) -------------------------------------------- S/O ------------------------------------residing at----------------------------------------------on behalf of said M/s ------------------------------------------------------------(Name of the Company,.) having its office at------------------------------------------------------------------and duly authorised to sign, file and verify present undertaking by the said -----------------------------(Name of the Company,) in favour of Bharat Sanchar Nigam Limited, a
Government of India Undertaking having its Registered Office at Bharat Sanchar
Bhavan, Harish Chandra Mathur Lane, Janpath Road, New Delhi-110 001 New Delhi
and local office at ---------------------------------------- (hereinafter called BSNL which terms
shall mean and include its successors, administrators, heirs and assigns).

I/ We ------------------------------------------------- acknowledge that I/We ------------------------------------------------------have fully understood and are aware of the terms &
conditions of the Tender Document/ Contract & offer to execute the work at the rates
quoted by us in the Bid and do hereby unequivocally and unconditionally undertake and
declare that :
(i)

I/ We -----------------------------------shall comply with all the rules/ regulations/ Laws/


Government instructions/ status etc. that are applicable/ will be made applicable
and or are aimed to protect the interest of the workers/ employees engaged by
me / us in the past and during the course of performance of the contract with
BSNL.

(i)

I/We shall fully protect, indemnify and hold harmless BSNL and its employees,
officers, Directors, agents or representatives from and against any and all
liabilities, losses, actions, judgments, damages, fines, penalties and costs
(including legal costs and disbursements ) arising from or relating to:
(a) Any breach/ violation of any direction, order from any governmental authority
any provisions of the labour laws or any other laws, statute or regulation that are

227

Class 5 NGN tender (Section-8)

NWP-CFA, BSNL C.O., New Delhi

or will be aimed to protect the interest of the workers/ laborers engaged by the
contractor in past and during the course of this contact
OR
(b) Any other payments, claims or liability that may arise for ensuring compliance of
the provisions of any of the labour laws or any other laws, etc.
OR
(c) Any other claim made by any third party in connection with any violation of any of
the laws, guidelines, instruction, etc.

In witness whereof this undertaking has caused on the ------------------------Day--------------Month of --------------------------Year

Date:
Place:

Signature:------------------------Name :-------------------------------Designation:-------------------------WITNESS : 1. ..
2. .

228

Class 5 NGN tender (Section-8)

NWP-CFA, BSNL C.O., New Delhi

SECTION 8
PART B
NEAR RELATIONS CERTIFICATE
(Certificate to be given by the Bidder in respect of status of employment of his/ her near
relative (s) in BSNL)
I.s/o..r/o

.hereby
certify that none of my relative(s) as defined in the Tender Document is/are
employed in BSNL unit as per details given in Tender Document. In case at any
stage, it is found that the information given by me is false / incorrect, BSNL shall
have the absolute right to take any action as deemed fit/without any prior
intimation to me.
Signature of the Bidder
with date and seal
Click here for clarification in respect of section 8-PartB on NRC

229

Class 5 NGN tender (Section-9)

NWP-CFA, BSNL C.O., New Delhi

SECTION- 9
PART(A)
FORMAT FOR THE BID SECURITY
(To be typed on Rs.100/- non-judicial stamp paper)
Whereas .................................. (hereinafter called the Bidder) has submitted its bid
dated............for the supply
of ........................ vide Tender No
dated............ KNOW ALL MEN by these presents that WE ....................... OF
.................... having our registered office at .................(hereinafter called the Bank) are
bound unto Bharat Sanchar Nigam Limited (hereinafter called the Purchaser) in the
sum of Rs.................... for which payment will and truly to be made of the said
Purchaser, the Bank binds itself, its successors and assigns by these present.
THE CONDITIONS of the obligation are:
1.

If the Bidder withdraws his Bid during the Bid Validity Period specified by the
Bidder on the Bid Form; or

2.

If the Bidder, having been notified of the acceptance of his Bid by the Purchaser
during the Bid Valdity Period
(a)

fails or refuses to execute the Contract, if required; or

(b)

fails or refuses to furnish the Bid Security , in accordance with the


instructions to Bidders.

We undertake to pay to the Purchaser up to the above amount upon receipt of its first
written demand, without the Purchaser having to substantiate its demand, provided that
in its demand, the Purchaser will note that the amount claimed by it is due to it owning to
the occurrence of one or both of the two conditions, specifying the occurred condition or
conditions.
This guarantee will remain in force as specified in Clause 12 and Clause 28.2 of Section
4 Part A of the Tender upto and including Thirty (30) days after the Bid Validity Period
and any demand in respect thereof should reach the Bank not later than the specified
date/dates.
Signature of the Bank Authority.
Name
Signed in Capacity of
Name & Signature of witness
Address of witness

READ, UNDERSTOOD & COMPILED


(Signature of Bidder)

Full address of Branch


Tel No. of Branch
Fax No. of Branch

Page 230

Class 5 NGN tender (Section-9)

NWP-CFA, BSNL C.O., New Delhi

SECTION 9
PART(B)
FORMAT FOR PERFORMANCE SECURITY
(To be typed on Rs.100/- non-judicial stamp paper)
In consideration of the CMD, BSNL (hereinafter called BSNL) having agreed to exempt
___________________ (hereinafter called the said contractor(s)) from the demand
under the terms and conditions of an agreement/Advance Purchase Order No
________________ dated ____________ made between _____________________
and __________________ for the supply of _______________________ (hereinafter
called the said agreement ), of security deposit for the due fulfillment by the said
contractor (s) of the terms and conditions contained in the said Agreement, on
production of the bank guarantee for _____________________________________we,
(name of the bank) _________________________ ( hereinafter refer to as the bank) at
the request of ___________________________________ (contractor(s)) do hereby
undertake to pay to the BSNL an amount not exceeding ___________________ against
any loss or damage caused to or suffered or would be caused to or suffered by BSNL by
reason of any breach by the said Contractor(s) of any of the terms or conditions
contained in the said Agreement.
2.
We (name of the bank) ____________________ do hereby undertake to pay the
amounts due and payable under this guarantee without any demure, merely on a
demand from the BSNL by reason of breach by the said contractor(s) of any of the terms
or conditions contained in the said Agreement or by reason of the contractors(s) failure
to perform the said Agreement. Any such demand made on the bank shall be conclusive
as regards the amount due and payable by the Bank under this guarantee where the
decision of BSNL in these counts shall be final and binding on the bank. However, our
liability under this guarantee shall be restricted to an amount not exceeding
___________________________________.
3.
We under take to pay to the BSNL any money so demanded notwithstanding
any dispute or disputes raised by the contractor(s)/supplier(s) in any suit or proceeding
pending before any court or tribunal relating thereto our liability under this present being
absolute and unequivocal. The payment so made by us under this bond shall be valid
discharge of our liability for payment there under and the contractor(s)/supplier(s) shall
have no claim against us for making such payment.
4.
We( name of the bank)_________________________ further agree that the
guarantee herein contained shall remain in full force and effect during the period that
would be taken for the performance of the said agreement and that it shall continue to be
enforceable till all the dues of the BSNL under or by virtue of the said Agreement have
been
fully
paid
and
its
claims
satisfied
or
discharged
or
till
________________________(office/Department) BSNL certifies that the terms and
conditions of the said Agreement have been fully or properly carried out by the said
contractor(s) and accordingly discharges this guarantee. Unless a demand or claim
under this guarantee is made on us in writing on or before the expiry of TWO/TWO AND
HALF/THREE YEARS (as specified in P.O) from the date hereof, we shall be discharged
from all liabilities under this guarantee thereafter.
5.
We (name of the bank)_________________________ further agree with the
BSNL that the BSNL shall have the fullest liberty without our consent and without

READ, UNDERSTOOD & COMPILED


(Signature of Bidder)

Page 231

Class 5 NGN tender (Section-9)

NWP-CFA, BSNL C.O., New Delhi

affecting in any manner our obligations hereunder to vary any of the terms and
conditions of the said Agreement or to extend time of performance by the said
contractor(s) from time to time or to postpone for any time or from time to time any of the
powers exercisable by the BSNL against the said Contractor(s) and to forbear or enforce
any of the terms and conditions relating to the said agreement and we shall not be
relieved from our liability by reason of any such variation, or extension being granted to
the said Contractor(s) or for any forbearance, act or omission on the part of the BSNL or
any indulgence by the BSNL to the said Contractor(s) or by any 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 will not be discharged due to the change in the constitution of the
Bank or the Contractor(s)/supplier(s).
7.
We (name of the bank) ____________________ lastly undertake not to revoke
this guarantee during its currency except with the previous consent of the BSNL in
writing.

Dated the ________________ day of


_______

for
__________________________________
(indicate the name of bank)

232

Class 5 NGN tender (Section-9)

NWP-CFA, BSNL C.O., New Delhi

SECTION 9
PART(C)
LETTER OF AUTHORISATION FOR ATTENDING TOE
[On the letterhead of the Bidder company]
( To reach AGM(MM) before Bid Opening Date)
To
The AGM(MM),
BSNL Corporate Office,
Bharat Sanchar Bhawan, HC Mathur lane, Janpath
New Delhi 110 001
Subject :
Authorisation for attending bid opening TOE on
________________________________(date) in the Tender of
_________________________________________________________.
Dear Sir,
Following persons are hereby authorised to attend the bid opening for the Tender
mentioned above on behalf of ______________________________________________
(Bidder) in order of preference given below.
Order of Preference
Name
Specimen Signatures
I.
II.
Alternate
Representative

Signatures of bidder
Or
Officer authorized to sign the Bbid
Documents on behalf of the Bidder.
Note :
1.

Maximum of two representatives will be permitted to attend the TOE . In cases


where it is restricted to one, first preference will be allowed. Alternate representative
will be permitted when regular representatives are not able to attend.

2.

Permission for entry to the hall where bids are opened, may be refused in case
authorization as prescribed above is not received by BSNL prior to the Bid Opening
Date.

233

Class 5 NGN tender (Section-9)

NWP-CFA, BSNL C.O., New Delhi

SECTION 9
PART(D)
INTEGRITY PACT AGREEMENT
To be signed on plain paper by
Both BSNL and the Bidder
This Integrity Pact Agreement is made on ___ day of ____, 2011, by and between:
Bharat Sanchar Nigam Limited (BSNL) (hereinafter referred to as The Principal)
And
.. (hereinafter referred to as The Bidder/Contractor)
Each of the Principal and the Bidder shall be individually referred to as the Party and
collectively as the Parties.
Preamble
A.
The Principal intends to award, under laid down organizational procedures,
contract/s for. (Tender). The Principal values full compliance with all
relevant laws and regulations, and the principles of economic use of resources, and of
fairness and transparency in its relations with its Bidder/s .
B.
In order to achieve these goals, the Principal will appoint an Independent External
Monitor (as hereinafter defined) who will monitor the Tender process and the execution of
the contract for compliance with the principles mentioned above.
Section 1 Commitments of the Principal
1.1
The Principal commits itself to take all measures necessary to prevent corruption
and to observe the following principles:1.2
No employee of the Principal, personally or through family members, will in
connection with the Tender for, or the execution of a contract, demand, take a
promise for or accept, for him/herself or third person, any material or immaterial
benefit which he/she is not legally entitled to.
1.3
The Principal will, during the Tender process treat all Bidder(s) with equity and
reason. The Principal will in particular, before and during the Tender process,
provide to all Bidder(s) the same information and will not provide to any Bidder(s)
confidential/additional information through which the Bidder(s) could obtain an
advantage in relation to the tender process or the contract execution.
1.4
The Principal will exclude from the process all known prejudiced persons.
If the Principal obtains information on the conduct of any of its employees which is a
criminal offence under the relevant Anti-Corruption Laws of India, or if there be a
substantive suspicion in this regard, the Principal will inform its Corporate Vigilance
Office of BSNL (Corporate Vigilance Office) and in addition can initiate disciplinary
actions.
1.1
Section 2 Commitments of the Bidder(s) The Bidder(s) commits itself to take all
measures necessary to prevent corruption. He commits himself to observe the
following principles during his participation in the Tender process and during the
contract execution.
1.2
The Bidder(s) will not, directly or through any other person or firm, offer, promise or
give to any of the Principals employees involved in the tender process or the
execution of the contract or to any third person any material or immaterial benefit
which he/she is not legally entitled to, in order to obtain in exchange any advantage

234

Class 5 NGN tender (Section-9)

NWP-CFA, BSNL C.O., New Delhi

of any kind whatsoever during the tender process or during the execution of the
contract.
1.3
The Bidder(s) will not enter with other Bidder(s) into any undisclosed agreement or
understanding, whether formal or informal. This applies in particular to prices,
specifications, certifications, subsidiary contracts, submission or non-submission of
bids or any other actions to restrict competitiveness or to introduce cartelization in
the bidding process.
1.4
The Bidder(s)
will not commit any offence under the relevant applicable laws
include the anti-corruption laws of India; further the Bidder(s)/Contractor(s) will not
use improperly, for purposes of competition or personal gain, or pass on to others,
any information or document provided by the Principal as part of the business
relationship, regarding plans, technical proposals and business details, including
information contained or transmitted electronically.
1.5
The Bidder(s)/ will, when presenting his Bid, disclose any and all payments he has
made, is committed to or intends to make to agents, brokers or any other
intermediaries in connection with the award of the Contract.
2.6The Bidder(s) will not instigate third persons to commit offences outlined above or be an
accessory to such offences.
Section 3 Disqualification from Tender process and exclusion from future contracts
If the Bidder(s) before award of the Contract or during execution of the Contract has
committed a transgression through a violation of Section 2, above or in any other form such
as to put his reliability or credibility in question, the Principal is entitled to disqualify the
Bidder(s)/Contractor(s) from the tender process or take action as per the defined
procedure.
Section 4 Compensation for Damages
4.1
If the Principal has disqualified the Bidder(s) from the Tender process prior to the
award of the Tender, according to Section 3, the Principal is entitled to demand and
recover the damages equivalent to Bid Security.
4.2
If the Principal has terminated the Contract in accordance with Section 3, or if the
Principal is entitled to terminate the Contract according to Section 3, the Principal
shall be entitled to demand and recover from the Contractor the amount equivalent
to Performance Security in addition to any other payments as per terms and
conditions of the Tender Document.
Section 5 Previous transgression
5.1
The Bidder declares that no previous transgression occurred in the last 3 years with
any other Company in any country conforming to the anti-corruption approach or
with any other public sector enterprise in India that could justify his exclusion from
the Tender process.
5.2
If the Bidder makes any incorrect , contrary to the provisions of this Section 5, , he
can be disqualified from the Tender process or action can be taken as per the
defined procedure.
Section 6 Equal treatment of all Bidders/ Subcontractors
6.1
The Principal will enter into agreements with identical conditions as this one with all
Bidders
6.2 The Bidder(s) undertake(s) to demand from all subcontractors a commitment in
conformity with this Integrity Pact Agreement.
6.3
The Principal will disqualify from the Tender process all Bbidders who do not sign
this Integrity Pact Agreement or violate its provisions.
Section 7 Criminal charges against violating Bidder(s)/ Subcontractor(s)

235

Class 5 NGN tender (Section-9)

NWP-CFA, BSNL C.O., New Delhi

If the Principal obtains knowledge of conduct of a Bidder, or Subcontractor, or of an


employee or a representative or an associate of a Bidder, or Subcontractor, which
constitutes a violation of the terms and conditions of stated herein, or if the Principal has
substantive suspicion in this regard, the Principal will inform the Corporate Vigilance Office.
Section 8 Independent External Monitor
8.1

8.1

8.2

8.4

8.5

8.6

8.7

8.8

8.9

The Principal appoints competent and credible ndependent mexternal Monitor for
this Intergity Pact Agreement (Independent External Monitor). The task of the
Independent Extenral Monitor is to review independently and objectively, whether
and to what extent the Parties comply with the obligations under this Integrity Pact
Agreement.
The Independent External Monitor is not subject to instructions by the
representatives of the Parties and performs his functions neutrally and
independently. He reports to the CMD of the BSNL.
The Bidder(s) accepts that the Independent External Monitor has the right to access
without restriction to all project documentation of the Principal including that
provided by its sub-contractor. The Bidder will also grant the Independent External
Monitor, upon his request and demonstration of a valid interest, unrestricted and
unconditional access to his project documentation. The same is applicable to the
subcontractors of the Bidder. The Independent External Monitor is under contractual
obligation to treat the information and documents of the Bidder(s)/ Subcontractor(s)
with confidentiality.
Notwithstanding anything contained in this Section, the Bidder(s) shall have no
obligation whatsoever to provide any internal costing mechanisms or any internal
financial or commercial data pursuant to any audit or review conducted by or on
behalf of the Principal. Further, the Bidder(s) shall not be required to provide any
data relating to its other customers, or any personnel or employee related date.
The Principal will provide to the Independent External Monitor sufficient information
about all meetings among the Parties related to the project provided such meetings
could have an impact on the contractual relations between the Principal and the
Bidder. The Parties offer to the Independent External Monitor the option to
participate in such meetings.
As soon as the Independent External Monitor notices, or believes to notice, a
violation of this Integrity Pact Agreement, he will so inform the management of the
Principal and request the management to discontinue or take corrective action, or to
take other relevant action. The Independent External Monitor can in this regard
submit non-binding recommendations. Beyond this, the Independent External
Monitor has no right to demand from the Parties that they act in a specific manner,
refrain from action or tolerate action.
The Independent External Monitor will submit a written report to the Chairperson of
the Board of the Principal within 8 to 10 weeks from the date of reference or
intimation to him by the Principal and, should the occasion arise, submit proposals
for correcting problematic situations.
If the Independent External Monitor has reported to the CMD of the BSNL, a
substantiated suspicion of an offence under Applicable Laws including relevant anticorruption laws of India, and BSNL has not, within reasonable time, taken visible
action to proceed against such offence or reported it to the Corporate Vigilance
Office, the Independent External Monitor may also transmit this information directly
to the Central Vigilance Commissioner, Government of India.
The word Independent External Monitor would include both singular and plural.

236

Class 5 NGN tender (Section-9)

NWP-CFA, BSNL C.O., New Delhi

Section 9 Term
9.1
This Interity Pact Agreement shall commence upon the date of signature by BSNL
and shall continue (a) for the Successful Bidder for a period of 12 months after the
last payment has been made by the Principal to the Successful Bidder under the
Contract, and (ii) for all other Bidders 6 months after the Contract has been awarded
to the Successful Bidder (Term).
9.2
If any claim is made/ lodged during this time, the same shall be binding and continue
to be valid despite the lapse of this Integrity Pact Agreement as specified above,
unless it is discharged/determined by CMD, BSNL.
Section 10 Other provisions
10.1 This Integrity Pact Agreement is subject to the laws of India. The place of
performance and jurisdiction is the registered office of the Principal, i.e. New Delhi.
The arbitration clause provided in the Tender Document / contract shall not be
applicable for any issue /dispute arising under Integrity Pact Agreement.
10.2 Changes and supplements as well as termination notices need to be made in writing.
10.3
Should one or several provisions of this Integrity Pact Agreement turn out to be
invalid, the remainder of this Intergity Pact Agreement remains valid. In this case,
the parties will strive to come to an agreement to their original intention.
10.4 Capitalised terms not defined in the Integrity Pact Agreement shall have the
meaning assigned to it in the Tender.
----------------------------------------------------------------For the Principal
For the Bidder/Contractor

Place

Witness 1 :

Date

Witness 2 :

237

Class 5 NGN tender (Section-10)

NWP-CFA, BSNL C.O., New Delhi

SECTION- 10
BIDDERS PROFILE
(To be filled in and submitted by the Bidder)
11.

Bidders (Company)Profile

1.

Name of the Company: :

2.

Present Correspondence Address

..

..
Telephone No. .. Mobile No. ... FAX
No.
3.

Address of place of Works/ Manufacture


.
Telephone No. .... Mobile No.

4.
5.

Registration No. Of the Company:


Name of the Director(s) of the Company:
S. No.
1.

Name

Fathers Name

Designation

2.
6.

Name of the person authorized to enter into and execute contract/ agreement and
the capacity in which he is authorized :

..

7.

Permanent Account No. :

8.

Whether the firm has Office/ works (i.e. manufacture of the tendered item) in
Delhi? If so state its Address

Name and Signature ..


In the capacity of..
Duly authorized to sign the bid for and on behalf of..............................................
Address........................................
Signature..
Click here for clarification in respect of clause no. 11 above

238

Class 5 NGN tender (Section-11 Part-1)

NWP-CFA, BSNL C.O., New Delhi

SECTION- 11
PART-I
BID FORM
Dated: xx.xx.xxxx.

From
..
..
..
..
Tender No.

To
AGM (MMY), BSNL CO,
IInd Floor, Bharat Sanchar Bhawan,
HCM Lane, Janpath,
New Delhi-110001
Date :

Dear Sir,
1.

2.
3.

4.

5.

Having examined the Tender Document including the General Conditions of


Contract, Special Conditions of Contract, the Detailed Technical Requirements, and
other specifications including amendments made from time to time the receipt of
which is hereby duly acknowledged, we, undersigned, offer to supply and deliver
the Goods and Services in conformity with the Tender Document including the said
drawings, General Conditions of Contract, Special Conditions of Contract, the
Detailed Technical Requirements and other specifications for the sum shown in the
Price Schedule submitted and made part of this Bid.
We undertake, if our Bid is accepted, the delivery schedule as detailed in the Tender
Document will be strictly followed by us.
If our Bid is accepted, we will submit the Performance Security from a scheduled
bank for a sum @ 5% of the value of the APO for the due performance of the
Contract.
We agree to abide by this Bid for a period of 150 days from the Bid Opening Date
and it shall remain binding upon us and may be accepted at any time before the
expiration of that period.
We understand that you are not bound to accept the lowest or any bid, that BSNL
may receive.

1.

We understand that the Bid so submitted is the true copy of Tender Document
available on the BSNL website www.bsnl.co.in. Any deviation from the terms and
conditions stated in the Tender will result in the rejection of the Bid.

2.

Capitalised terms not defined herein shall have the meaning assigned to it in the
Tender Document.
Dated this .............................. day of ........................ 2011

Name and Signature ..


In the capacity of..
Duly authorized to sign the bid for and on behalf of..............................................
Witness.........................................
Address........................................
Signature..

239

1.1

1.2

Sl
No

2
%
Amt

4
5
6
7
8
9
10
11
12
13
14
16
17
18
19 20

15

Customs Tarriff Head

Percentage(%) of customs
duty

Import content

Amt
E.D.Tarriff Head

%
Total discounted price
excluding Duties &Taxes
CENVAT -able (15-16)

Amt
Discount offerred, if any

Unit price excluding Duties


& Taxes CENVAT able (1213)
Total price inclusive of all
levies & charges excluding
Duties&Taxes (3x14)

F.F Pkg & I


Duties & taxes CENVAT-able
on unit price

Sales Tax
Unit Price (all inclusive)
(4+6+8+10+11)

Excise
Duty
Other levies & charges ,if
any

Ex-factory price (Basic unit


price exclusive of alllevies &
charges)

Total quantity

Item description

Class 5 NGN tender (Section -11 Part-II)


NWP-CFA, BSNL C.O., New Delhi

SECTION- 11 PART-II(A)
Price Schedule for Indigenous Items for Package-I
IMS- Call Server & HSS Based NGN Class-5 Core

3
21

Call /session
controller
(CSCF)
(P-CSCF,ICSCF, SCSCF,E-CSCF)
Hardware (with
each module,
component etc.)
Software(with
each module,
component etc.)
Breakout
Gateway
function
(BGCF) , Media
gateway
Control
Function(MGC
F)

240

Class 5 NGN tender (Section -11 Part-II)


A

1.3

1.4

1.5
A

NWP-CFA, BSNL C.O., New Delhi

Hardware (with
each module,
component etc.)
Software(with
each module,
component etc.)
NASS Network
Attachment
Subsystem
(NASS)
Hardware (with
each module,
component etc.)
Software(with
each module,
component etc.)
Resource and
Admission
Control
Subsystem
(RACS) (I.e.
RACF / PCRF)
Hardware (with
each module,
component etc.)
Software(with
each module,
component etc.)
Charging
Function
Hardware (with
each module,
component etc.)
Software(with
each module,
component etc.)
Home
Subscriber

241

Class 5 NGN tender (Section -11 Part-II)

3
A

4
4.1

4.2

NWP-CFA, BSNL C.O., New Delhi

Server (HSS)/
User Services
Profile
Function
(USPF)
Hardware (with
each module,
component etc.)
Software(with
each module,
component etc.)
SIP Application
Server
Hardware (with
each module,
component etc.)
Software(with
each module,
component etc.)
Session Border
Controller
Session Border
Controller
(Access)
Hardware (with
each module,
component etc.)
Software(with
each module,
component etc.)
Session Border
Controller
(Network)
Hardware (with
each module,
component etc.)
Software(with
each module,

242

Class 5 NGN tender (Section -11 Part-II)

NWP-CFA, BSNL C.O., New Delhi

component etc.)
5

6
A

Media Server
/MRF
(MRFC/MRFP)
Hardware (with
each module,
component etc.)
Software(with
each module,
component etc.)
ENUM Server
Hardware (with
each module,
component etc.)
Software (with
each module,
component etc.)
Prepaid
System
(2Million
Subscriber
base)
Hardware (with
each module,
component etc.)
Software (with
each module,
component etc.)
Multimedia
video
conference (6
Lakhs
subscribers
base)
Hardware (with
each module,
component etc.)

243

Class 5 NGN tender (Section -11 Part-II)


B

10

11

NWP-CFA, BSNL C.O., New Delhi

Software (with
each module,
component etc.)
Wide Area IP
Centrex (8
Lakhs
subscriber base)
Hardware (with
each module,
component etc.)
Software (with
each module,
component etc.)
Lawful
Interception
Monitoring
System
Hardware (with
each module,
component etc.)
Software (with
each module,
component etc.)
NMS(5000

Network
elements
through
different eMSs)
A

12

NM Server
Hardware (with
each module,
component etc.)
NM Server
Software (with
each module,
component etc.)
eMS

244

Class 5 NGN tender (Section -11 Part-II)


A

13

14

15

NWP-CFA, BSNL C.O., New Delhi

Element
Management
Hardware (with
each module,
component etc.)
Element
Management
Software (with
each module,
component etc.)
Firewall (with
each module,
component
etc.)
Hardware (with
each module,
component etc.)
Software (with
each module,
component etc.)
NIDS/NIPS
(with each
module,
component
etc.)
Hardware (with
each module,
component etc.)
Software (with
each module,
component etc.)
Aggregation
LAN Switch
(with each
module,
component
etc.)
Hardware (with

245

Class 5 NGN tender (Section -11 Part-II)

15.1

16

16.1

NWP-CFA, BSNL C.O., New Delhi

each module,
component etc.)
Software (with
each module,
component etc.)
Electrical GigE
Interface Card
(Min 16 ports
/card)
Hardware (with
each module,
cable, connector
etc.)
Software (with
each module,
component etc.)
Layer-3 LAN
Switch
(with each
module,
component
etc.)
Hardware (with
each module,
component etc.)
Software (with
each module,
component etc.)
Electrical GigE
Interface Card
(Min 8 ports
/card)
Hardware (with
each module,
cable, connector
etc.)
Software (with
each module,

246

Class 5 NGN tender (Section -11 Part-II)

NWP-CFA, BSNL C.O., New Delhi

component etc.)
16.2

17
A

18

GigE Optical
Interface Card
(Min 4 ports /
card)
Hardware (with
each module,
cable, connector
etc.)
Software (with
each module,
component etc.)
NTP Server
Hardware (with
each module,
cable, connector
etc.)
Software (with
each module,
component etc.)
Any other item
for successful
implementation
including
integration/inte
rworking
Hardware (with
each module,
component etc.)

Software (with
each module,
component etc.)

19

Tools &
Testers
VOIP
Performance
Analyzer

247

Class 5 NGN tender (Section -11 Part-II)


B
C
D
E
20
20.1
20.2
21

22
A

23
24

A
B
C
D

NWP-CFA, BSNL C.O., New Delhi

VOIP Protocol
Analyzer
Voice Quality
Analyzer
ISDN Tester
ADSL/VDSL
tester
Power Plant
SMPS Power
Plant
Batteries
UPS in N+N
configuration
with each UPS
having battery
back of 3
Hours
Workstation
Hardware (with
each module,
component etc.)
Software (with
each module,
component etc.)
Printer (Laser
Jet)
Annual
Maintenance
Contract
AMC Charge for
1st year
AMC Charge for
2nd year
AMC Charge for
3rd year
AMC Charge for

248

Class 5 NGN tender (Section -11 Part-II)

NWP-CFA, BSNL C.O., New Delhi

4th year
E
F
G
25
A
26
27

A
B
28
28.1

28.2

AMC Charge for


5th year
AMC Charge for
6th year
AMC Charge for
7th year
Operation &
Maintenance
O&M Charge for
1st year
Training model
Documentation
(three set for
each
Equipment)
Hard copy
Softcopy
Optional Item
Prepaid
System (for
addition of
1Million
Subscriber
base)
Hardware (with
each module,
component etc.)
Software(with
each module,
component etc.)
Multimedia
video
conference (for
addition of 1
Lakh

249

Class 5 NGN tender (Section -11 Part-II)

28.3

28.4

28.5

NWP-CFA, BSNL C.O., New Delhi

subscribers
base)
Hardware (with
each module,
component etc.)
Software (with
each module,
component etc.)
Wide Area IP
Centrex (for
addition of 1
Lakhs
subscriber base)
Hardware (with
each module,
component etc.)
Software (with
each module,
component etc.)

NMS (to
support for
additional 1000
Network
elements
through
different eMSs)
Hardware (with
each module,
component
etc.)
Software (with
each module,
component
etc.)
FMC
server/VCC

250

Class 5 NGN tender (Section -11 Part-II)


A

28.6

NWP-CFA, BSNL C.O., New Delhi

Hardware (with
each module,
component etc.)
Software (with
each module,
component etc.)
Media Gateway
control
fumction (
Class 4 DS0 for
0.8 Million
Circuits)
Hardware (with
each module,
component etc.)
Software (with
each module,
component etc.)
Note:
1."We hereby declare that in quoting the above prices, we have taken into account the entire credit on inputs available under the MODVAT
SCHEME introduce w.e.f. 1st March 1986 and further extended on more items till date.
2. If Annual maintenance Contract charges are required to be quoted as per SOR, basic charges should be shown in column -4 & the service
tax in column 11 &13
3. " We hereby certify that ED/ Customs Tariff Head shown in column 18/21 are correct & CENVAT Credit for the amount shown in column 13
above are admissible as per CEN VAT Credit Rules 2004"
4.The bidder shall quote separately for hardware and software as per special conditions of the contract.
5. The bidder submitted the offer with concessional E.D/sales tax shall submit the proof of applicable concessional ED/Sales tax.

251

Class 5 NGN tender (Section -11 Part-II B)

NWP-CFA, BSNL C.O., New Delhi

A
B
1.2

A
B
1.3
A
B
1.4

Amt

Amt

Amt

4A

10

11

13

12

14

15

16

Total discounted price


excluding Duties &Taxes
CENVAT -able (15-16)
Customs Tarriff Head

levies & charges excluding


Duties&Taxes (3x14)
Discount offerred, if any

Pkg&Inland
freight

Duties & taxes CENVAT-able


on unit price
Unit price excluding Duties
& Taxes CENVAT able (1213)
Total price inclusive of all

4B

Sales
Tax

Other levies & charges ,if


any
Price per Unit for site(all
inclusive) (4B+6+8+10+11)

2
Call /session controller (CSCF)
(P-CSCF,I-CSCF, S-CSCF,E-CSCF)
Hardware (with each module,
component etc.)
Software(with each module,
component etc.)
Breakout Gateway function
(BGCF) , Media gateway Control
Function(MGCF)
Hardware (with each module,
component etc.)
Software(with each module,
component etc.)
NASS Network Attachment
Subsystem (NASS)
Hardware (with each module,
component etc.)
Software(with each module,
component etc.)
Resource and Admission Control

Ex-factory price (Basic unit


price exclusive of alllevies &
charges)
Unit price per Unit CIF

Item description

Sl No.

1
1.1

Custom
duty

Total quantity

SECTION- 11 PART-II (B)


Price Schedule for Imported Items for Package-I
IMS- Call Server & HSS Based NGN Class-5 Core

17

18

252

Class 5 NGN tender (Section -11 Part-II B)

A
B
1.5
A
B
2

A
B
3
A
B
4
4.1
A
B
4.2
A
B
5

NWP-CFA, BSNL C.O., New Delhi

Subsystem (RACS) (I.e. RACF /


PCRF)
Hardware (with each module,
component etc.)
Software(with each module,
component etc.)
Charging Function
Hardware (with each module,
component etc.)
Software(with each module,
component etc.)
Home Subscriber Server (HSS)/
User Services Profile Function
(USPF)
Hardware (with each module,
component etc.)
Software(with each module,
component etc.)
SIP Application Server
Hardware (with each module,
component etc.)
Software(with each module,
component etc.)
Session Border Controller
Session Border Controller
(Access)
Hardware (with each module,
component etc.)
Software(with each module,
component etc.)
Session Border Controller
(Network)
Hardware (with each module,
component etc.)
Software(with each module,
component etc.)
Media Server /MRF (MRFC/MRFP)

253

Class 5 NGN tender (Section -11 Part-II B)


A
B
6
A
B
7
A
B
8
A
B
9
A
B
10
A
B
11

NWP-CFA, BSNL C.O., New Delhi

Hardware (with each module,


component etc.)
Software(with each module,
component etc.)
ENUM Server
Hardware (with each module,
component etc.)
Software (with each module,
component etc.)
Prepaid System (2Million
Subscriber base)
Hardware (with each module,
component etc.)
Software (with each module,
component etc.)
Multimedia video conference (6
Lakhs subscribers base)
Hardware (with each module,
component etc.)
Software (with each module,
component etc.)
Wide Area IP Centrex (8 Lakhs
subscriber base)
Hardware (with each module,
component etc.)
Software (with each module,
component etc.)
Lawful Interception Monitoring
System
Hardware (with each module,
component etc.)
Software (with each module,
component etc.)
NMS(5000 Network element

through different eMSs)


A

NM Server Hardware (with each


module, component etc.)

254

Class 5 NGN tender (Section -11 Part-II B)


B
12
A
B
13
A
B
14
A
B
15
A
B
15.1
A
B
16

A
B

NWP-CFA, BSNL C.O., New Delhi

NM Server Software (with each


module, component etc.)
eMS
Element Management Hardware
(with each module, component etc.)
Element Management Software (with
each module, component etc.)
Firewall (with each module,
component etc.)
Hardware (with each module,
component etc.)
Software (with each module,
component etc.)
NIDS/NIPS (with each module,
component etc.)
Hardware (with each module,
component etc.)
Software (with each module,
component etc.)
Aggregation LAN Switch (with
each module, component etc.)
Hardware (with each module,
component etc.)
Software (with each module,
component etc.)
Electrical GigE Interface Card (Min
16 ports /card)
Hardware (with each module, cable,
connector etc.)
Software (with each module,
component etc.)
Layer-3 LAN Switch
(with each module, component
etc.)
Hardware (with each module,
component etc.)
Software (with each module,
component etc.)

255

Class 5 NGN tender (Section -11 Part-II B)


16.1
A
B
16.2
A
B
17
A
B
18

A
B
19
A
B
C
D
E
20
20.1
20.2
21

22

NWP-CFA, BSNL C.O., New Delhi

Electrical GigE Interface Card (Min


8 ports /card)
Hardware (with each module, cable,
connector etc.)
Software (with each module,
component etc.)
GigE Optical Interface Card (Min 4
ports / card)
Hardware (with each module, cable,
connector etc.)
Software (with each module,
component etc.)
NTP Server
Hardware (with each module, cable,
connector etc.)
Software (with each module,
component etc.)
Any other item for successful
implementation including
integration/interworking
Hardware (with each module,
component etc.)
Software (with each module,
component etc.)
Tools & Testers
VOIP Performance Analyzer
VOIP Protocol Analyzer
Voice Quality Analyzer
ISDN Tester
ADSL/VDSL tester
Power Plant
SMPS Power Plant
Batteries
UPS in N+N configuration with
each UPS having battery back of
3 Hours
Workstation

256

Class 5 NGN tender (Section -11 Part-II B)


A
B
23
24
A
B
C
D
E
F
G
25
A
26
27
A
B
28
28.1
A
B
28.2
A
B
28.3
A

NWP-CFA, BSNL C.O., New Delhi

Hardware (with each module,


component etc.)
Software (with each module,
component etc.)
Printer (Laser Jet)
Annual Maintenance Contract
AMC Charge for 1st year
AMC Charge for 2nd year
AMC Charge for 3rd year
AMC Charge for 4th year
AMC Charge for 5th year
AMC Charge for 6th year
AMC Charge for 7th year
Operation & Maintenance
O&M Charge for 1st year
Training model
Documentation (three set for each
Equipment)
Hard copy
Softcopy
Optional Item
Prepaid System (for addition of
1Million Subscriber base)
Hardware (with each module,
component etc.)
Software(with each module,
component etc.)
Multimedia video conference (for
addition of 1 Lakh subscribers base)
Hardware (with each module,
component etc.)
Software (with each module,
component etc.)
Wide Area IP Centrex (for addition
of 1 Lakhs subscriber base)
Hardware (with each module,
component etc.)

257

Class 5 NGN tender (Section -11 Part-II B)


B

Software (with each module,


component etc.)

28.4

NMS(to support for additional


1000 Network elements through
different eMSs)
Hardware (with each module,
component etc.)
Software (with each module,
component etc.)

A
B
28.5
A
B
28.6
A
B
Note:

NWP-CFA, BSNL C.O., New Delhi

FMC server/VCC
Hardware (with each module,
component etc.)
Software (with each module,
component etc.)
Media Gateway control fumction
( Class 4 DS0 for 0.8 Million Circuits)
Hardware (with each module,
component etc.)
Software (with each module,
component etc.)
1."We hereby declare that in quoting the above prices, we have taken into account the entire credit on inputs available under the MODVAT
SCHEME introduce w.e.f. 1st March 1986 and further extended on more items till date.
2. If Annual maintenance Contract charges are required to be quoted as per SOR, basic charges should be shown in column -4 & the service tax in
column 11 &13
3. " We hereby certify that ED/ Customs Tariff Head shown in column 18/21 are correct & CENVAT Credit for the amount shown in column 13 above
are admissible as per CEN VAT Credit Rules 2004"
4.The bidder shall quote separately for hardware and software as per special conditions of the contract.
5. The bidder submitted the offer with concessional E.D/sales tax shall submit the proof of applicable concessional ED/Sales tax.

Click here for clarification in respect of Price Schedule for Package-I

258

Sl No.

1.2

B
1
Line Media
Gateway
(without
subscribers line
interface ports)

1.1

LMG 256 ports


Hardware (with
each module,
component etc.)
Software (with
each module,
component etc.)
Ex-factory price (Basic unit price
exclusive of alllevies & charges)

2
Total quantity

Item description

3
4

Excise Duty
Sales Tax
F.F Pkg & I

%
Amt
%
Amt
%
Amt

5
6
7
8
9
10

Unit price excluding Duties &


Taxes CENVAT able (12-13)

12
13
14
15
16
17
18

Customs Tarriff Head

19

Percentage(%) of customs duty

Import content

E.D.Tarriff Head

Total discounted price excluding


Duties &Taxes CENVAT -able (1516)

Discount offerred, if any

Total price inclusive of all levies &


charges excluding Duties&Taxes
(3x14)

Duties & taxes CENVAT-able on


unit price

11

Unit Price (all inclusive)


(4+6+8+10+11)

Other levies & charges ,if any

Class 5 NGN tender (Section -11 Part-II C)


NWP-CFA, BSNL C.O., New Delhi

SECTION- 11 PART-II (C)


Price Schedule for Indigenous Items for Package-II
NGN Access Equipments

2
0
2
1

LMG 500 ports


Hardware (with
each module,
component etc.)
Software (with
each module,

259

Class 5 NGN tender (Section -11 Part-II C)

NWP-CFA, BSNL C.O., New Delhi

component etc.)
1.3
A

1.4
A

2.1

A
B

C1

C2

LMG 1000 ports


Hardware (with
each module,
component etc.)
Software (with
each module,
component etc.)
LMG 2000 ports
Hardware (with
each module,
component etc.)
Software (with
each module,
component etc.)
LMG subscriber
Line interface
ports(Total)
Ports
distribution of
total ports for
256 PortLMG
POTS only Ports
CCB-32/ STD PT
(with reversal
facility for PCOs)
Combo (ADSL2 +
& POTS in same
physical port)
POTS Line Cards
as alternative to
Combo cards (As
per Bidders ports
/ card)
ADSL2+ Line
Card as
alternative to

260

Class 5 NGN tender (Section -11 Part-II C)

2.2

A
B

C1

C2

2.3

A
B

NWP-CFA, BSNL C.O., New Delhi

Combo cards (As


per Bidders ports
/ card)
Hardware
Ports
distribution of
total ports for
500 PortLMG
POTS only Ports
CCB-32/ STD PT
(with reversal
facility for PCOs)
Combo (ADSL2 +
& POTS in same
physical port)
POTS Line Cards
as alternative to
Combo cards (As
per Bidders ports
/ card)
ADSL2+ Line
Card as
alternative to
Combo cards (As
per Bidders ports
/card) Hardware
Ports
distribution of
total ports for
1000 PortLMG
POTS only Ports
CCB-32/ STD PT
(with reversal
facility for PCOs)
Combo (ADSL2 +
& POTS in same
physical port)

261

Class 5 NGN tender (Section -11 Part-II C)


C1

C2

2.4

A
B
C
C1

C1(a)

C1(b)

C2
D

D1

NWP-CFA, BSNL C.O., New Delhi

POTS Line Cards


as alternative to
Combo cards (As
per Bidders ports
/ card)
ADSL2+ Line
Card as
alternative to
Combo cards (As
per Bidders ports
/card) Hardware
Ports
distribution of
total ports for
2000 Port LMG
POTS
CCB-32/ STD PT
ISDN Ports (E-1
PRI) in the LMGs
ISDN Access
Gateway(IAG)32 Ports Minimum
Capacity
Hardware (with
each module,
component etc.)
Software (with
each module,
component etc.)
ISDN Ports (E1PRI) for IAG
Combo (ADSL2 +
& POTS in same
physical port)
POTS Line Cards
as alternative to
Combo cards (As

262

Class 5 NGN tender (Section -11 Part-II C)

per Bidders ports


/ card)
ADSL2+ Line
Card as
alternative to
Combo cards (As
per Bidders ports
/card) Hardware
Layer 3 LAN
Switch
Hardware (with
each module,
component etc.)
Software (with
each module,
component etc.)
Any other item
for successful
implementation
including
integration/inter
working
Hardware(with
each module,
component etc.)
Software(with
each module,
component etc.)
Other
Installation
material
Tools & Testers

ISDN Tester

ADSL2+ tester

Punching Tool for


MDF Tag Block
Workstation

D2

3
A

NWP-CFA, BSNL C.O., New Delhi

263

Class 5 NGN tender (Section -11 Part-II C)


A

Hardware (with
each module,
component etc.)
Software(with
each module,
component etc.)
Training model

Hardware

Software

Annual
Maintenance
Contract
AMC Charge for
1st year
AMC Charge for
2nd year
AMC Charge for
3rd year
AMC Charge for
4th year
AMC Charge for
5th year
AMC Charge for
6th year
AMC Charge for
7th year
Operation &
Maintenance
(O&M)
O&M Charge for
1st year
Documentation
(three sets for
each Equipment)
Hard copy

A
B
C
D
E
F
F
10

11
A

NWP-CFA, BSNL C.O., New Delhi

264

Class 5 NGN tender (Section -11 Part-II C)


B

Softcopy

12

Optional Item

12.1
A

12.2

12.3

A
B
C
D
E
F

NWP-CFA, BSNL C.O., New Delhi

SIP Phones
Hardware (with
each module,
component etc.)
Software (with
each module,
component etc.)
Integrated
Access Device
(Home gateway)
Hardware (with
each module,
component etc.)
Software (with
each module,
component etc.)
MDF with
Verticals,
Horizontals, Nut
bolts, Fittings &
fixtures,
Supports, ladder
etc.
For sites of 20 K
Ports LMG
For sites of 10 K
Ports LMG
For sites of 5 K
Ports LMG
For sites of 1 K
Ports LMG
For sites of 500
Ports LMG
For sites of 256
Ports LMG

265

Class 5 NGN tender (Section -11 Part-II C)


12.4
A

12.5

12.6

NWP-CFA, BSNL C.O., New Delhi

Power Plant
with Battery Set
Power Plant for a
site of 20 K Ports
LMG
Power Plant for a
site of 10 K Ports
LMG
Power Plant for a
site of 5 K Ports
LMG
Power Plant for a
site of 1 K Ports
LMG
Power Plant for a
site of 500 Ports
LMG
Trunk Media
Gateways
(TMGs) of
Capacity 40K
Circuits
Hardware (with
each module,
component etc.)
Software (with
each module,
component etc.)
Trunk Media
Gateways
(TMGs) of
Capacity 28K
Circuits
Hardware (with
each module,
component etc.)
Software (with
each module,

266

Class 5 NGN tender (Section -11 Part-II C)

NWP-CFA, BSNL C.O., New Delhi

component etc.)
12.7

12.8

12.9

12.10

Trunk Media
Gateways
(TMGs) of
Capacity 24K
Circuits
Hardware (with
each module,
component etc.)
Software (with
each module,
component etc.)
Trunk Media
Gateways
(TMGs) of
Capacity 20K
Circuits
Hardware (with
each module,
component etc.)
Software (with
each module,
component etc.)
Trunk Media
Gateways
(TMGs) of
Capacity 16K
Circuits
Hardware (with
each module,
component etc.)
Software (with
each module,
component etc.)
Trunk Media
Gateways
(TMGs) of
Capacity 12K

267

Class 5 NGN tender (Section -11 Part-II C)

NWP-CFA, BSNL C.O., New Delhi

Circuits
A

12.11
A

Hardware (with
each module,
component etc.)
Software (with
each module,
component etc.)
Layer 3 LAN
Switch
Hardware (with
each module,
component etc.)
Software (with
each module,
component etc.)
Note:
1."We hereby declare that in quoting the above prices, we have taken into account the entire credit on inputs available under the MODVAT
SCHEME introduce w.e.f. 1st March 1986 and further extended on more items till date.
2. If Annual maintenance Contract charges are required to be quoted as per SOR, basic charges should be shown in column -4 & the service
tax in column 11 &13
3. " We hereby certify that ED/ Customs Tariff Head shown in column 18/21 are correct & CENVAT Credit for the amount shown in column 13
above are admissible as per CEN VAT Credit Rules 2004"
4.The bidder shall quote separately for hardware and software as per special conditions of the contract.
5. The bidder submitted the offer with concessional E.D/salestaxshall submit the proof of applicable concessional ED/Sales tax.
6. In case LMG support ISDN PRI, the bidder shall quote as per 2(C) however if, ISDN PRI is not supported in LMGs then the bidder shall quote
as per 2(C1-a), 2(C1-b) & 2(C2). If bidder has quoted for both then the financial evaluation shall be done on the basis of higher value of quote in
the financial bid. Purchaser reserves the right to place the order as per its requirement. For the evaluation, the price of item 2(C) will be taken
equal to sum of the prices of items at 2(C1-a), 2(C1-b) &2(C2).
7. In case LMG support combo ports then the bidder shall quote as per 2(D) however if, combo ports are not supported in LMGs then the bidder
shall quote as per 2(D1)& 2(D2). If bidder has quoted for both then the financial evaluation shall be done on the basis of higher value of quote in
the financial bid. Purchaser reserves the right to place the order as per its requirement. For the Evaluation, the price of item 2(D) is taken equal
to sum of the prices of items at 2(D1) & 2(D2).

268

Class 5 NGN tender (Section -11 Part-II D)

NWP-CFA, BSNL C.O., New Delhi

1
1.1
A
B
1.2
A
B
1.3
A
B
1.4
A
B

Pkg&Inland
freight

Amt

Amt

Amt

4A

10

Total discounted price


excluding Duties &Taxes
CENVAT -able (15-16)
Customs Tarriff Head

4B

Sales
Tax

Other levies & charges ,if


any
Price per Unit for site(all
inclusive) (4B+6+8+10+11)
Duties & taxes CENVAT-able
on unit price
Unit price excluding Duties
& Taxes CENVAT able (1213)
Total price inclusive of all
levies & charges excluding
Duties&Taxes (3x14)
Discount offerred, if any

2
Line Media Gateway (without
subscribers line interface ports)
LMG 256 ports
Hardware (with each module,
component etc.)
Software (with each module,
component etc.)
LMG 500 ports
Hardware (with each module,
component etc.)
Software (with each module,
component etc.)
LMG 1000 ports
Hardware (with each module,
component etc.)
Software (with each module,
component etc.)
LMG 2000 ports
Hardware (with each module,
component etc.)
Software (with each module,

Ex-factory price (Basic unit


price exclusive of alllevies &
charges)
Unit price per Unit CIF

Item description

Sl No.

Custom
duty

Total quantity

SECTION- 11 PART- II (D)


Price Schedule for Imported Items for Package-II
NGN Access Equipments

11

17

12

13

14

15

16

18

269

Class 5 NGN tender (Section -11 Part-II D)

2
2.1
A
B
C
C1

C2

2.2
A
B
C
C1

C2

2.3
A
B
C
C1

NWP-CFA, BSNL C.O., New Delhi

component etc.)
LMG subscriber Line interface ports
(Total)
Ports distribution of total ports for
256 PortLMG
POTS only Ports
CCB-32/ STD PT (with reversal facility
for PCOs)
Combo (ADSL2 + & POTS in same
physical port)
POTS Line Cards as alternative to
Combo cards (As per Bidders ports /
card)
ADSL2+ Line Card as alternative to
Combo cards (As per Bidders ports /
card) Hardware
Ports distribution of total ports for
500 PortLMG
POTS only Ports
CCB-32/ STD PT (with reversal facility
for PCOs)
Combo (ADSL2 + & POTS in same
physical port)
POTS Line Cards as alternative to
Combo cards (As per Bidders ports /
card)
ADSL2+ Line Card as alternative to
Combo cards (As per Bidders ports /
card) Hardware
Ports distribution of total ports for
1000 PortLMG
POTS only Ports
CCB-32/ STD PT (with reversal facility
for PCOs)
Combo (ADSL2 + & POTS in same
physical port)
POTS Line Cards as alternative to

270

Class 5 NGN tender (Section -11 Part-II D)

C2

2.4
A
B
C
C1
C1(a)
C1(b)
C2
D
D1

D2

3
A
B
4

A
B

NWP-CFA, BSNL C.O., New Delhi

Combo cards (As per Bidders ports /


card)
ADSL2+ Line Card as alternative to
Combo cards (As per Bidders ports /
card) Hardware
Ports distribution of total ports for
2000 Port LMG
POTS
CCB-32/ STD PT
ISDN Ports (E-1 PRI) in the LMGs
ISDN Access Gateway(IAG)- 32 Ports
Minimum Capacity
Hardware (with each module,
component etc.)
Software (with each module,
component etc.)
ISDN Ports (E-1 PRI) for IAG
Combo (ADSL2 + & POTS in same
physical port)
POTS Line Cards as alternative to
Combo cards (As per Bidders ports /
card)
ADSL2+ Line Card as alternative to
Combo cards (As per Bidders ports /
card) Hardware
Layer 3 LAN Switch
Hardware (with each module,
component etc.)
Software (with each module,
component etc.)
Any other item for successful
implementation including
integration/interworking
Hardware(with each module,
component etc.)
Software(with each module,
component etc.)

271

Class 5 NGN tender (Section -11 Part-II D)


5
6
A
B
C
7
A
B
8
A
B
9
A
B
C
D
E
F
F
10
A
11
A
B
12
12.1
A
B
12.2
A

NWP-CFA, BSNL C.O., New Delhi

Other Installation material


Tools & Testers
ISDN Tester
ADSL2+ tester
Punching Tool for MDF Tag Block
Workstation
Hardware (with each module,
component etc.)
Software(with each module,
component etc.)
Training model
Hardware
Software
Annual Maintenance Contract
AMC Charge for 1st year
AMC Charge for 2nd year
AMC Charge for 3rd year
AMC Charge for 4th year
AMC Charge for 5th year
AMC Charge for 6th year
AMC Charge for 7th year
Operation & Maintenance (O&M)
O&M Charge for 1st year
Documentation (three sets for each
Equipment)
Hard copy
Softcopy
Optional Item
SIP Phones
Hardware (with each module,
component etc.)
Software (with each module,
component etc.)
Integrated Access Device (Home
gateway)
Hardware (with each module,

272

Class 5 NGN tender (Section -11 Part-II D)

B
12.3

A
B
C
D
E
F
12.4
A
B
C
D
E
12.5
A
B
12.6
A
B
12.7
A

NWP-CFA, BSNL C.O., New Delhi

component etc.)
Software (with each module,
component etc.)
MDF with Verticals, Horizontals, Nut
bolts, Fittings &fixtures,
Supports,ladder etc.
For sites of 20 K Ports LMG
For sites of 10 K Ports LMG
For sites of 5 K Ports LMG
For sites of 1 K Ports LMG
For sites of 500 Ports LMG
For sites of 256 Ports LMG
Power Plant with Battery Set
Power Plant for a site of 20K Ports
LMG
Power Plant for a site of 10K Ports
LMG
Power Plant for a site of 5K Ports LMG
Power Plant for a site of 1 KPorts LMG
Power Plant for a site of 500Ports
LMG
Trunk Media Gateways (TMGs) of
Capacity 40K Circuits
Hardware (with each module,
component etc.)
Software (with each module,
component etc.)
Trunk Media Gateways (TMGs) of
Capacity 28K Circuits
Hardware (with each module,
component etc.)
Software (with each module,
component etc.)
Trunk Media Gateways (TMGs) of
Capacity 24K Circuits
Hardware (with each module,
component etc.)

273

Class 5 NGN tender (Section -11 Part-II D)


B
12.8
A
B
12.9
A
B
12.10
A
B
12.11
A
B

NWP-CFA, BSNL C.O., New Delhi

Software (with each module,


component etc.)
Trunk Media Gateways (TMGs) of
Capacity 20K Circuits
Hardware (with each module,
component etc.)
Software (with each module,
component etc.)
Trunk Media Gateways (TMGs) of
Capacity 16K Circuits
Hardware (with each module,
component etc.)
Software (with each module,
component etc.)
Trunk Media Gateways (TMGs) of
Capacity 12K Circuits
Hardware (with each module,
component etc.)
Software (with each module,
component etc.)
Layer 3 LAN Switch
Hardware (with each module,
component etc.)
Software (with each module,
component etc.)

Note: 1."We hereby declare that in quoting the above prices, we have taken into account the entire credit on inputs available under the MODVAT SCHEME introduce w.e.f.
1st March 1986 and further extended on more items till date.
2. If Annual maintenance Contract charges are required to be quoted as per SOR, basic charges should be shown in column -4 & the service tax in column 11 &13
3. " We hereby certify that ED/ Customs Tarriff Head shown in column 18/21 are correct & CENVAT Credit for the amount shown in column 13 above are admissible as per
CEN VAT Credit Rules 2004"
4.The bidder shall quote separately for hardware and software as per special conditions of the contract.
5. The bidder submitted the offer with concessional E.D/sales tax shall submit the proof of applicable concessional ED/Sales tax.
6. . In case LMG support ISDN PRI, the bidder shall quote as per 2(C) however if, ISDN PRI is not supported in LMGs then the bidder shall quote as per 2(C1-a), 2(C1-b) &
2(C2). If bidder has quoted for both then the financial evaluation shall be done on the basis of higher value of quote in the financial bid. Purchaser reserves the right to
place the order as per its requirement. For the evaluation, the price of item 2(C) will be taken equal to sum of the prices of items at 2(C1-a), 2(C1-b) &2(C2).
7. In case LMG support combo ports then the bidder shall quote as per 2(D) however if, combo ports are not supported in LMGs then the bidder shall quote as per 2(D1)&
2(D2). If bidder has quoted for both then the financial evaluation shall be done on the basis of higher value of quote in the financial bid. Purchaser reserves the right to
place the order as per its requirement. For the Evaluation, the price of item 2(D) is taken equal to sum of the prices of items at 2(D1) & 2(D2).

274

Class 5 NGN tender (Section 12)

NWP-CFA, BSNL C.O., New Delhi

Section 12
LIST OF DOCUMENTS
Following documents are required to be submitted as a part of the Bid:
Note: Electronic Envelope 1 = Technical and Commercial bid, Electronic Envelope 2 = Financial bid
S. No

Particulars

BID SECURITY
1.
Bid Security

Section Reference

Section 9(A)

ELIGIBILITY CRITERIA (Techno Commercial and Financial)


2.
Certificate of Incorporation of the
Clause 10.1 (i) of Part
Bidder
A of Section 4
3.
Memorandum and Articles of
Clause 10.1 (ii) of Part
Association of the Bidder
A of Section 4
4.
Registration certificate from State
Director of Industries or from the
Secretariat for Industrial Approval
Clause 10.1 (iii) of
(SIA), Ministry of Industries,
Part A of Section 4
Government of India (if applicable)
5.
Approval from Reserve Bank of
Clause 10.1 (iv) of
India/SIA in case of foreign
Part A of Section 4
collaboration
6.
Latest and valid NSIC certificate duly Clause 10.1 (v) of Part
certified by NSIC (if applicable)
A of Section 4
7.
Type Approval Certificate given by
Telecom Engineering Centre
(TEC)/TSEC issued by Quality
Clause 10.1 (vi) of
Assurance Circle of BSNL or proof of Part A of Section 4
having applied for TEC/TSEC
8.
Certificate indicating that the bidder
Clause 4.2.1 (vi,vii) of
has no present partnership/equity
Section 1 (Package I)
stake with any Telecom operator
And/or/ Clause 4.3.1
(except MTNL) and has no intention
(ix,x) of Section
for the same for 2 years from the
1(Package II)
Tender Opening Date.
9.
Certificate stating references of
experience, signed by an officer of a
Clause 4.2.1(ix) of
network operator with its company
Section 1 for Package
seal (along with name, designation,
I
telephone number, fax numbers and
And/or 4.3.1(xiii) of
email ID of the signatory of the
Section 1 for Package
network operator and the company)
II
of existing networks in operation.
10.
Undertaking by bidders for the
Clause 7.3, 7.4, 15.4
network elements to support the
of Section - 5 Part B

Submitted To be submitted
Yes/No
in Envelope
(Electronic
Envelope 1 = 1;
Electronic
Envelope 2 = 2;
Physical Form
Envelope = 3)

1
1

1
1

275

Class 5 NGN tender (Section 12)

NWP-CFA, BSNL C.O., New Delhi

NGN technologies for the next 8


years with a product portfolio and
road map and its implementation of
the network.
11.
Audited Financial Reports of the
Bidder for Financial Years (i) 20092010 and (ii) 2008-2009. This is to
be substantiated by the Audited
Profit and Loss Account
12.

Latest Annual Report of the Bidder

Clause 4.2.1 (ii) of


Section 1 for Package
I
And /or
Clause 4.3.1 (ii) of
Section 1 for Package
II
Clause 10.2 (i) of Part
A of Section 4

Certificate from the bankers of the


Bidder that it has the financial
Clause 10.2 (i) of Part
capability to provide the goods and
A of Section 4
services as envisaged under the
Tender Document
14.
Documentary evidence about the
technical and production capacity
necessary to provide the goods and
Clause 10.2 (ii) of Part
services as envisaged under the
A of Section 4/Clause
Tender Document/Detailed
11.2 (a) & (b) of Part
description of goods with essential
A of Section 4
technical and performance
characteristics
15.
A signed undertaking from
authorised signatory of the bidder
that shall certify that all
components/parts/assembly/software
used in the Desktops and Servers
like Hard disk, Monitors, Memory etc.
Clause 10.5 of Part A
shall be original, new
of Section 4
components/parts/assembly/software
and that no refurbished/duplicate/
second hand components/parts/
assembly/ software are being used
or shall be used.
16.
For supply of any software i.e.
operating system or any applications
software the bidder shall submit a
Certificate of Authenticity (COA),
Clause 10.6 of Part A
signed by authorised signatory
of Section 4
stating that all software supplied are
authentic and legal copy is/are being
supplied
DOCUMENTS ACCOMPANYING TENDER BIDS
17.
Declaration under the bidders digital
signature that no
addition/deletion/corrections have been
made in the downloaded Tender
Clause 12.1 of
Document and it is identical to the Tender
Section 1
Document appearing on the e-Tendering
Portal

13.

276

Class 5 NGN tender (Section 12)


18.

19.
20.
21.
22.
23.

Undertaking that the Tender Document


has been read and understood and shall
be duly complied with
Bidders Profile duly filled and signed
Near Relation Certificate
Integrity Pact Agreement
Tender Bid Form
Price Schedule

24.
Quality Manual
25

26.

27
28

Power of Attorney in favor of the


authorized signatory
The documentary evidences of the
conformity of the Goods and Services to
the Tender Document, may be, in the form
of literature, drawings, data etc. and the
bidder shall furnish :
(a) Detailed description of goods with
essential technical and performance
characteristics;
(b) A list, giving full particulars including
available sources and current prices of all
spare parts, special tools, etc., necessary
for the proper and continuous functioning
of the goods for a period of eight years
following commencement of use of the
goods by the Purchaser.
List of spares and notification along with
the details for arriving at the price
Details of collaborator, technical literature,
brand, model no.

29
Security requirements to be followed.
30
31
32
33
34
35
36

Space, power and ac requirement for


each element
Make model,
Any other item(s) required to complete the
project is to be indicated
Detailed equipage along with legend to be
submitted in the bid to verify dimensioning
PERT/CPM chart along with
dependencies
undertaking regarding Fraudulent
representation during the bidding
Technical/ Software support center details
to be submitted

NWP-CFA, BSNL C.O., New Delhi

Section 8 Part-A

Section 10
Section 8 Part-B
Section 9(D)
Section 11 Part-I
Clause 9 of
Section 4 Part-A,
Section 11 Part II
Clause 30 of
Part A of Section
4
Clause 14.4 of
Section 4, Part
A.

1
1
3
1

Clause 11.2 (a)


and (b) of Part A
of Section 4

Clause 9.1 of
Section 5 Part A
Clause 23 of
Section 5 Part A
Clause 59.1 of
Section 5 Part B
and Section 13
Clause 27 of
Section 5 Part B
Clause 31.1 of
Section 5 Part B
Clause 35 of
Section 5 Part B
Clause 37 of
Section 5 Part B
Clause 45 of
Section 5 Part B
Clause 47.1 of
Section 5 Part B
Clause 5.4 of
Section 1,
Clause 10 of

1
1
1
1
1
1
1
1
1
1

277

Class 5 NGN tender (Section 12)

37
38

39

40

NWP-CFA, BSNL C.O., New Delhi

Annexure-3 to
Section 5 Part B
Clause 50.2 of
Section 5 Part B

No. of resource Persons for O&M to be


indicated
AMC fault control centers, spares and
various responses to the problems to be
specified
Unpriced BOQ/BOM

Clause 24.9 of
Section 5 Part B
Clause 36 of
section 5 Part B
DEVIATION STATEMENT

Deviation/Exception Statement clearly


bringing out the extent its offer
deviates/excludes from the requirements
of the Purchasers technical specifications
and commercial terms and conditions

Clause 11.2 (c)


of Part A of
Section 4

1
1
1

Click here for clarification in respect of sl no. 27 above

278

Class 5 NGN tender (Section 13)

NWP-CFA, BSNL C.O., New Delhi

SECTION 13
DRAFT AGREEMENT WITH REGARD TO SECURITY REQUIREMENTS
This AGREEMENT is made and entered into at New Delhi on this the [] day of [], 2011
BY AND BETWEEN
Bharat Sanchar Nigam Limited, a company incorporated under the Companies Act, 1956
and having its registered office at 2nd Floor, Bharat Sanchar Bhawan, HC Mathur Lane,
Janpath, New Delhi 110001(hereinafter referred to as BSNL or the TSP, which
expression shall, unless repugnant to the context or meaning thereof, include its successors
and permitted assigns) of the FIRST PART;
AND
[], a company incorporated under the Companies Act, 1956 and having its registered office
at [](hereinafter referred to as the Supplier or the Vendor, which expression shall,
unless repugnant to the context or meaning thereof, include its successors, and permitted
assigns) of the OTHER PART.
(BSNL/TSP and the Supplier/Vendor shall be collectively called as the Parties and
individually a Party.)
RECITALS
A.

The Vendor has been awarded the Tender bearing no [] for the planning,
engineering, supply, installation, testing, commissioning and annual maintenance of
[] million lines/Subscriber capacity base and/or Ports as part of Package I: NGN
Class 5 Core Equipments and /or Package II: NGN Class 5 Access Equipments
(Contract).

B.

Pursuant to the provisions of Clause [] of Part [] of Section [] of the Contract, the


Parties are executing this Agreement, subject to the terms and conditions as
provided hereinafter.

NOW THEREFORE, IN CONSIDERATION OF MUTUAL REPRESENTATIONS,


COVENANTS AND OTHER VALUABLE CONSIDERATION, THE RECEIPT AND
SUFFICIENCY OF WHICH IS HEREBY ACKNOWLEDGED, THE PARTIES HEREBY
AGREE AS FOLLOWS:
1.

Definition & Interpretation

1.1

Definitions
Unless the context otherwise requires, the different terms and expression used in
this Agreement shall have the meaning assigned to them for the purpose of this
Agreement :
Access shall mean the interconnection with TSP Systems or access to or use of
TSP Information stored on TSP Systems through interconnection with TSP Systems
or access to or use of TSP Information stored on Vendor Systems or access to or
use of TSP Information stored in any mobile device.

279

Class 5 NGN tender (Section 13)

NWP-CFA, BSNL C.O., New Delhi

ApplicableLaws shall mean any law, statute, ordinance, rule, regulation,


guideline, policy or other pronouncement having the effect of law of any
Governmental Authority as interpreted and administered including any modifications
or amendments thereto.
Authorised shall refer to the approval by TSP of the Access as part of the
authorisation process and the Vendor Security Contact has a record of this
authorisation. The term Authorisation shall be construed accordingly.
Commencement Date shall mean the date when the Agreement is executed
Contract Personnel means dedicated resources of the Vendor in terms of
employees, subcontractors including employees of sub contractors and agents
including agents sub contractors and their employees engaged for the purpose of
this Agreement.
End Date shall have the meaning assigned to it in Clause 16.1.
Escrow Information shall have the meaning assigned to it in Clause 7.11 (a).
Governmental Authority shall mean any governmental authority, statutory
authority, government department, ministry, secretariat, agency, commission, board,
tribunal, court or other law, rule or regulation making body/ entity having or
purporting to have jurisdiction on behalf of the Republic of India or any other
government having or purporting to have jurisdiction over a Party, or any state or
other subdivision thereof or any municipality, district or other subdivision thereof
including, without limitation, the Chairman, Department of Telecommunications,
Ministry of Communications, Government of India and/or any other telecom
regulatory authority, including Telecom Engineering Center, having competent
jurisdiction; and/or Chairman, Telecom Regulatory Authority of India, and includes
any officer empowered by them to perform all or any of the functions of such a
governmental authority.
Information" shall mean technical, financial and commercial information and data
relating to Partys respective businesses, finances, planning, facilities, products,
techniques and processes and shall include, but not limited to, discoveries, ideas,
concepts, know-how, techniques, designs, specifications, drawings, blueprints,
tracings, diagrams, models, samples, flow charts, data, computer programs, disks,
diskettes, tapes, marketing plans, customer names and other technical, financial or
commercial information and intellectual properties, whether in written, oral or other
tangible or intangible forms.
Licensor shall mean the Department of Telecommunications, Ministry of
Communications & IT, Government of India.
Personal Data shall comprise of customer details and Call Detail Record (CDR)..
Sensitive Information shall mean any TSP Information marked as classified as
per TSPs data classification policy or deemed business critical. This also includes
any other data, or element of information, notified as such by the Government (e.g.
IT Act 2000).
Security Standards shall mean all the relevant contemporary standards
associated with national and international security standard related to IT & Telecom

280

Class 5 NGN tender (Section 13)

NWP-CFA, BSNL C.O., New Delhi

equipment hardware and software and those related to information & communication
security, including but without limitation to ISO 27000 series, ISO/ IEC 15408,
3GPP, 3GPP2, WiMAX etc. and as evolved from time to time.
Subcontractor shall mean any person, partnership or corporation with whom the
Vendor places a contract and/or an order for the supply of any equipment, item,
service or for any work in relation to the purpose of this Agreement. The term
"Subcontract" shall be construed accordingly.
Supplies shall mean all components, materials, plant, tools, test equipment,
documentation, hardware firmware, software, spares parts, services and all the
things & items to be provided to TSP pursuant to the Agreement together with all
Information and Work the Agreement requires to be supplied or performed for TSP.
Term shallmean the term of this Agreement starting from the Commencement
Date upto the End Date.
TSP shall mean Bharat Sanchar Nigam Limited who has been issued the CMTS
license under section 4 of Indian Telegraph Act 1885 by the Licensor, Government
of India
TSP Group Security shallmean the security organisation based within the TSP.
TSP Information shall mean all data including data, text, image, sound, voice,
codes, circuit diagrams, core & applications software and database, intellectual
property as well as personal, public, operational and services data in TSPs custody
which is and /or received which are supplied/ shared with Vendor for the purpose of
this Agreement or are obtained by the Vendor on behalf of TSP.
TSP Items shall mean all items provided by TSP to the Vendor and all items held
by the Vendor which belong to TSP.
TSP Regulatory Contact shall mean in-charge of TSP Regulatory Operations or
such other person whose details shall be notified by TSP to the Vendor from time to
time.
TSP Security Contact shall mean in-charge of TSP Security Operations Centre
or such other person whose details shall be notified by TSP to the Vendor from time
to time.
TSP Systems shall mean any TSP computer, application, databases , network
infrastructure, network elements and appliances, core and applications software or
such other systems as may be agreed in writing from time to time between TSP and
the Vendor.
Vendor shall mean the vendor who supplies equipment, software and is and/or
managed services to TSP for the purpose of installation, testing, commissioning,
provision, operations and/or maintenance of TSPs networks.
Vendor Security Contact shall mean such person whose details shall be notified
by the Vendor to TSP from time to time for such purpose.
Vendor Regulatory Contact shall mean such person whose details shall be
notified by the Vendor to TSP from time to time for such purpose.

281

Class 5 NGN tender (Section 13)

NWP-CFA, BSNL C.O., New Delhi

Vendor Systems shall mean any Vendor owned computer hardware or software,
application database or network elements / appliance or such other systems as may
be agreed in writing from time to time by TSP and the Vendor.
1.2

Interpretation

Unless otherwise stated or unless the context otherwise requires, in this


Agreement:

2.

(a)

the headings, whether of Clauses or other parts of the Agreement, are for
ease of reference only and shall not be relevant to interpretation;

(b)

the references to the Recitals, Clauses, Schedules and Annexures shall be


references to the recitals, clauses, schedules and annexures of this
Agreement;

(c)

words importing the singular shall include plural and vice versa;

(d)

words denoting any gender shall include all genders;

(e)

where a word or phrase is defined, other parts of speech and grammatical


forms of that word or phrase shall have corresponding meanings;

(f)

references to statutes or statutory provisions include references to any


orders, or regulations made there under and references to any statute,
provision, order or regulation include references to that statute, provision
order or regulation as amended, modified, re-enacted or replaced from time
to time whether before or after the date thereof.

Scope
This Agreement sets out the provisions under which the Vendor will be able to
supply equipments and services and be granted Access to TSP Systems, network,
equipments, data and facilities and TSP Information including Sensitive Information
for the purpose of the planning, engineering, supply, installation, testing,
commissioning, operations and maintenance, annual maintenance
on
network/equipment as per the contract.

3.

International Security Standard Certification


The Vendor shall have contemporary relevant Security standard certification and
shall comply with the provisions of security standards certification with respect to
Telecom & IT equipment hardware and software and those related to information &
communication security management, such as ISO 15408 standards as applicable
to IT and IT related products, ISO 27001 for Information Security Management
System, standards used by other relevant standard formulation bodies for Telecom
equipment like 3GPP, 3GPP2, ITU standard etc or equivalent acceptable
international standards or certification. Based on the requisite testing to be
conducted at their labs, vendors will certify their own equipments as required under
this clause. IT related elements in the telecom networks of the concerned OEMs,
which are already ISO 15408 certified will be accepted as certified. Vendor will
submit arelevant self certificate based on test reports in this regards.

282

Class 5 NGN tender (Section 13)


4.

NWP-CFA, BSNL C.O., New Delhi

Security Requirements:
The Vendor shall comply with following security policies:

4.1

General

4.1.1

The Vendor shall be Authorised to access only TSP Systems and Information in
accordance with the provisions of this Agreement and only during the Term of this
Agreement.

4.1.2

The Vendor shall identify to the TSP, details of Vendor Security Contact at the
Commencement Date who will act as a single point of contact for TSP, such as a
senior manager or CIO responsible for security, for any security issues. This
responsibility shall be detailed within his/her job description. Notwithstanding
anything to the contrary, the Vendor shall at all times be responsible to the TSP for
any security related issues. It is clarified that the Vendor Security Contact shall be a
security cleared Indian national. The security clearance for the Vendor Security
Contact will be applied , within one month of date of submission of necessary
document by the vendor to TSP.

4.1.3

As part of the Authorisation process, details of Vendors Contract Personnel that


need Access will be requested by TSP. The Vendor Security Contact shall at all
times ensure that only Contract Personnel who have a need to Access in order to
fulfill the purpose of this Agreement are Authorised. This Authorization and any
changes in the Contract Personnel would be notified by the Vendor for the
information and for the approval (wherever applicable) of the TSP.

4.1.4

Pursuant to Clause 4.1.3 above, the Vendor acknowledges that only the Contract
Personnel having requisite training are Authorized to access the TSP System.

4.1.5

The Vendor shall have a well defined Information Security policy compliant with
ISO/IEC 27001:2005 or have equivalent standards and in line with the TSPs
information security policies and requirements.

4.1.6

The Vendor shall ensure that they have information security organization in place to
implement the provisions of TSPs information security policies. The Information
Security responsibilities of all Vendor employees working for TSP shall be defined
and communicated.

4.1.7

The Vendor shall establish and maintain contacts with special interest groups to
ensure that the understanding of the information security environment is current,
including updates on security advisories, vulnerabilities and patches and ensure that
the same is implemented.

4.1.8

The Vendor shall conduct a Risk Analysis and ensure that all risks due to it own and
subcontractors operations with TSP are identified, measured and mitigated as per
the TSPs requirements. The Risk Assessment report is required to be shared with
the Chief Security officer/CISO of TSP.

4.2

Physical Security

4.2.1

All Contract Personnel including sub contractors and their employees, agents and
their employees of the Vendor working on TSP premises shall be in possession of a
TSP Identification or Electronic Access Control (TSP ID/EAC) card. This card is to
be used as a means of identity verification on TSP premises at all times and as such

283

Class 5 NGN tender (Section 13)

NWP-CFA, BSNL C.O., New Delhi

the photographic image displayed on the TSP ID/EAC card must be clear and be a
true likeness of the Contract Personnel. If the TSP has any advanced identity
verification systems the same would also apply. TSP and Vendor will mutually
agree to re- define such verification measures from time to time
4.2.2

All Contract Personnel including sub contractors and their employees, agents and
their employees of the Vendor accessing premises (sites, buildings or internal areas)
, where TSP Information is stored or processed, shall be in possession of an
Identification or Electronic Access Control (ID/EAC) card. This card is to be used
as a means of identity verification on these premises at all times and as such the
photographic image displayed on the ID/EAC card must be clear and be a true
likeness of the Contract Personnel or the Subcontractor or the Vendors employees,
subcontractors and agents. If the TSP has any advanced identity verification
systems the same would also apply. TSP may re-define such verification measures
from time to time

4.2.3

The Vendor shall not (and, where relevant, shall procure that any Contract
Personnel shall not) without the prior written Authorisation of the TSP Security
Contact connect any equipment, device or software to any TSP System and where it
is not intended to be connected at a point in the TSP system.

4.2.4

The Vendor shall be able to demonstrate that it has procedures to deal with security
threats directed against TSP or against a Vendor working on behalf of TSP whilst
safeguarding TSP Information.

4.2.5

The Vendor and/or its Contract Personnel shall not access TSPs electronic systems
without first obtaining the written consent of the TSP Security Contact.

4.2.6

The Vendors Access to sites, buildings or internal areas where TSP Information is
stored or processed, shall be as Authorised and the Vendor and all its Authorised
personnel shall adhere to robust processes and procedures to ensure compliance.

4.2.7

The Vendor shall not conduct recording, photography or videography at TSP


premises that captures any TSP Information , without prior authorization from the
TSP Security Contact.

4.2.8

If already available at the TSP Premises, CCTV security systems and their
associated recording medium shall be used by the TSP/Vendor either in response
to security incidents, as a security surveillance tool, as a deterrent or as an aid to the
possible apprehension of individuals caught in the act of committing a crime. As
such, these systems shall be Authorised by appropriate TSP Security Contact when
used by Vendor.,

4.2.9 The Vendor shall maintain a controlled record of all assigned TSP physical assets
and assigned TSP Items to them.
4.2.10The local area surrounding the Vendors facilities at TSPs premises over which
Vendor has authorized control shall be physically inspected for security risks and
threats by the Vendor in case of any abnormal activity / incident found / observed
shall report the same to TSP.
.
4.2.11 The Vendor shall disable the Access immediately if any Contract Personnel is no
longer require Access or has changed roles for any reason whatsoever or whose

284

Class 5 NGN tender (Section 13)

NWP-CFA, BSNL C.O., New Delhi

integrity is suspected or considered doubtful or as may be notified by TSP in


accordance with clause 4.3.1.
4.3

Logical Security

4.3.1

The Vendor shall notify TSP immediately if any Contract Personnel no longer
requires Access or changes role for any reason whatsoever thus enabling TSP to
disable or modify the Access rights.

4.3.2

The Parties shall, implement agreed security measures across all supplied
components and materials including software & data to ensure safeguard and
confidentiality, availability and integrity of TSP Systems and TSP Information ,
Parties shall prepare documentation in relation to the implementation of logical
security and shall ensure that it has such security as:
(a)
(b)

(c)

prevents unauthorised individuals e.g. hackers from gaining Access to TSP


Systems; and
reduces the risk of misuse of TSP Systems or TSP information, which could
potentially cause loss of revenue or service (and its Quality) or reputation,
breach of security by those individuals who are Authorised to Access it; and
detects any security breaches that do occur enabling quick rectification of
any problems that result and identification of the individuals who obtained
Access and determination of how they obtained it.

4.4
4.4.1

Information Security
The Vendor shall not use TSP Information for any purpose other than for the
purposes for which they were provided to the Vendor by TSP and only to the extent
necessary to enable the Vendor to perform as per this Agreement.
4.4.2 The Vendor shall ensure that all information security requirements in this Agreement
are communicated including in writing to all Contract Personnel in relation to their
role.
4.4.3 The Vendor shall ensure procedures and controls are in place to protect the
exchange of information through the use of emails, voice, facsimile and video
communications facilities.
4.5

Contract Personnel Security

4.5.1

The Vendor shall ensure that the TSP Information provided under this Agreement is
used only to the extent necessary to enable the Vendor to perform its obligations as
per the terms of this Agreement. All Contract Personnel shall sign a confidentiality
agreement either as part of their initial terms and conditions of employment or when
they start working in TSP buildings or on TSP Systems and TSP Information. These
confidentiality agreements shall be retained by the Vendor and shall be made
accessible to TSP, if required.
4.5.2 The Vendor shall deal with breaches of security policies and procedures, including
interfering with or otherwise compromising security measures, through a formal
disciplinary process.
4.5.3 The Vendor shall provide a 'whistleblower' facility, available to all staff, with all TSP
related issues reported back to the TSP Security Contact to the extent permissible
by the law in a location in India where the Vendor is providing the services. . For the
avoidance of doubt, this facility shall be used by the Contract Personnel if TSPs
employee, agent or contractor instructs Contract Personnel to act in an inconsistent
manner in violation of the Agreement.

285

Class 5 NGN tender (Section 13)

NWP-CFA, BSNL C.O., New Delhi

4.5.4

The Vendor shall ensure that in respect to any Contract Personnel assigned to this
Agreement, it shall carry out recruitment checks in accordance with its policies.

4.5.5

The Vendor shall ensure that all Contract Personnel maintain a clear-desk and a
clearscreen policy to protect TSP Information, as per internal policy.
The Vendor shall ensure that an auditable process is developed for the ongoing
control and management of Contract Personnel access profiles.
The Vendor shall, and shall procure that if a Contract Personnels job or role has
been changed or terminated, such Contract Personnel shall securely destroy any
TSP Information received in a recorded form from TSP (or has recorded received
TSP Information) in accordance with its internal policy. Vendor may retain one copy
of such information for archival policy provided it does so in a secure manner..

4.5.6
4.5.7

4.5.8 The vendor may perform the above activities as per its internal policy, which shall be
shared with BSNL from time to time.
4.6

Additional Security Policies

4.6.1

The Vendor shall have documented operating procedures to discharge the security
requirements detailed within this Agreement and provide TSP with access to such
documentation in accordance with Access to Vendor systems as stipulated in this
Agreement.

4.6.2

The Vendor shall implement a controlled exit procedure in respect of the


individual Contract Personnel to ensure the return of any TSP assets or TSP Items
or TSP Information in the possession of the individual when any of the Contract
Personnel who have Access, leave the employment of the Vendor or are no longer
engaged for the purpose of this Agreement. Such controlled exit procedure shall
include a written communication by the Vendor Security Contact to TSP Security
Contact of this removal.

4.6.3

The Vendor shall inform the TSP Security Contact immediately upon its
becoming aware of any actual or suspected unauthorised Access or misuse of TSP
Systems or TSP Information or breach of any of the Vendor's obligations under this
Agreement.

4.6.4

The Vendor shall maintain integrity of the software build including upgrades,
operating systems and applications from factory to desk. The Vendor shall
demonstrate that the software build (both proprietary and off-the-shelf) delivered to
TSP is the same as the software build agreed with TSP. The software as provided
by Vendor should not have any known viruses or malware which could hamper
security including any unauthorized leakage of TSP Information including Sensitive
Information.

4.6.5

Any change of location by the Contract Personnel or Vendors support centers shall
be notified to TSP.

4.6.6

Where Vendor uses subcontractors,, TSP may require that the associated
security risks are clearly identified and assessed by TSP Group Security or the
appropriate TSP line of business security team. This will ensure that any
unacceptable security risks are identified and addressed. This in anyway shall not
reduce the Vendor from being responsible to TSP for its obligations to be performed
under this Agreement relating to security.

286

Class 5 NGN tender (Section 13)

NWP-CFA, BSNL C.O., New Delhi

4.6.7

Where Vendor uses subcontractors, formal contracts containing all necessary


security requirements shall be put in place between the Vendor and its
subcontractor before the Subcontractor or its personnel can access TSP Systems
and TSP Information or occupy space in TSPs buildings or space in the Vendors
building that is used to access, hold or process TSP Information.

4.6.8

TSP may update from time to time, security related policies, guidelines, standards
and requirements. TSP will incorporate such updates by reference which shall be
notified in writing by TSP to the Vendor promptly. If the Vendor has an issue with
such updates, the Vendor shall promptly detail its concerns to TSP in writing.

4.6.9

The Vendor shall record and maintain detailed information of all Contract
Personnel who are authorised to Access TSP Systems or TSP Information.

.
5.

Access to TSP Systems

5.1

Subject to the provisions of this Agreement, the TSP allows (so far as it can and is
able to do so) the Vendor, to have Access solely for the purpose as contemplated
herein during the Term of this Agreement.

5.2

In relation to Access, the Vendor shall (and, where relevant, shall procure that all
Contract Personnel shall):
a)

ensure each individual Contract Personnel has a unique user identification


and password known only to such user for his/her sole use.

b)

ensure Contract Personnel never share user identification, passwords or


security tokens.

c)

promptly provide to TSPsuch agreed reports as TSP shall fromtime totime


require concerning the Vendors use and security of Access and any
related mattersto Access.

d)

ensure onward bridging or linking to TSP Systems is prevented unless


authorised by TSP.

e)

use all reasonable endeavors to ensure no viruses or malicious code like


malware, spyware, key logger, bots (as the expressions are generally
understood in the computing industry) are introduced, and that there is no
corruption or modification or compromisation of TSP Systems or TSP
Information, while meeting out the obligations under the Contract.

f)

use reasonable endeavours to ensure that personal files which contain


information, data or media with no relevance to the purpose, are not stored
on TSP building servers or TSP centralised storage facilities or TSP
Systems.

5.3

If TSP has provided the Vendor with Access to the Internet/Intranet, the Vendor
shall, and shall ensure that the Contract Personnel, access the Internet/Intranet
appropriately. It is the Vendors responsibility to ensure that practical guidance on
internet and email abuse (as amended) is communicated to the Contract Personnel
from time to time.

5.4

The Vendor shall ensure that all Contract Personnel, subject to the Clauses headed

287

Class 5 NGN tender (Section 13)

NWP-CFA, BSNL C.O., New Delhi

Regulatory Matters and Confidentiality comply with classifying and handling of


Information.
5.5

Any security software procured by the Vendor shall be used by the Vendor without
modification, unless there is an essential need to do so, in which case appropriate
controls shall be applied and the agreement of TSP Group Security sought.

6.

Access to Vendor Systems

6.1

If Contract Personnel is granted Access to Vendor Systems having bearing on TSP


data, information or network, the Vendor shall:
a)

ensure each individual has a unique user identification and password known
only to such individual for his/her sole use.

b)

promptly provide to TSP such reports as TSP shall from time to time require,
concerning the Vendors use and security of access to Vendor Systems.

c)

allow Access only to the minimum extent required to enable the Contract
Personnel perform their duties.

d)

allow Access using a secure login process.

e)

establish and implement formal procedures to control the allocation and deallocation of Access rights.

f)

ensure that the allocation and use of enhanced privileges and access to
sensitive tools and facilities in Vendor Systems are controlled and limited to
only those users who have a business need.

g)

ensure that the allocation of user passwords to Vendor Systems that hold or
access TSP Information is controlled through a formal auditable
management process.

h)

provide processes to demonstrate that remote and home working activities


are only permitted where Authorised by TSP and subject to appropriate
security controls within the Vendors organisation including but not limited to
remote Access by users being subject to strong authentication.

i)

demonstrate that users follow security best practice in the management of


their passwords.

j)

implement a password management system which provides a secure and


effective interactive facility that ensures quality passwords.

k)

ensure that user sessions are terminated after a defined period of inactivity.

l)

ensure that audit logs are generated to record user activity and securityrelevant events and securely managed and retained with nil ability on the
part of the Vendor to allow any un-authorised access or amendment to the
audit logs. Such audit logs must be maintained for future reference for a
period of at least one year.

288

Class 5 NGN tender (Section 13)

NWP-CFA, BSNL C.O., New Delhi

m)

ensure that monitoring of audit and event logs and analysis reports for
anomalous behaviour and/or attempted unauthorised access are performed
by Vendors staff independent of those users being monitored.

n)

make available audit logs where required by TSP for review.

o)

ensure all systems holding, processing or accessing TSP Information shall


be hardened as per industry standards.

p)

ensure that to the extent possible, development, test and live environments
are segregated from each other and the other work areas in Vendor
buildings.

q)

implement controls to detect and protect against malicious software and


ensure that appropriate user awareness procedures are implemented.

r)

ensure that Vendor has in relation to all Vendor Systems formal security
incident management procedures with defined responsibilities.

s)

ensure that any unauthorised software is identified and removed from


Vendor Systems holding, processing or accessing TSP Information.

t)

ensure that Access to diagnostic and management ports as well as


diagnostic tools are securely controlled to TSPs reasonable satisfaction.

u)

ensure that Access to Vendors audit tools shall be restricted to Relevant


Contract Personnel and their use is monitored.

v)

Ensure that data gathered after running audit tool is properly protected.

w)

perform enhanced independent code reviews (including penetration


testing) onallVendorSystems, as a part of the Vendors security development
lifecycle (SDL).

6.2

The devices which use proprietary encryptiontechnique should not be used for
holding TSP information.

6.3

To the extent the servers are used to fulfill the purpose of this Agreement, Vendors
servers shall not be deployed on un-trusted networks without appropriate security
controls.

6.4

Changes to individual Vendor Systems shall be controlled and subject to formal


change control procedures. All documentation relating to Vendor Systems shall be
protected from unauthorized Access or amendment.

6.5

Security procedures and controls shall be used to secure equipment holding,


accessing or processing TSP Information in Vendor Systems.

7.

Conditions for Equipment Vendors

7.1

Conformance to Security Standards and Policies


The Vendor shall ensure and certify that the supplied equipment has been subjected
to penetration testing and all addressable vulnerabilities have been mitigated and
the equipment is Safe to Connect in the Telecom Network as per the latest

289

Class 5 NGN tender (Section 13)

NWP-CFA, BSNL C.O., New Delhi

standards and recommendations on the subject from ITU/ISO/IETF/IEC etc. It will


also include that the equipment confirms to the security policies of the TSP with
respect to network elements. This applies to all telecom network elements and IT
equipment used in the network.
The Vendor shall also ensure that the equipment supplied has all the contemporary
security related features, facilities, hardware, software etc for the purpose of
Interception, Monitoring, Analysis etc for use by the law enforcement agencies and
provide complete information to enable these features and facilities before the
supply of the equipment or the procedure of enabling these, if these are to be
enabled after the commissioning of the network. The Vendor shall also submit a test
report on these features and facilities and also a certificate that all contemporary
features and facilities of this category exist in the equipment supplied.
Vendors will be allowed to certify their own equipments based on the testing at the
labs which are capable of such testings. IT related elements in the telecom networks
which are already ISO 15408 certified will be accepted as certified. Vendor can
submit a relevant Self certificate based on test reports in this regard.

7.2

Equipments ConfigurationGuide
Two sets of equipment configuration guide should be supplied which detail the
configuration required to meet the policies and standards at least in respect of
following:
Network Element security policies:
- Generic OS
- Technical Standard for Switches and Routers
- Management Standard for Switches and Routers

7.3

Reports
Areport onthe susceptibility to the attacks on mobile networks shall be provided by
the Vendor to the TSP in the following manner:
(a)
Next Generation Network Equipmentsare susceptible to several attacks. The
Vendor must submit a report categorically stating that the attacks to which the
equipment and the network is susceptible, the degree of risk of each type of attack
and
mitigation
technique
to
deal
with
these
attacks..
TheVendorwillensurethatwhatevermitigationwaspossibleasperthecurrentavailabletec
hnologies,techniques,configurationhavealreadybeenusedandadoptedbythembeforet
he supplyofthe equipment.

7.4

Security fromMalware
There are no known cases of malware disrupting telecom services, yet. However,
malware can cause information leaks and can result in the leak of private user
information. However, some viruses, worms and Trojans can infect devices and spread
malware via text messages or Bluetooth connectivity. This network-based service will
also block Denial of Service attacks and restrict network traffic based on source,
destination, IP ports and applications. It will also allow enterprise IT managers to lock
and/or delete data on lost or stolen devices. The connectivity could affect platforms if
adequate firewalls, IDPs are not strong. Therefore Vendors would provide
adequate firewall and IDPs with the supply of equipment.

290

Class 5 NGN tender (Section 13)

7.5

NWP-CFA, BSNL C.O., New Delhi

CryptographyRelatedSecurityIssues:
Vendors will take suitable measures to deal with cryptography related vulnerabilities
and submit a report of the measures along with a relevant certificate(s)that they have
taken adequate measures to deal with these vulnerabilities.
i.
ii.
iii.
iv.
v.
vi.
vii.
viii.
ix.

7.6

AttacksonCOMP-128algorithm
Compromisedcipherkey
KeyrecoveryallowingSIMcloning
Hijackingoutgoingcallsinnetworkswithencryptiondisabled
Hijackingoutgoingcallsinnetworkswithencryptionenabled
Hijackingincomingcallsinnetworkswithencryptiondisabled
Hijackingincomingcallsinnetworkswithencryptionenabled
Suppressingencryptionbetweenthe target userandthe intruder
Suppressingencryptionbetweentarget user andthe true network
DataFlowAttacks
Many sophisticated attacks disguise themselves in data flows across sessions and
portsthe more traffic there is, the harder it is to identify the threats. Vendors may
ensure that they are aware of this and submit compliance on the same.

7.7

Additional Interfaces
Many of the problems in the data intensive infrastructure may come to increased
number of interfaces additionally for data than those were present for voice only
PSTN, hence, the Vendors must give special attention to interfaces and their
related vulnerability. Such Vendors may ensure that they provide additional
notes that they have taken care of the same and the test mechanism and
methodology adopted by them with adequate evidence.

7.8

Security against Remote Access


The Vendor shall submit a written undertaking to the TSP clearly identifying all
possible means of remote control/ remote access/remote command and control in
the supplied equipment as well as suitable mitigation means to close such access
mechanisms.

7.9

Software and Hardware Design Surety :Vendor may choose one of the following
Options for Software and Hardware Design Surety

7.9.1 Option 1:
(a)
The Vendor shall at TSPs request enter into an escrow deposit
arrangement in respect of all Information and documentation in relation to
Supplies in respect of Hardware, executable Software/source code/gold build etc,
High Level Designs (HLD), Detail Design Documents (DDD), listings and
programmers notes) (theEscrow Information) as would enable TSP to
complete any outstanding obligations of the Vendor under this Agreement,
including, without limitation, obligations that would have existed (including the
requirement to fulfill any orders that TSP would have otherwise placed under this
Agreement) had this Agreement not been terminated by TSP before the expiry of
its Term.

291

Class 5 NGN tender (Section 13)

NWP-CFA, BSNL C.O., New Delhi

(b)
Without affecting any other rights it may have, TSP shall have the right,
free of charge, to use the Escrow Information, after its release, in order to use or
maintain (including to upgrade) the software, to modify or have modified the
software, and to authorize such modified software to or have it maintained by third
parties, in case Vendor refuses to do so as per the Agreement.
(c)
The Vendor shall ensure that the Escrow Information deposited in
accordance with Clause 7.11 (a) is and will be maintained as sufficient to allow a
reasonably skilled programmer or analyst to maintain, modify and correct the
hardware and software without the help of any other person or reference, and the
Vendor further undertakes to keep the Escrow Information fully upto-date
throughout the Term.
(d)
On the occurrence of any event permitting the release of the Escrow
Information, the Vendor shall immediately provide, at its cost and expense, to
TSP for a reasonable period, such advice, support assistance, data, information,
access to Vendor's personnel or any key personnel of legal owner of the
[Hardware and/or] Software for the purpose of understanding, maintaining
(including upgrading), modifying and correcting any of the Hardware and/or
Software. The softwares and codes written only in English language shall be
acceptable. The code/softwares shall be proven to be operational and correct
version and to be certified that it does not have self-destructing programmes.
This may be ensured by using the same at least once for loading the system
initially before being deposited.
7.9.2Alternative to option 1 is Option 2 as below::
(i)
Gold software copy or the Executable copy of the software at the
discretion of vendor.
(ii)
Dumb hardware can be loaded with software by the TSP or under the
supervision of TSP from Gold software copy or from the executable copy after
checking that hardware is free from any software and ensuring that there are no
harmful malware into the hardware. Alternatively, vendors will submit a certificate
to BSNL that the supplied hardware is free from harmful malware based on the
above test.
(iii )
Upgradation of software for a period of as agreed in the Contract .
(iv)
Design of network (network diagram of Vendor Implemented equipment
under the Contract) in digital form and/ or in hard copy
7.10

Penalty
In the event that the Vendor is unable to comply with its obligations under this
Agreement, as a result of which the Licensor imposes any sanction on the TSP,
which results in any financial and other liabilities on the TSP, the Vendor shall be
liable to make good such loss. In addition to the above, in case of any inadequate
measures, act of intentional omissions, deliberate vulnerability left into the
equipment or in case of deliberate attempt for a security breach by the Vendor, the
Licensor may at its discretion blacklist the Vendor from entering into any supply
deals with any Indian telecom operators. The TSP shall give the vendor the
opportunity to defend any claim prior to imposing any penalty or blacklisting the
vendor on account of security breach being attributable to it.

292

Class 5 NGN tender (Section 13)


7.11

NWP-CFA, BSNL C.O., New Delhi

Inspection
The Vendor must allow the TSP , Licensor/DoT and/or its designated agencies to
inspect the hardware, software, design, development, manufacturing facility and
supply chain and subject all software to a security/threat check at the time of
procurement of equipment and upto two more times every year until the supplies
under the Contract have been completed, at the sole discretion of the TSP. . All the
documents should be in English and handed over to the visiting team of the TSP at
least 4 weeks ahead of the visit.

7.12

LanguageofSupplies
All the software codes, firmware, operating system, hardware details should be in
Englishonly.

8.

Data Protection

8.1

The Parties acknowledge that, in respect of all personal data and processed by the
Vendor for the purpose of the provision of supplies under the Contract, TSP alone
as data controller shall determine the purposes for which and the manner in which
such personal data will be processed by the Vendor.

8.2

Other than at TSP's request, or where required by law to provide the supplies, the
Vendor shall not disclose or allow access to any Personal Data other than, subject
to Clause 8.4(f) to a person placed by the Vendor under the same obligations as
contained in this clause who is employed or engaged by the Vendor or within the
control of the Vendor in the performance of the Agreement.

8.3

The Vendor shall not use personal data for any purpose other than the provision of
the supplies and shall return any personal data to TSP immediately upon request at
any time providing such return does not prevent the Vendor from fulfilling its
obligations under this Agreement. The Vendor shall retain personal data no longer
than is necessary for the provision of the supplies, in accordance with the relevant
Applicable Law and such instructions as TSP may provide from time to time. Upon
expiry or termination of this Agreement for whatever reason, the Vendor shall
immediately return to TSP all personal data and certify that no copies have been
made or retained by the Vendor or any third party acting on its behalf.

8.4

The Vendor shall:


(a)

process personal data only on the instructions of TSP and to the extent
necessary for the performance of this Agreement;

(b)

not modify, amend or alter the contents of the personal data except as
required or permitted by this Agreement or with TSPs prior written consent;

(c)

implement the appropriate technical and organisational measures to protect


personal data against accidental or unlawful destruction or accidental loss,
alteration, unauthorised disclosure or access, and against all other unlawful
forms of processing, which measures are set out in more detail in Clause 4
and provide to TSP with a written description of the measures taken when
requested by TSP;

(d)

comply with all relevant provisions of any TSP codes of practice notified to
the Vendor from time to time and the Applicable Law ;

293

Class 5 NGN tender (Section 13)

NWP-CFA, BSNL C.O., New Delhi

(e)

keep all personal data secure and confidential, act only on TSP's instructions
with respect to it, and comply with such further reasonable requirements from
time to time of TSP for the security of it;

(f)

ensure that, of the Vendors staff, only those of the Contract Personnel who
need to have access to the personal data are granted access to the personal
data only for the purposes of the performance of this Agreement and the
Contract Personnel are informed of the confidential nature of the personal
data and comply with the obligations set out in this Clause 8;

(g)

notify TSP forthwith, and in any event, no later than 12 hours from the time it
comes to the Vendors attention, that personal data transferred by TSP to the
Vendor has been the subject of accidental or unlawful destruction or
accidental loss, alteration, unauthorised disclosure or access, or any other
unlawful forms of processing; and

(h)

notify TSP in the event that it receives a request or notice from any person
subject to having access to that persons personal data held by it and will
provide TSP with full co-operation and assistance in relation to any complaint
or request including providing TSP with any relevant personal data it holds
within the timescales provided by the request or notice or as otherwise
required by TSP.

8.5

In respect of transfer of personal data the following conditions shall apply:

(a)

obtain TSPs prior written consent before transferring personal data to any
Subcontractors in connection with the provision of the supplies;

(b)

prior to any transfer of personal data, enter into or procure that any
Subcontractor delivering the supplies will enter into contracts for the transfer
of personal data. In respect of personal data transferred by TSP to the
Vendor or acquired by the Vendor from TSPs systems to a country outside
of India shall be on the basis of Applicable Laws , or such other data
protection model contract terms as may be agreed between the Parties from
time to time, except where the relevant Applicable Laws provides for a
derogation from this requirement.
Any breach of this Clause 8 by the Vendor shall be deemed to be a material
breach of the Agreement and the Vendor shall indemnify TSP from the
against any costs, losses, damages, proceedings, claims, expenses or
demands incurred or suffered by TSP which arise as a result of such breach.

8.6

8.7

The Vendor shall, upon TSP giving reasonable notice, allow TSP or its
nominatedrepresentatives such access to its premises, Information and
records and those of its agents subsidiaries and sub contractors, as may be
reasonably required by TSP from time to time to assess the Vendors and/or
Contract Personnels compliance with this Clause 8.

9.

Regulatory Matters

9.1

The Vendor shall


(a)

comply with all regulatory matters under Applicable Laws including,


without limitation, any actions that TSP may require in connection with any
regulatory matter, that are notified to the Vendor Regulatory Contact from

294

Class 5 NGN tender (Section 13)

NWP-CFA, BSNL C.O., New Delhi

time to time by the TSP Regulatory Contact in so far as they relate to the
performance by the Vendor under the Agreement.
(b)

within 14 days of the Commencement Date, ensure that the Vendor


Regulatory Contact contacts the TSP Regulatory Contact to establish the
nature and extent of communication between them, to assist them in
meeting all regulatory requirement relevant to the Contract, as set by the
Licensor or any Governmental Authority or any other person nominated by
Licensor

(c)

ensure that the Vendor and its Contract Personnel have undergone the
proper and adequate training for the purpose of performing its obligations
under this Agreement and promptly provide such information to TSP as shall
be necessary for TSP to respond fully and to the timescale required to any
request or requirement for information from any Governmental Authority , to
the extent that such information relates to the performance of the obligations
by the Vendor under the Agreement.

10.

Confidentiality

10.1

In this Clause, TSPInformation which TSP from time to time identifies to the
Vendor as being commercially confidential, or is by its nature commercially
confidential or defined by TSP as confidential, or confidential as per the Applicable
Law. The term Information shall mean and include all or any communication(s),
Information(s) or data disclosed, whether written, visual or oral and other material
supplied to or obtained by the Party (Recipient) from the other Party (Disclosing
Party) during the course of the Agreement.

10.2

Except with TSP's consent, the Vendor shall not disclose TSP Information to any
TSP employee, not authorized to receive such information

10.3

Subject to the Clause 11, either Party receiving Information from the other shall not
without the others prior written consent use such Information except for Contract
purposes or disclose such Information to any person other than TSP's employees,
agents and contractors or Contract Personnel who have a need to know and who
are bound by equivalent obligations of confidentiality. Any breach of such obligations
by Contract Personnel or TSP's employees, agents or contractors (as the case may
be) shall be deemed to be a breach by the Vendor or TSP respectively.

10.4

Clause 10.2 and Clause 10.3 shall not apply to Information that is:
(a)

published except by a breach of the Contract; or

(b)

lawfully known to the Recipient at the time of disclosure and is not subject to
any obligations of confidentiality; or

(c)

lawfully disclosed to the Recipient by a Vendor without any obligations of


confidentiality; or

(d)

replicated by development independently carried out by or for the Recipient


by an employee or other person without access to or knowledge of the
Information.

295

Class 5 NGN tender (Section 13)

NWP-CFA, BSNL C.O., New Delhi

10.5

The Vendor shall not publicize this Agreement without TSPs prior written consent
and shall ensure that any subcontractor is bound by similar confidentiality terms to
those in this clause.

10.6

Either Party that has during the course of this Agreement received Information in a
recorded form from the other (or has recorded received Information) shall return or
destroy in a complete irrecoverable mode (at the option of the disclosing party) such
records upon:
(a)
(b)

expiry or termination of this Agreement; or


upon earlier request unless such records are part of the supplies.

10.7

This clause shall survive termination / expiry of this Agreement.

10.8

The obligations of confidentiality shall also be governed by the Non-Disclosure


Agreement dated [] (NDA), entered into between the TSP and the Vendor. In the
event of any conflict between this Clause 10 and the NDA, the provisions of the NDA
shall be applicable.

11.

Intellectual Property

11.1

Each Party will retain its right, title and interest in its respective trademarks, service
marks and trade names as well as rights in respect of any patent, copyright, trade
secrets or other intellectual property used during the performance of this
Agreement. Both Parties recognise that except as otherwise expressly provided
herein or agreed between the Parties, they shall have no right, title, interest or claim
over the others intellectual property.

11.2

The Vendor agrees that it shall defend, at its own expense, all proceedings, suits
and claims against and/or affecting the TSP or any of their officers, directors or
employees (Indemnitees) with respect to infringement, breach or violation of any
patent, trademark, copyright, trade secret, mark or other intellectual property rights
of any third party in the course of performance of its obligations under this
Agreement. The Vendor agrees that it shall indemnify the Indemnitees for all sums,
costs, expenses and liabilities including, without limitation, all reasonable attorneys
fees and other costs, incurred by Indemnitees in connection with or otherwise
arising out of any such proceeding, suit or claim.
If in any such suit so defended, all or any part of the equipment or any component
thereof or the use thereof is held to constitute an infringement or violation of third
party intellectual property rights and its use is enjoined, or if in respect of any claim
of infringement or violation the Vendor deems it advisable to do so, the Vendor shall
at its sole cost and expense take one or more of the following actions: (a) procure
the right to continue the use of the same without interruption for the TSP; or (b)
replace the same with non-infringing Equipment that meets the technical
specifications stipulated under the Contract; or (c) modify the said equipment or any
component thereof so as to be non-infringing; provided, that (i) the equipment or any
component thereof as modified complies with all of the technical specifications as
stipulated under the Contract; and (ii) Vendor shall fully indemnify the TSP for any
costs associated with any such action.

296

Class 5 NGN tender (Section 13)

NWP-CFA, BSNL C.O., New Delhi

12.

Security Review-The Vendor shall:

(a)

give to (or procure the giving to) TSP (or any person authorised by TSP) such
access at all reasonable times to the Vendors and any Subcontractors records and
premises related to this Agreement as TSP may require from time to time to assess
the Vendors compliance of these policies in this Agreement;

(b)

such assessments may include assessments of all elements of physical and logical
audits, penetration testing of the Vendors Systems. The Vendor shall facilitate this
assessment by permitting TSP to collect, retain and analyse information to identify
potential security risks including trace files, statistics, network addresses and the
actual information or screens accessed or transferred; and

(c)

provide such reports to TSP and attend such meetings as may be reasonably
required by TSP.

13.

Network Audit, Test and Certification:


The process of networks audit and certification should be performed by the test and
certification agencies to include following activities:

(a)

Network forensics to identify existing unwanted running processes\ malwares\


backdoors etc. on all networks' elements. The operation includes sniffing of live
traffic to identify unwanted redirection and interception of traffic.

(b)

Network Hardening to map all networks elements and to calibrate them to


optimized secured state.

(c)

Network penetration test to assure system durability against any kind of attack.

(d)

Risk assessment to understand what actions should be taken to minimize future


damage to carrier and what risks are inevitable.

(e)

Actions to fix found problems by setting systems to default or acquiring relevant IT


security technologies to prevent such problems from reoccurring.
An available list of Test and Certification Agencies (Third Parties) in various
countries who may take up the regular Technical Audit of Networks and Security
Certification is given at Appendix I. The TSP may engage the services of any other
Network Audit andSecurity Certification agency also

14

Investigation:

14.1

If TSP believes that there has been a breach by the Vendor of the provisions of this
Agreement, TSP will inform the Vendor Security Contact. The Vendor shall
cooperate with TSP fully in any ensuing investigation. The Vendor shall provide list
of users who have had access to TSP Systems and TSP Information to TSP and/or
any law enforcement agency. TSP shall have access to the Vendor Systems and
TSP Information in the Vendors premises generally with prior notice but include the
right to make unannounced visits.

14.2

The Vendor shall report to TSP Security Contact promptly of any potential misuse of
TSP Information or improper or unauthorised access to TSP Systems and TSP
Information.Upon request, the Vendor shall promptly provide to TSP a written report
with details of the potential misuse of TSP Information or improper or unauthorised

297

Class 5 NGN tender (Section 13)

NWP-CFA, BSNL C.O., New Delhi

access to TSP Systems and TSP Information, a remedial plan and a timetable for
achievement of the planned improvements and steps to be taken to avoid the repeat
of the potential misuse of TSP Information or improper or unauthorised access to
TSP Systems and TSP Information.
14.3

If any audit or investigation reveals that there is a potential risk to the confidentiality,
integrity or availability of TSP Information in the Vendors processes or Vendor
Systems, Vendor shall promptly correct any security risk in the Vendors processes
or Vendor Systems promptly.

14.4

During investigation, the Vendor shall co-operate with TSP, providing reasonable
access, accommodation, facilities and assistance to all Vendor Systems as
reasonably necessary to investigate the breach of the provisions of this Agreement
including permitting interview of any sales, engineering or other operational
personnel of Vendor. TSP shall, or at TSPs request shall instruct the Vendor to,
confiscate for evaluation any tangible or intangible asset suspected to have been
used for information/ security breach or provide lead to investigation belonging to the
Vendor or its subcontractor to aid the investigation.

15.

Limitation ofLiability
The aggregate liability of the Vendor to the TSP in respect of any breach of
obligations under this Agreement shall not exceed the sum of Rs. 50,00,00,000
(Rupees Fifty Crores only) per breach, provided that such limitation shall not apply
to claims arising pursuant to Clauses 10 and Clause 11.2 or pursuant to any other
Clause where such limitation is expressly excluded.

16.

Term and Termination

16.1

This Agreement shall be effective from the Commencement Date .Notwithstanding


anything contained herein or in the Contract, this Agreement shall survive till any
equipment is working, which is supplied and served by the Vendor under this
Contract or for a period of ten years after signing of this Agreement whichever is
later (EndDate).

16.2

This Agreement may also be terminated in the event it is so determined by the


Licensor or under Applicable Laws.

16.3

The termination of this Agreement shall be without prejudice to the rights and
obligations of the parties which have accrued up to the date of termination.

17.

Indemnity

17.1

The Vendor shall indemnify and hold harmless the TSP and its employees, agents,
shareholders, directors, representatives, against any claims or penalty or
consequence arising out of breach of the security related terms of the license
granted by the Licensor as a result of breach or non-compliance by the Vendor with
its obligations in this Agreement.
It is clarified that any expenditure incurred by the TSP for complying with security
related provisions as prescribed under Applicable Law shall be borne by the Vendor.
In the event there is a breach of the security related provisions as prescribed under
Applicable Laws, any penalty imposed by the DoT on the TSP shall be paid by the
Vendor to the TSP. Further, any testing of Vendors equipment including
requirement of testing equipment shall be met by Vendor at his own cost.

17.2

298

Class 5 NGN tender (Section 13)

18.

NWP-CFA, BSNL C.O., New Delhi

Governing Law
This Agreement shall be governed by laws of India and the Parties agree to the
exclusive jurisdiction of the Indian courts where the registered office of the TSP is
situated.

19.

Arbitration

19.1

In the event of any question, dispute or difference arising under this Agreement or in
connection there-with, the same shall be referred to the sole arbitration of the
CMD,BSNL or in case his designation is changed or his office is abolished, then in
such cases to the sole arbitration of the officer for the time being entrusted (whether
in addition to his own duties or otherwise) with the functions of the CMD, BSNL or by
whatever designation such an officer may be called (hereinafter referred to as the
said officer), and if the CMD, BSNL or the said officer is unable or unwilling to act as
such, then to the sole arbitration of some other person appointed by the CMD, BSNL
or the said officer. The agreement to appoint an arbitrator will be in accordance with
the Arbitration and Conciliation Act 1996. There will be no objection to any such
appointment on the ground that the arbitrator is a government servant or that he has
to deal with the matter to which the agreement relates or that in the course of his
duties as a government servant he has expressed his views on all or any of the
matters in dispute. The award of the arbitrator shall be final and binding on both the
parties to the agreement. In the event of such an arbitrator to whom the matter is
originally referred, being transferred or vacating his office or being unable to act for
any reason whatsoever, the CMD, BSNL or the said officer shall appoint another
person to act as an arbitrator in accordance with terms of the agreement and the
person so appointed shall be entitled to proceed from the stage at which it was left
out by his predecessors.

19.2

The arbitrator may from time to time with the consent of both the Parties enlarge the
time frame for making and publishing the award. Subject to the aforesaid,
Arbitration and Conciliation Act, 1996 and the rules made there under, any
modification thereof for the time being in force shall be deemed to apply to the
arbitration proceeding under this clause.

19.3

The venue of the arbitration proceeding shall be the office of the CMD BSNL), BSNL
Corporate Office, New Delhi or such other places as the arbitrator may decide.

20

Notices

20.1

Any notice, documents, information, direction and any other communications


required or permitted to be (or such other addresses as specified in writing by the
respective Party from time to time) hereunder shall be sent in writing and sent by
registered post, courier and or by facsimile transmission or delivered personally by
hand or sent by email addressed to the other Party to the relevant addresses set out
below at the following addresses:
If to the TSP:
Bharat Sanchar Nigam Limited
2nd Floor, Bharat Sanchar Bhavan
HC Mathur Lane
New Delhi 110001
Attention: []

299

Class 5 NGN tender (Section 13)


Fax:
Email:

NWP-CFA, BSNL C.O., New Delhi

[]
[]

If to the Vendor:
[Name]
[Address}
Attention: []
Fax:
[]
Email:
[]
20.2
(a)

Any such notices and other documents shall:


if delivered by hand, be deemed to have been given and received at the place of
receipt on the date of delivery;

(b)

if mailed by post or couriered, be deemed to have been given and received at the
place of delivery on the date of delivery.

(c)

if given by facsimile transmission be deemed to have been given and received, at


the place of receipt on the date as shown in the facsimile transmission report; and

(d)

if given by e-mail be deemed to have been given and received at the place
mentioned in Clause 19 above on the same day.

20.3

Either Party shall inform the other of any change in its address above through a
notice in writing to the other Party in the manner set forth above.

IN WITNESS WHEREOF THE PARTIES HAVE CAUSED THESE PRESENTS TO BE


EXECUTED ON THE DAY, MONTH AND YEAR HEREINBELOW WRITTEN TO BE
EFFECTIVE FROM THE DATE FIRST MENTIONED ABOVE
SIGNED for and on behalf of
Bharat Sanchar Nigam Limited

SIGNED for and on behalf of []

..
Signature

..
Signature

Name

..
Name

Position

..
Position

.....
Witness Signature

.....
Witness Signature


Name & Address
Name & Address

300

Class 5 NGN tender (Section 13)

NWP-CFA, BSNL C.O., New Delhi

Appendix I
List of Test and Certification Agencies (Third Parties) in various countries who may
take up the regular Technical Audit of Networks and Security Certification.
The List is indicative and TSP may use the services of other Network Audit and Security
Certification agency also.
CC Evaluation Labs
Australia and New Zealand
1.

Computer Sciences Corporation (CSC)


http://www.csc.com/security/offerings/26694-common_criteria_at_csc
Contact: Andrew Coggle
212 Northbourne Avenue
Braddon ACT 2612
Tel: +61 2 6246 8000
Fax: +61 2 6246 8181
E-mail: aisef@csc.com.au
Web: http://www.csc.com/commoncriteria

Logica
http://www.logica.com.au/
Contact: Bruce Legge
1 Torrens Street
BRADDON ACT 2612
Tel: +61 2 6246 1900
Fax: +61 2 6262 8827
E-mail: aisef.au@logica.com
Web: http://www.logica.com/au

Startsec
http://www.stratsec.net/Home
Contact: Aleks Lubiejewski
Unit 1, 50 Geils Court
DEAKIN ACT 2600
Tel: +61 2 6260 8878
Fax: +61 2 6260 8828
E-mail: lab@stratsec.net
Web: http://www.stratsec.net

Germany
1.

CSC Deutschland Solutions GmbH


Contact: Herrn Dr. Goswin Eisen
Sandstr. 7-9
80335 Mnchen
Telefon: +49 89.5908.6504
Fax.: +49 89.5908.6503
E-Mail: geisen@csc.com
Web: http://www.csc.com/security/ds/11371/15880-german_laboratory_experience

atsec information security GmbH


http://www.atsec.com/us/addresses-contact.html

301

Class 5 NGN tender (Section 13)

NWP-CFA, BSNL C.O., New Delhi

Contact: Gerald Krummeck


Steinstr. 70
81667 Mnchen
Telefon: 089 44249-830
Fax: 089 44249-831
E-Mail: gerald@atsec.com
Web: http://www.atsec.com
United Kingdom
1.

EDS
http://h10134.www1.hp.com/

2.

Logica
www.logica.com

SiVenture
http://www.siventure.com

USA
1

Arca Common Criteria Testing Laboratory


http://www.savvis.net/en-US/Pages/Home.aspx
Contact: Pete Feeney
45901 Nokes Boulevard
Sterling, VA 20166
Tel: +1 703-667-6684
Fax: +1 509-691-7440
Mobile: +1 703-999-1075
E-mail: arca-cctl@savvis.net

CygnaCom Solutions' Security Evaluation Laboratory


http://www.cygnacom.com/labs/common-criteria/index.htm
Contact: Ms. Nithya Rachamadugu
7925 Jones Branch Drive, Suite 5200
McLean, VA 22102-3305
Tel: +1 703.270-3563
Tel: +1 858-509-0180
Fax: +1 703-848-0985
E-mail: selinfo@cygnacom.com
Web: http://www.cygnacom.com

SAIC Common Criteria Testing Laboratory


http://www.saic.com/infosec/testing-accreditation/common-criteria.html
Contact: Robert L. Williamson
Ctr. for Information Security Tech. SAIC
7125 Columbia Gateway Drive, Suite 300
Columbia, MD 21046
Tel: +1 410-953-6819
Fax: +1 410-953-7001
E-mail: robert.l.williamson.jr@saic.com
Web: http://www.saic.com

Computer Sciences Corporation (CSC)


http://www.csc.com/security/offerings/26694-common_criteria_at_csc
Contact: Charles Nightingale

302

Class 5 NGN tender (Section 13)

NWP-CFA, BSNL C.O., New Delhi

7231 Parkway Drive


Hanover, Maryland 21076
Tel: 443.445.8400
Fax: 443.445.8002
E-mail: STCL@csc.com
Web: http://www.csc.com/commoncriteria
5

Booz Allen Hamilton Common Criteria Testing Laboratory


900 Elkridge Landing Road, Suite 100, Linthicum, MD 21090
http://www.boozallen.com/doingbusiness/contractvehicles/gmacs/alliant/alliant/3844
966/38470558

COACT Inc. CAFE Laboratory


9140 Guilford Road
Suite N, Columbia, MD 21046-2585
http://www.coact.com/
7 DSD Information Assurance Laboratories (DIAL)
1160 Johnson Ave.
Suite 101, Bridgeport, WV 26330
http://dsdial.com/

InfoGard Laboratories, Inc.


709 Fiero Lane
Suite 25, San Luis Obispo, CA 93401
http://www.infogard.com/

Taiwan (not from CC portal)


1.
Telecom Technology Center, Taipei, Taiwan
http://www.ttc.org.tw/english/its_e.asp
http://www.ttc.org.tw/english/its_e_01.asp
The Nederlands
1.
Brightsight IT Security Evaluation Facility
Contact: Mr. Dirk-Jan Out
Delftechpark 1
2628 XJ Delft
The Netherlands
Telefon: +31 15 269 25 00
Fax: +31 15 269 25 55
E-Mail: info@brightsight.com
Web: http://www.brightsight.com
Israel
1.
ALTAL Security Consulting, Israel
http://www.altalsec.com/index.php?langpage=eng&&language=eng
Canada
1.
Electronic Warfare Associates (EWA), Canada
http://www.ewa-canada.com/
Routers Tested as per CC:
1.
Cisco Routers
Cisco Systems Routers (800, 1700, 1800, 2600XM, 2800, 3700, 3800, and 7200
running Cisco IOS Release 12.4(11)T2; 7300, 7400, and 7600 running Cisco IOS

303

Class 5 NGN tender (Section 13)

NWP-CFA, BSNL C.O., New Delhi

Release 12.2(18) SXF8;10000 and 12000 running 12.0(32)s7) and Cisco Secure
ACS version 4.1.2.12
TOE evaluation was sponsored by Cisco Systems, San Jose
Evaluation was carried out by: Arca Common Criteria Testing Laboratory
http://www.savvis.net/en-US/Pages/Home.aspx
Contact: Pete Feeney
45901 Nokes Boulevard
Sterling, VA 20166
Tel: +1 703-667-6684
Fax: +1 509-691-7440
Mobile: +1 703-999-1075
E-mail: arca-cctl@savvis.net
2.

Juniper Routers
Juniper Networks J-Series Family of Service Routers running JUNOS 7.3R2.14
ST was prepared by:
Science Applications International Corporation(SAIC)
Common Criteria Testing Laboratory
7125 Columbia Gateway Drive, Suite 300
Columbia, MD 21046
http://www.saic.com/
Evaluation was carried out by:
Science Applications International Corporation(SAIC)
Common Criteria Testing Laboratory
7125 Columbia Gateway Drive, Suite 300
Columbia, MD 21046
http://www.saic.com/

VoIP equipments tested as per CC:


1.

AVAYA VoIP PBX System


ST prepared by:
CSC Deutschland Solutions GmbH
Contact: Herrn Dr. Goswin Eisen
Sandstr. 7-9
80335 Mnchen
Telefon: +49 89.5908.6504
Fax.: +49 89.5908.6503
E-Mail: geisen@csc.com
Web: http://www.csc.com/security/ds/11371/15880-german_laboratory_experience
Evaluated by:
CSC Deutschland Solutions GmbH
Contact: Herrn Dr. Goswin Eisen
Sandstr. 7-9
80335 Mnchen
Telefon: +49 89.5908.6504
Fax.: +49 89.5908.6503
E-Mail: geisen@csc.com
Web: http://www.csc.com/security/ds/11371/15880-german_laboratory_experience

Click here for clarification in respect of clause no. 7.4, 7.11, 16 and clarification no 519,520
on Security.

304

Class 5 NGN tender (Section 14)

NWP-CFA, BSNL C.O., New Delhi

Section 14
Formats for Agreements/Certificates
Annexure-1
Consortium Agreement
(on non-judicial stamp paper of minimum of INR 100/-)
In compliance to Clause No. ..of Tender No.
dated
, a consortium has been
formed on <Date>
between <Bidders Name> and OEM of NGN Access
equipments(LMGs) to meet various eligibility criteria specified in the Tender under
reference.
It has been agreed with the OEM of NGN Access equipments(LMGs) that <Bidders
Name> is designated to submit the Bid on behalf of this consortium and henceforth called
as lead Bidder/bidder. It is also confirmed that both the bidder and OEM of NGN Access
equipments(LMGs) (consortium partner) of the said consortium meet the eligibility
conditions as specified in the above referred Tender and have authorized the lead bidder by
way of duly executed power of attorney in his favour to act on their behalf.( Lead Bidder
and Bidder has been used interchangeably).
It has also been agreed that the in its capacity as Bidder, <Bidders Name> will interact
with BSNL for all obligations, however boththe bidder and OEM of NGN Access
equipments(LMGs) (consortium partner) shall be jointly and severally responsible for the
execution of the project including continued post execution maintenance/AMCs.
The detail of teaming agreement is given at annexure-A
The details of Bidder and various and consortium partners are as under:<Bidder Name>:- <Details containing Registered office & correspondence address>
<Consortium Partner 1>:- <Details containing Registered office & correspondence
address>
IN WITNESS WHEREOF the parties have caused this AGREEMENT to be executed by
their duly authorized officers as of the day first above written
For <Bidders Name>

For<Consortium Partner>

Signature of Authorized Signatory


Name:Designation:Contact Phone:Email-ID:Date:-

Signature of Authorized Signatory


Name:Designation:Contact Phone:Email-ID:Date:-

Witness-1
Signature:Name:Designation:Contact Phone:Email-ID:Date:-

Witness-1
Signature:Name:Designation:Contact Phone:Email-ID:Date:-

Witness-2
Signature:Name:Designation:Contact Phone:Email-ID:Date:-

Witness-2
Signature:Name:Designation:Contact Phone:Email-ID:Date:-

305

Class 5 NGN tender (Section 14)

NWP-CFA, BSNL C.O., New Delhi

Annexure -A
Teaming Agreement
Bidder & OEM/SSP (Software solution provider)shall at least have following obligations
included in teaming agreement between bidder and OEM/SSP, apart from other items:
1.
2.
3.
4.
5.
6.

6.1
7.
7.1
7.2
7.3
8.
8.1

8.2
9.

10.

11.

12.
12.1

Bidder shall ensure that OEM/SSP provides the following deliverables for the
software solution offered in the bid.
OEM/SSP shall have to give skill set requirements from its own perspective and
from bidders perspective.
OEM/SSP shall clearly specify the parameters responsible for performance.
Sizing has to be done exactly as per the OEM/SSPs recommendation.
OEM/SSP has to give a Certificate of Satisfaction with respect to all the parameters
concerning sizing and performance.
OEM/SSP shall deliver product training for:
a) Installation
b) Product Configuration
c) API
d) First Level Support
e) Train the BSNL Training team
The cost and commercial terms and conditions shall be mutually and previously
agreed by the two parties.
Availability of Subject Matter Expertise on site from OEM/SSP.
A minimum number of SME expertise shall be made available for entire
implementation duration. The same shall be covered contractually.
Identified SMEs to be attached with respective bidder for the period of delivery or up
to an identified milestone.
Designated OEM/SSP representative shall be available for all Project Steering
committee meetings.
Review of Statement of Work created by bidder:
OEM/SSP shall have to authorize the customizations. OEM/SSP will have to provide
a guarantee that the Customizations being done would be supportable by
subsequent upgrades. In case of customizations that require touching the core,
same would have to be pointed out to BSNL.
OEM/SSP shall have to accept the Interface details, giving consent to overall
design.
Training & Documentation on APIs available OEM/SSP shall enable the bidder to
use the API for plugging on customizations or interfaces to third party solution. In
case APIs need to be modified or new APIs need to be created to enable
customization/ interface the primary responsibility for this will be with the OEM/SSP.
The new APIs created/modified shall be supported by subsequent upgrades.
OEM/SSP shall give an undertaking that the SLA applicable to their solution will be
supportable. OEM/SSP shall give undertaking that current version of the software
will be supported for next 7 years excluding the contract implementation period.
The OEM/SSP shall clearly define its policy of releasing major and minor version
each year. The implementation shall be based on a product configuration with a
clear product roadmap for the contract period.
OEM/SSP Shall deliver the following to System Integrators for finally delivering to
BSNL:
Licensed copy of all OEM/SSP applications that are within the scope of
implementation by bidder.

306

Class 5 NGN tender (Section 14)


12.2
12.3
12.4
12.5
12.6
12.7
12.8
12.9
12.10
12.11
12.12
12.13
12.14
12.15
12.16
12.17
12.18
12.19

12.20
12.21

12.22

NWP-CFA, BSNL C.O., New Delhi

Licensed copy of development and runtime versions of the report writer products
and other products bundled with the application.
List and specifications of all available APIs in each version.
Installation Scripts for all OEM/SSP applications that are within the scope of
implementation by bidder
Product Specifications of all OEM/SSP applications that are within the scope of
implementation by bidder.
User Manuals (hard & soft copy)
Functional Overview Manual
Operations Manuals
System Administration Manuals
Business process guide
Reporting reference guide
Screens reference guide(if applicable)
Training Brochure containing details of training programs to be offered (hard & soft
copy)
Training Kit for training of bidder personnel
Hardware Specifications meeting the Sizing & SLA requirements
Benchmark Reports on Supported Platforms
Guaranteed response times for typical OLTP and batch transactions on various
configurations of the suggested hardware(if applicable).
Product Road Map document
Warranty, Post Warranty, and Operational Support programs offered by OEM/SSP
including commercial implications, SLA and availability of local support facilities.
This shall include problem resolution, application maintenance, change requests, as
well as policy for upgrades and updates.
Before Commencing Project bidder shall have to give an undertaking of having
received & understood the material mentioned above.
Along with the bid document, the bidder shall have to submit a certificate as given at
Annexure-C with regard to professional service support from all the OEM/SSP
partners, duly signed by the authorized signatory of the bidder and the authorized
signatory/ Country Manager of the OEM/SSP.
The bidder shall furnish, along with the bid document, a Certificate from the
Application OEM/SSP with regard to hardware sizing of the application provided by
the OEM/SSP as per Annexure E.

Click here for clarification no. 524 on team Aggreement

307

Class 5 NGN tender (Section 14)

NWP-CFA, BSNL C.O., New Delhi

Annexure-B
(Undertaking to be given by All technology Partners)
To:
DGM(MMT)
BSNL C.O. New Delhi
Subject: Undertaking by Technology Partner
In compliance to clause __________ of the tender No. ________ dated _______ we
undertake the following:
The Bidder M/s <______________ > and the technology Partner <M/s ______________>
shall be liable for due performance of the contract jointly as well as severally for planning,
Supply, Installation, Testing and Commissioning of content delivery network on turnkey
basis as per the tender requirement with the liability of the technology partner being for the
products and/ or services in his scope of execution as defined in the agreement signed
between the Bidder and the technology Partner <M/s ________> and in accordance with
the proposal submitted by the technology partner <________> to the Bidder.

308

Class 5 NGN tender (Section 14)

NWP-CFA, BSNL C.O., New Delhi

Annexure-C
(Support Certificate)
(To be given by all partners/vendors/OEMs/database vendors)

To
<___________________
__________________>
Subject: Support for Turnkey Implementation and AMC
Sir,
It is to certify that the following hardware/software, for which M/s . is the OEM,
has been quoted in our (M/s ..name of the bidder) bid.
S.N.
1
2
3

All Hardware/ Network/ Software System

Model/ Version

We undertake to provide the following:


1. Full Professional Service Support for turnkey implementation of the project covering
all the above hardware/network/ software components, their Design, Planning,
Supply, Installation, customization, commissioning, integration with other
components of the NGN CLASS 5 project, training, O&M for Seven year
maintenance of NGN CLASS 5 network and project completion within the time
schedules specified in the tender document.
2. Preparation of all the documentation pertaining to planning, design, engineering,
customization, integration, installation, operations and maintenance.
3. Support for operation, maintenance and upgrades is available as per terms and
conditions of Operation during warranty (Two years) and AMC (5 years) on 24x7
basis from the date of commissioning.
4. Applications shall be supported on the given platform (including OS and quoted
Database) for the next 8 years with effect from the date of project completion, and
that patches, release, updates and upgrades shall be made available on this
platform (including OS and quoted Database) for this period
We also certify that the agreement in the above respect has already been signed
with the OEM.
__________________________________
Signature of Authorized signatory of Bidder
_______________________________________________
Signature of Authorized signatory of OEM/ Country Manager of OEM
Name
Designation

309

Class 5 NGN tender (Section 14)

NWP-CFA, BSNL C.O., New Delhi

Annexure-D
(Sizing Certificate)
(To be given by application vendor i.e. OEM/SSP)
ON THE OEMS LETTER HEAD
To
<__________________
Subject: Certificate from OEM about sizing of hardware with OEMs application
software.
Sir,
1. This is to certify that the solution and following hardware sizing quoted in the bid of M/s
.(Name of the Bidder..), for the applications (including all the modules), for
which our company, M/s .is the OEM, is sufficient to meet all the requirements
mentioned in the tender. The details of the Applications and Hardware are as under:
A. Production Sizing
S.N. Application Application
Software
Version
Name

Hardware
Required(Core
Clock speed,
type/make, RAM
& soft/hard
partition)

Platform
Details
including OS
with version &
Database with
version

Licenses Required
(for software
OEM)

B. Test & Development, Simulation Sizing: This shall include Cores/RAM/HDD etc for T&D
server with class of Cores i.e. DC class or edge class.
C. Training server sizing is to be given separately in a similar manner.
(Furnish separate details for different Data Center locations)
2. This is to also to certify that this application has been benchmarked on class/family of the
quoted hardware as on date.
___________________________
Signature of Authorized signatory of OEM
Name
Designation
___________________________
Signature of Authorized signatory of SSP
Name
Designation
__________________________
Signature of Authorized signatory of Bidder
Name
Designation

310

Class 5 NGN tender (Section 14)

NWP-CFA, BSNL C.O., New Delhi

ANNEXURE-E
To,
<________________

_________________>

Subject: Undertaking/Certificate from OEM of server, Operation System(OS) and


Application software for commercially in operation for at least one year.

We hereby Certified/undertake that the Hardware solution (make/model), for which our
company, M/s . is the OEM, and Operating System ( OS version/model ) for
which M/s . is the OEM, quoted in the bid of M/s ..., for the applications
(including all the modules), for which our company, M/s is the OEM, is commercially
in operation since last ---- year(s).

Signature of Authorized signatory of OEM(Application)/


Name
Designation

Signature of Authorized signatory of OEM(OS)


Name
Designation
Signature of Authorized signatory of OEM(Server )
Name
Designation

311

Class 5 NGN tender (Section 14)

NWP-CFA, BSNL C.O., New Delhi

ANNEXURE-F
COMPILATION OF APPLICATION AND LICENSING DETAILS
S.N. Application
Name*

Application
Version

Major
Functions

Basis of
Licenses

Total
number of
Licenses

1.
1.1
1.2

2.
2.1
2.2

* Note:
(1) All the applications quoted shall be indicated
(2) All the modules, sub-modules along with their versions and functions shall be indicated
(3) All the module, sub-module wise licensing details and the corresponding licensing
metrics shall be indicated, along with the detailed calculation of number of licenses.

312

Class 5 NGN tender (Section 14)

NWP-CFA, BSNL C.O., New Delhi

ANNEXURE-G
(On the client letter head)
To,
<________________
_________________>
Subject: Certificate from client for commercially deployed NGN network elements
I, Mr/Mrs ---------- , (name & Designation) on behalf of M/s----(operator name) hereby
certified that M/s -----(operator name ) is an operator in the country ------ with corporate
address ----------.
I, Mr/Mrs ---------- , (name & Designation) on behalf of M/s----(operator name) hereby
certify that the following information regarding experience as given in table-1 of M/s --------(bidder/OEM name) and provenness of product deployed in my network as given in table2& Table-3are correct.
Table-1 for Experience

Sl
No

Site
Incharge (
email &
contact
number)

Site
address

size of network

customer base

Date of
commercial
commissioning

No of
NGN
Core

No of
LMGs

Table-2 ( Proven-ness of NGN Core)


NGN Core
Sl
No

make

model

Deployed
capacity

Date of
installation

Type of
Date of
present
LMGs(make/model)
commercial Cuctomaer
served by NGN
commisioning
base
Core

Table-3 (Provenness of LMGs)


LMGs
Sl
No

make

model

Deployed
capacity

Date of
installation

Date of
present
commercial
Cuctomaer
commissioning base

The installed and commissioned equipments as mentioned above are working satisfactorily.
Signature of Client
Name
Designation
Contact Address
EmailContact number

313

Class 5 NGN tender (Section 14)

NWP-CFA, BSNL C.O., New Delhi

ANNEXURE-H
Model Amendment Letter Intimating Conditions for Extension of Delivery Period
Registered Acknowledgement Due
Address of the purchaser
--------------------------------------------------------------To
M/s ..
Sub : This office contract no.. dated . placed on you for supply of
Ref : Your letter no dated .

You have failed to deliver the goods/ entire quantity of the goods/ execution/ installation/
commissioning of the entire project within the contract delivery period/ delivery period as
agreed schedule or last extended up to ______________. In your above referred letter, you
have asked for extension/ further extension of time for delivery/ execution/ installation/
commissioning. In view of the circumstances stated in your above referred letter, the time of
delivery can be extended from _______ (original/ last delivery period) to ____________
(presently agreed delivery period) subject to your unconditional acceptance of the following
terms and conditions:
1. That, liquidated damages shall be levied in accordance with agreed clause 16.2 Section
III of terms and conditions of the tender/ PO.
2. That, notwithstanding any stipulation in the contract for increase in price on any ground,
no such increase, whatsoever, which takes place after zzz shall be admissible on such
of the said goods as are delivered after the said date as per clause 12 Section III.
3. That, the prices during this extended delivery period shall be provisional and shall be
governed as per agreed clauses 12 and 24 of Section III and shall be finalized in
accordance with the current PO price or the current PO price with latest budget/ duty
impact or the prices in the new tender (T.E. no. ..) from the date of its opening, on
whichever is lower basis.
4. An additional BG of Rs. _________in accordance with clause 15.3, Section III of the
contract with validity upto _______.
5. An undertaking as required vide clause 24, Section III.
Please intimate your unconditional acceptance of this letter alongwith the additional BG
within ten days of the issue of this letter failing which the contract will be cancelled at your
risk and expense without any further reference to you. This letter shall form part and parcel
of the agreement/ contract/ APO/ PO and all other terms & conditions of the contract remain
unaltered.
Yours faithfully,
()
for and on behalf of..
zzz Original delivery date or the last extended/ re-fixed delivery period (as the case may be)
NB : The entries which are not applicable for the case under consideration are to be
deleted.

314

Class 5 NGN tender (Section 14)

NWP-CFA, BSNL C.O., New Delhi

ANNEXURE-I
Model Amendment Letter for Extension of Delivery Period
Registered Acknowledgement Due
Address of the purchaser
--------------------------------------------------------------M/s ..
Sub : This office contract no.. dated . placed on you for supply of

Ref : 1. Your letter no dated . requesting DP


extension
2. This office letter no. dated intimating conditions for DP
extension
3. Your letter no.. dated . accepting the conditions for DP
extension
You have failed to deliver the goods/ entire quantity of the goods/ execution/ installation/
commissioning of the entire project within the contract delivery period/ delivery period as
agreed schedule or last extended up to ______________. In your above letter under
reference (1), you have asked for extension/ further extension of time for delivery/
execution/ installation/ commissioning. The terms and conditions for extension of delivery
period were conveyed to you vide this office letter under reference (2). In view of the
circumstances stated in your above referred letter, and upon your unconditional acceptance
of the terms and conditions of this extension vide your letter under reference (3), the time of
delivery is hereby extended from _______ (last delivery period) to ____________ (presently
agreed delivery period) on the terms and conditions in letter under reference (2) above and
agreed by you vide letter under reference (3) i.e.:
(a) Liquidated damages shall be levied in accordance with agreed clause 16.2 Section III of
terms and conditions of the tender/ PO.
(b) Notwithstanding any stipulation in the contract for increase in price on any ground, no
such increase, whatsoever, which takes place after zzz shall be admissible on such of
the said goods as are delivered after the said date as per clause 12 Section III.
(c) The prices during this extended delivery period shall be provisional and shall be
governed as per clauses 12 and 24 of Section III and shall be finalized in accordance
with current PO price or the current PO price with latest budget/ duty impact or the
prices in the new tender (T.E. no. ..) from the date of its opening, on whichever is
lower basis.
The letters under reference above and this letter shall form part and parcel of agreement/
contract/ APO/ PO and all other terms & conditions of the contract remain unaltered.
Yours faithfully,
()
for and on behalf of..
Copy to :
(All concerned)zzz Original delivery date or the last unconditionally re-fixed delivery date (as
the case may be)
NB : The entries which are not applicable for the case under consideration are to be
deleted.
Click here for clarification no. 485, 525, 526, 527, 528, 529, 530, 531

315

You might also like