TENDER DOCUMENT (Ph V).pdf

337
BHARAT SANCHAR NIGAM LIMITED (A Government of India Enterprise) Tender For Planning, Supply, installation and commissioning of IMPCS 2G/3G COMBO network (PHASE-V) Tender No.: MM/CMTS/032006/000301 Dated 22.3.2006 Bharat Sanchar Nigam Limited Statesman House, Barakhamba Road, New Delhi - 110001 Visit us at : www.bsnl.co.in For Restricted Circulations

Transcript of TENDER DOCUMENT (Ph V).pdf

Page 1: TENDER DOCUMENT (Ph V).pdf

BHARAT SANCHAR NIGAM LIMITED (A Government of India Enterprise)

Tender For Planning, Supply, installation and commissioning

of IMPCS 2G/3G COMBO network

(PHASE-V)

Tender No.: MM/CMTS/032006/000301 Dated 22.3.2006

Bharat Sanchar Nigam Limited Statesman House, Barakhamba Road,

New Delhi - 110001

Visit us at : www.bsnl.co.in For Restricted Circulations

Page 2: TENDER DOCUMENT (Ph V).pdf

2/337

SECTION-I

NOTICE INVITING TENDER

BHARAT SANCHAR NIGAM LIMITED (A Government of India Enterprise)

TENDER NO. & DATE : MM/CMTS/032006/000301 Dated 22.3.2006 DUE DATE OF RECEIPT : 28th April 2006 TIME UPTO 1130 HOURS. DATE OF OPENING : 28th April 2006 TIME AT 1200 HOURS. ON BEHALF OF CHAIRMAN AND MANAGING DIRECTOR, BHARAT SANCHAR NIGAM LIMITED, SEALED TENDERS, ON RUPEE PAYMENT BASIS, ARE INVITED ON TWO STAGE BIDDING SYSTEM FROM THE ELIGIBLE BIDDERS FOR PLANNING, ENGINEERING, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF GSM/UMTS BASED CELLULAR MOBILE NETWORK OF CAPACITY FOR FOURTY FIVE MILLION FIVE HUNDRED THOUSAND LINES TO BE ROLLED OUT IN THREE PHASES IN THE LICENSED SERVICE AREAS OF BSNL OTHER THAN IN MAHARASHTRA, GUJARAT AND MADHYA PRADESH LICENSED SERVICE AREAS AS PER THE TABLE BELOW.

Subscriber base Phase-V.1 17.5 million Phase-V.2 14 million Phase-V.3 14 million Total 45.5 million

2 THE ELIGIBILITY CRITERIA:

2.1 ELIGIBILITY CRITERIA – MANUFACTURING & ESTABLISHMENT:

2.1.1 THE ELIGIBLE BIDDER SHALL FULFIL ONE OR MORE OF THE FOLLOWING CRITERIA:

(i) A COMPANY REGISTERED IN INDIA AND ESTABLISHED MANUFACTURER OF SOME OR ALL OF THE CORE EQUIPMENTS.

(ii) A REGISTERED INDIAN COMPANY FOR TELECOM RELATED ACTIVITY THAT GETS CORE EQUIPMENT MANUFACTURED THROUGH ESTABLISHED/PROPOSED CONTRACT MANUFACTURER IN INDIA. THE BIDDER SHALL BE RESPONSIBLE FOR MEETING ALL TENDER CONDITIONS INCLUDING QUALITY OF THE EQUIPMENTS TO BE SUPPLIED.

(iii) A REGISTERED INDIAN COMPANY FOR TELECOM RELATED ACTIVITY WHOSE PARENT COMPANY IS AN ESTABLISHED MANUFACTURER OF CORE EQUIPMENT AND PROPOSES TO MANUFACTURE SOME OR ALL OF THE CORE EQUIPMENTS IN INDIA. (CORE EQUIPMENT IS AS DEFINED IN CLAUSE-2.1.6 BELOW.)

2.1.2 THE BIDDERS IN CATEGORY 2.1.1(ii) & (iii), HAVE TO MEET THE FOLLOWING NECESSARY CONDITIONS:

Page 3: TENDER DOCUMENT (Ph V).pdf

3/337

(i) THE BIDDER AND/ OR THE CONTRACT MANUFACTURER MUST HAVE FILED INDUSTRIAL ENTREPRENEUR MEMORANDUM (IEM), WITH DEPARTMENT OF INDUSTRIAL POLICY AND PROMOTIONS BEFORE SUBMISSION OF BID.

(ii) THE BIDDER AND/ OR THE CONTRACT MANUFACTURER HAS TO COMPLETE THE FOLLOWING STEPS FOR MANUFACTURE OF CORE EQUIPMENTS IN INDIA WITHIN A PERIOD OF SIX (6) MONTHS FROM THE DATE OF ISSUE OF PURCHASE ORDER FOR PHASE-V.1:

(a) ENSURE CONSTRUCTION/ LEASING OF FACTORY PREMISES

(b) PLACE FIRM ORDERS FOR PROCUREMENT OF CAPITAL GOODS

2.1.3 THE SUPPLIES AGAINST THE PURCHASE ORDER FOR PHASE-V.1 NOT EXCEEDING 17.5M LINES OF THE TOTAL TENDERED QUANTITY CAN BE MADE BY IMPORTS OF COMPLETELY BUILT UNIT (CBU)/ IN SEMI KNOCK DOWN (SKD) /COMPLETELY KNOCKED DOWN (CKD) CONDITION.

2.1.4 THE SUPPLIES FOR THE BALANCE EQUIPMENT BEYOND PHASE V.I SHALL BE MADE ONLY AFTER MANUFACTURING HAS BEEN STARTED BY THE BIDDER COMPANY.

2.1.5 THE VENDOR HAS TO ACHIEVE A MINIMUM OF AT LEAST 30% VALUE ADDITION ON THE INDIGENOUSLY MANUFACTURED CORE EQUIPMENTS. THE THIRD PARTY CERTIFICATION FOR HAVING ACHIEVED 30% VALUE ADDITION HAS TO BE GOT CARRIED OUT BY THE VENDOR BY EXTERNAL AGENCY Viz. TEC OR ANY OTHER NATIONALLY OR INTERNATIONALLY REPUTED ORGANIZATION. VENDOR WILL SUBMIT NECESSARY CERTIFICATE TO BSNL IN THIS REGARD AND THE RESPONSIBILITY SHALL REST WITH THEM.

2.1.6 THE CORE EQUIPMENTS COMPRISES OF CIRCUIT SWITCHED AND PACKET SWITCHED CORE NETWORK ELEMENTS, HSS, HLR, RADIO ACCESS NETWORKS VIZ. GERAN AND UTRAN. THE CORE EQUIPMENTS HAS A WEIGHTAGE AS UNDER AND PERCENTAGE SUPPLY OF THE CORE EQUIPMENT AS CALLED FOR IN THIS TENDER COULD BE MET OUT OF COMBINATION OF ANY OF THE ITEMS MENTIONED BELOW:

2.1.7 THE PHASE-V.2 AND PHASE-V.3 ORDERS EACH OF WHICH IS AROUND 33% OF TENDERED QUANTITY MAY BE ORDERED SEPARATELY OR TOGETHER OR MAY BE VARIED IN ACCORDANCE WITH THE TENDER PROVISIONS.

2.1.8 IN ORDER TO ENSURE THE OBLIGATION OF THE BIDDERS TOWARDS INDIGENOUS MANUFACTURING, AN ADDITIONAL 5% MANUFACTURING BANK GUARANTEE (MBG) SHALL BE SUBMITTED BY THE SUCCESSFUL BIDDERS ALONG WITH THE PBG AMOUNT AT THE TIME OF THE

PERCENTAGE OF WEIGHTAGE FOR DIFFERENT PHASES SR.

NO. COMPONENT V.1 V.2 V.3

MGW & MSC-S 20 20 20 3G SGSN & GGSN

10 10 10 1. CS & PS

CORE NETWORK ELEMENTS HLR, HSS 10 10 10

2. GERAN 40 30 20 3. UTRAN 20 30 40

Page 4: TENDER DOCUMENT (Ph V).pdf

4/337

ACCEPTANCE OF APO FOR THE SAME DURATION AS THAT OF THE PBG. IN CASE OF NON ADHERENCE OF THE MANUFACTURE OF CORE EQUIPMENTS IN INDIA BY THE VENDOR HIS PURCHASE ORDER SHALL BE SHORT CLOSED AND MBG ALONG WITH PERFORMANCE BANK GUARANTEE (PBG) WILL BE FORFEITED AND SUCH BIDDER SHALL NOT BE ELIGIBLE TO PARTICIPATE IN BSNL TENDERS FOR NEXT THREE YEARS FROM THE ISSUE OF APO. BSNL SHALL HAVE THE RIGHT TO PROCURE THE BALANCE EQUIPMENT IN THE EVENT OF SHORT CLOSURE OF THE ORDERS FROM THE OTHER SHORT-LISTED BIDDERS OF THE TENDER AT THE RISK AND COST OF SUCH DEFAULTING SUPPLIER(S).

2.1.9 THE VENDOR WILL ESTABLISH SOFTWARE CENTRES IN INDIA FOR PROVIDING NECESSARY AMC SUPPORT DURING LIFE TIME OF THE EQUIPMENT. REMOTE ACCESS FROM A FACILITY OUTSIDE INDIA SHALL NOT BE GENERALLY ALLOWED.

2.2 ELIGIBILITY CRITERIA- EXPERIENCE

2.2.1 THE BIDDER OR ITS COLLABORATORS/PARENT COMPANY MUST POSSESS EXPERIENCE IN PLANNING, ENGINEERING, SUPPLY, INSTALLATION AND COMMISSIONING OF AT LEAST A TOTAL OF 20 MILLION LINES OF GSM 900 AND/OR GSM 1800 NETWORK EQUIPMENT INCLUDING B&CCS SYSTEM, IN, UMS, GPRS, EDGE, ETC. IN ADDITION THE BIDDER SHALL HAVE THE EXPERIENCE OF ROLLING OUT THE NETWORK OF THE SIZE OF MINIMUM 2 MILLION LINE ALONGWITH ALL THE HOST OF FACILITIES AND SERVICES AS CALLED FOR IN THE TENDER IN A MAXIMUM TIME PERIOD OF 9 MONTHS. THE EXPERIENCE SHALL INCLUDE AMONG OTHER ACTIVITIES DE-COMMISSIONING, DE-INSTALLATION, RE-INSTALLATION AND RE-COMMISSIONING OF THE SWAPPED BSS AND IMPLEMENT FULL INTERWORKING IN A MULTI-VENDOR ENVIRONMENT. ONLY SUCCESSFULLY COMPLETED CONTRACTS WILL BE COUNTED TOWARDS SUCH EXPERIENCE. EXPERIENCE, IF ANY, CLAIMED AGAINST THE GSM BASED EXPANSION PROJECT (PHASE-IV) OF BSNL SHALL NOT BE COUNTED AGAINST THE ELIGIBILITY REQUIREMENT FOR THIS TENDER. THE BIDDER OR ITS COLLABORATOR/PARENT COMPANY SHOULD ALSO HAVE SUPPLIED AT LEAST ONE NETWORK OF MORE THAN 2 MILLION LINES IN A COUNTRY WORKING FOR A MINIMUM PERIOD OF 3 YEARS AT THE TIME OF OPENING OF THE TENDER. THE BIDDERS OR THEIR COLLABORATORS SHALL POSSESS THE EXPERIENCE OF SUPPLYING AND ROLLING OUT GSM NETWORKS IN NOT LESS THAN 10 COUNTRIES.

2.2.2 ALL THIRD PARTY EQUIPMENT SHOULD BE OF PROVEN TECHNOLOGY AND SUPPORTED BY DOCUMENTS FOR ITS SUCCESSFUL OPERATION OF SIMILAR OR HIGHER CONFIGURATION FOR MINIMUM ONE YEAR IN ANY OTHER NETWORK.

2.2.3 THE BIDDER OR ITS EARLIER/PRESENT COLLABORATOR WHOSE EQUIPMENTS ARE IN OPERATION IN THE BSNL CELLULAR NETWORK SHALL FURNISH AN UNDERTAKING TO THE EFFECT THAT THEY SHALL UNDERTAKE THE EXPANSION WORKS IN THEIR AREAS OF OPERATIONS ALONGWITH UPGRADATION WORK OF THEIR SYSTEM TO BRING ABOUT SERVICE EQUIVALENCY/PARITY AND/OR THE REDEPLOYMENT OF THE EXISTING NETWORK ELEMENTS OF THEIR MAKE AT THE PRICES TO BE DETERMINED THROUGH THIS TENDER EVEN IF THEY ARE NOT THE SUCCESSFUL BIDDER,

Page 5: TENDER DOCUMENT (Ph V).pdf

5/337

FAILING WHICH THEY SHALL NOT BE ELIGIBLE. IT IS ALSO NECESSARY TO PROVIDE UNDERTAKING THAT THEY SHALL MEET AMC OBLIGATIONS EVEN IN CASE WORK OF SWAPPING AND REDEPLOYMENT IS ENTRUSTED TO BE CARRIED OUT BY THE SUCCESSFUL VENDOR.

2.2.4 THE BIDDER SHOULD BE READY FOR ANNUAL MAINTENANCE CONTRACT AS PER THE PROVISIONS MADE IN THIS TENDER DOCUMENT.

2.2.5 THE BIDDERS OR THEIR COLLABORATORS HAVING ANY EQUITY STAKE OR OPERATING PARTNERSHIP WITH ANY OTHER CELLULAR OPERATORS EXCEPT MTNL IN INDIA SHALL NOT BE ELIGIBLE TO PARTICIPATE IN THE TENDER. SUCCESSFUL BIDDER SHALL NOT ACQUIRE EQUITY SHARE/ENTER INTO PARTNERSHIP WITH ANY OTHER CELLULAR MOBILE OPERATOR EXCEPT MTNL IN INDIA FOR A PERIOD OF 2 YEARS FROM THE DATE OF NIT. THE BIDDER SHALL FURNISH A CERTIFICATE IN THIS REGARD, WHICH SHALL FORM THE PART OF THE BID.

2.2.6 WCDMA EXPERIENCE

2.2.6.1 THE BIDDER OR ITS COLLABORATOR/PARENT COMPANY SHALL HAVE SUPPLIED, INSTALLED & COMMISSIONED A MINIMUM OF 2000 NODE-Bs OF UTRAN THE COMPLETE DETAILS OF 2000 NODE-Bs WITH ADDRESS AND DATE OF COMMERCIAL LAUNCH IS TO BE INCLUDED IN THE BID. THESE NODE-Bs SHOULD BE WORKING IN MINIMUM TWO UMTS NETWORKS OF DIFFERENT COUNTRIES.

2.2.6.2 THE BIDDER OR ITS COLLABORATOR/PARENT COMPANY SHOULD HAVE AT LEAST TWO 3GPP RELEASE 4 OR HIGHER VERSION UMTS CORE NETWORK OF CAPACITY 5 MILLION SUBSCRIBERS IN TWO COUNTRIES. THESE NETWORKS SHOULD HAVE BEEN COMMERCIALLY OPERATIONAL FOR AT LEAST SIX MONTHS AS ON THE DATE OF BID OPENING. THE BIDDER OR THEIR COLLABORATORS SHOULD HAVE SUCCESSFULLY COMPLETED IOT TEST OF THEIR CORE NETWORK/ UTRAN WITH ALL THE NETWORK ELEMENTS OF VARIOUS VENDORS EXISTING IN THE BSNL NETWORK AND OTHER ESTABLISHED SUPPLIERS OF NETWORK ELEMENTS CALLED FOR IN THIS BID.

2.2.7 THE BIDDER SHALL SUBMIT REFERENCES OF EXPERIENCES IN BOTH 2G AND 3G, AS CALLED FOR ABOVE, IN THE FORM OF AN ORIGINAL CERTIFICATE WITH COMPANY SEAL FROM THE NETWORK OPERATOR SIGNED BY THE SENIOR OFFICIAL OF THE COMPANY (INCLUDING NAME, DESIGNATION, TELEPHONE NUMBER, FAX NUMBERS AND E-MAIL ID OF THE SIGNATORY AND THAT OF THE COMPANY) OF ALL SUCH EXISTING NETWORKS IN OPERATION. REFERENCES SHALL BE CONSIDERED VALID PROVIDED THAT THE NETWORKS MENTIONED THEREOF ARE EXISTING AND ARE IN OPERATION FOR THE PERIOD AS MENTIONED ABOVE. REFERENCES SHALL ALSO MENTION PERFORMANCE OF NETWORK EQUIPMENT SUPPLIED AND INSTALLED. BSNL RESERVES THE RIGHT TO VERIFY THE SAME BY VISITING DIRECTLY OR THROUGH INDIAN CONSULATE OR THROUGH ANY OTHER MEANS OF SUCH REFERENCES FOR WHICH NECESSARY ARRANGEMENTS ARE TO BE MADE BY THE BIDDER. HOWEVER, THE COST OF TA/DA SHALL BE BORNE BY BSNL.

2.2.8 BIDDER SHALL GIVE AN UNDERTAKING FOR NETWORK ELEMENTS TO SUPPORT BOTH 2G & 3G TECHNOLOGIES FOR NEXT 7 YEARS WITH A PRODUCT PORTFOLIO & ROADMAP TILL 3GPP R6 FOR COMMITTED DELIVERIES UPTO PHASE-V.3 AND ITS IMPLEMENTATION IN THE ENTIRE NETWORK.

Page 6: TENDER DOCUMENT (Ph V).pdf

6/337

2.2.9 THE BIDDER SHOULD SUBMIT AN UNDERTAKING TO SET UP NECESSARY INFRASTRUCTURE IN ALL THE CIRCLES FOR PROJECT IMPLEMENTATION, O&M SUPPORT AND ANNUAL MAINTENANCE CONTRACT WITHIN ONE MONTH OF ISSUE OF APO.

2.2.10 THE BIDDER SHOULD BE A PROFIT EARNING COMPANY HAVING A MINIMUM TURNOVER OF RS 8000 CRORES (US$ 1.8B)EACH IN THE LAST TWO YEARS (i.e. 2003-04 & 2004-05). IT SHALL BE SUBSTANTIATED WITH BY AUDITED PROFIT AND LOSS ACCOUNT. THE TURNOVER OF THE PARENT COMPANY IN CASE OF AN INDIAN SUBSIDIARY WOULD BE TAKEN INTO CONSIDERATION.

3 SCOPE:

3.1 The tender envisages planning, design, engineering, supply, installation, testing, commissioning and Annual Maintenance Contract for 45.5 Million lines of GSM/UMTS R6 equipment for BSNL Network on turnkey basis in all the service areas in which BSNL has been licensed to operate its mobile services. The project is proposed to be executed in three phases.

3.2 Wherever new elements are being inducted, up gradation of the existing infrastructure as per the tender needs to meet the growth requirements of the subscribers as called for in the tender and to integrate with all the network elements being inducted in the network is the responsibility of the successful bidder. The readjustment of geographical boundary between the existing vendor’s equipment and consequent decommissioning/ redeployment is also covered within the scope.

3.3 While planning the supply and subsequent rollout of the network, the existing network elements of various technologies in the present GSM network of BSNL, for which vendor shall have to confirm the compliance to IOT requirement, should be taken into account for seamless inter-working of the equipment procured against this tender with the existing equipment.

3.4 Table of existing main equipment of all the zones is given below:

Name of the Equipment

North Zone East Zone South Zone West Zone

NSS Ericsson, Nokia

Ericsson, Nortel

Siemens, Nortel Lucent, Alcatel

HLR Nokia Nortel Siemens, Nortel

Alcatel

BSS Ericsson, Nokia

Ericsson, Nortel

Motorola, Nortel Lucent, Alcatel

IN Ericsson, Nokia

Ericsson Siemens, Lightbridge, Ericsson

Lucent, Alcatel

VoMS Sema, Nokia Sema Ferma, Sema, Lightbridge

Alcatel

SMSC Comverse, Nokia

Comverse, TeleDNA

Comverse, TeleDNA

Logica, TeleDNA

MMSC Ericcsson, Nokia

Ericcson, TeleDNA

Jatayu, TeleDNA

Jatayu Alcatel

GPRS Ericcsson, Nokia

Ericcsson, Nortel

Motorola, Nortel Alcatel

LBS Telenity Telenity Telenity TeleDNA PoC Nokia Motorola Motorola ITI

Page 7: TENDER DOCUMENT (Ph V).pdf

7/337

OTA SmartTrust SmartTrust SmartTrust SmartTrust 3.5 Bid security in the form of bank guarantee will be Rs 165,00,00,000/- (Rs

one hundred and sixty five Crores only) Intending Bidders may download the NIT from BSNL Web site www.bsnl.co.in and collect the complete tender document from SO (MMT), BSNL, Corporate Office, 12th Floor, Statesman House Building, Barakhamba Road, Connaught Circus, New Delhi – 110 001 from 27.03.06 to 04.04.06 between 15:00 Hrs to 17:00 Hrs on all working days on payment of Rs 5,00,000/- (Rs Five Lakh Only) non-refundable crossed demand draft in favour of Accounts Officer(cash), Bharat Sanchar Nigam Limited ( Corporate Office) payable at Delhi and submission of Non Disclosure Agreement (NDA) on a non judicial stamp paper of Rs. 100.0 duly signed by the intending bidder.

Page 8: TENDER DOCUMENT (Ph V).pdf

8/337

SECTION II

INSTRUCTIONS TO BIDDERS

A INTRODUCTION

1 DEFINITIONS

(i) “The Purchaser” means the Bharat Sanchar Nigam Limited, Statesman House, Barakhamba Road, New Delhi.

(ii) “The Bidder” means the individual or firm who participates in the tender and submits its bid.

(iii) “The Supplier” means the individual or firm supplying the goods and services under the contract.

(iv) “The existing vendor (s)” means vendors from whom GSM/UMTS based cellular mobile network equipment was purchased under previous contracts and with whom AMC contracts are subsisting.

(v) “The Goods” means all equipment, machinery, services and/or other materials which the Supplier is required to supply to the Purchaser under the contract.

(vi) “The Advance Purchase Order” means the intention of the Purchaser to place the Purchase order on the bidder.

(vii) “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.

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

(ix) “Validation” is a process of testing the equipment as per the specifications including requirements for use in BSNL network. Validation is carried out in simulated field environment and includes stability, reliability and environmental tests.

(x) “Commissioning” means successful completion of all prescribed tests and integration of all the network elements including the fulfilment of all the obligation except those relating to Warranty and AMC.

(xi) “support”, “capability”, “provision” etc appearing in the bid document and in the GRs means that the support/capability/provision etc for the referred functionality shall be provided in the network element(s) together with the associated hardware, software licenses and all related databases for commercial exploitation by BSNL as part of the requirements under this tender.

Page 9: TENDER DOCUMENT (Ph V).pdf

9/337

2 THE ELIGIBILITY CRITERIA:

2.1 ELIGIBILITY CRITERIA – MANUFACTURING & ESTABLISHMENT

2.1.1 THE ELIGIBLE BIDDER SHALL FULFIL ONE OR MORE OF THE FOLLOWING CRITERIA:

(i) A COMPANY REGISTERED IN INDIA AND ESTABLISHED MANUFACTURER OF SOME OR ALL OF THE CORE EQUIPMENTS.

(ii) A REGISTERED INDIAN COMPANY FOR TELECOM RELATED ACTIVITY THAT GETS CORE EQUIPMENT MANUFACTURED THROUGH ESTABLISHED/PROPOSED CONTRACT MANUFACTURER IN INDIA. THE BIDDER SHALL BE RESPONSIBLE FOR MEETING ALL TENDER CONDITIONS INCLUDING QUALITY OF THE EQUIPMENTS TO BE SUPPLIED.

(iii) A REGISTERED INDIAN COMPANY FOR TELECOM RELATED ACTIVITY WHOSE PARENT COMPANY IS AN ESTABLISHED MANUFACTURER OF CORE EQUIPMENT AND PROPOSES TO MANUFACTURE SOME OR ALL OF THE CORE EQUIPMENTS IN INDIA. (CORE EQUIPMENT IS AS DEFINED IN CLAUSE-2.1.6 BELOW.)

2.1.2 THE BIDDERS IN CATEGORY 2.1.1(ii) & (iii), HAVE TO MEET THE FOLLOWING NECESSARY CONDITIONS:

(i) THE BIDDER AND/ OR THE CONTRACT MANUFACTURER MUST HAVE FILED INDUSTRIAL ENTREPRENEUR MEMORANDUM (IEM), WITH DEPARTMENT OF INDUSTRIAL POLICY AND PROMOTIONS BEFORE SUBMISSION OF BID.

(ii) THE BIDDER AND/ OR THE CONTRACT MANUFACTURER HAS TO COMPLETE THE FOLLOWING STEPS FOR MANUFACTURE OF CORE EQUIPMENTS IN INDIA WITHIN A PERIOD OF SIX (6) MONTHS FROM THE DATE OF ISSUE OF PURCHASE ORDER FOR PHASE-V.1:

a) ENSURE CONSTRUCTION/ LEASING OF FACTORY PREMISES

b) PLACE FIRM ORDERS FOR PROCUREMENT OF CAPITAL GOODS

2.1.3 THE SUPPLIES AGAINST THE PURCHASE ORDER FOR PHASE-V.1 NOT EXCEEDING 17.5M LINES OF THE TOTAL TENDERED QUANTITY CAN BE MADE BY IMPORTS OF COMPLETELY BUILT UNIT (CBU)/ IN SEMI KNOCK DOWN (SKD) /COMPLETELY KNOCKED DOWN (CKD) CONDITION.

2.1.4 THE SUPPLIES FOR THE BALANCE EQUIPMENT BEYOND PHASE V.I SHALL BE MADE ONLY AFTER MANUFACTURING HAS BEEN STARTED BY THE BIDDER COMPANY.

Page 10: TENDER DOCUMENT (Ph V).pdf

10/337

2.1.5 THE VENDOR HAS TO ACHIEVE A MINIMUM OF AT LEAST 30% VALUE ADDITION ON THE INDIGENOUSLY MANUFACTURED EQUIPMENTS. THE THIRD PARTY CERTIFICATION FOR HAVING ACHIEVED 30% VALUE ADDITION HAS TO BE GOT CARRIED OUT BY THE VENDOR BY EXTERNAL AGENCY Viz. TEC OR ANY OTHER NATIONALLY OR INTERNATIONALLY REPUTED ORGANIZATION. VENDOR WILL SUBMIT NECESSARY CERTIFICATE TO BSNL IN THIS REGARD AND THE RESPONSIBILITY SHALL REST WITH THEM.

2.1.6 THE CORE EQUIPMENTS COMPRISES OF CIRCUIT SWITCHED AND PACKET SWITCHED CORE NETWORK ELEMENTS, HSS, HLR, RADIO ACCESS NETWORKS VIZ. GERAN AND UTRAN. THE CORE EQUIPMENTS HAS A WEIGHTAGE AS UNDER AND PERCENTAGE SUPPLY OF THE CORE EQUIPMENT AS CALLED FOR IN THIS TENDER COULD BE MET OUT OF COMBINATION OF ANY OF THE ITEMS MENTIONED BELOW:

2.1.7 THE PHASE-V.2 AND PHASE-V.3 ORDERS EACH OF WHICH IS AROUND 33% OF TENDERED QUANTITY MAY BE ORDERED SEPARATELY OR TOGETHER OR MAY BE VARIED IN ACCORDANCE WITH THE TENDER PROVISIONS.

2.1.8 IN ORDER TO ENSURE THE OBLIGATION OF THE BIDDERS TOWARDS INDIGENOUS MANUFACTURING, AN ADDITIONAL 5% MANUFACTURING BANK GUARANTEE (MBG) SHALL BE SUBMITTED BY THE SUCCESSFUL BIDDERS ALONG WITH THE PBG AMOUNT AT THE TIME OF THE ACCEPTANCE OF APO FOR THE SAME DURATION AS THAT OF THE PBG. IN CASE OF NON ADHERENCE OF THE MANUFACTURE OF CORE EQUIPMENTS IN INDIA BY THE VENDOR HIS PURCHASE ORDER SHALL BE SHORT CLOSED AND MBG ALONG WITH PERFORMANCE BANK GUARANTEE (PBG) WILL BE FORFEITED AND SUCH BIDDER SHALL NOT BE ELIGIBLE TO PARTICIPATE IN BSNL TENDERS FOR NEXT THREE YEARS FROM THE ISSUE OF APO. BSNL SHALL HAVE THE RIGHT TO PROCURE THE BALANCE EQUIPMENT IN THE EVENT OF SHORT CLOSURE OF THE ORDERS FROM THE OTHER SHORT-LISTED BIDDERS OF THE TENDER AT THE RISK AND COST OF SUCH DEFAULTING SUPPLIER(S).

2.1.9 THE VENDOR WILL ESTABLISH SOFTWARE CENTRES IN INDIA FOR PROVIDING NECESSARY AMC SUPPORT DURING LIFE TIME OF THE EQUIPMENT. REMOTE ACCESS FROM A FACILITY OUTSIDE INDIA SHALL NOT BE GENERALLY ALLOWED.

2.2 ELIGIBILITY CRITERIA- EXPERIENCE

2.2.1 THE BIDDER OR ITS COLLABORATORS/PARENT COMPANY MUST POSSESS EXPERIENCE IN PLANNING, ENGINEERING, SUPPLY, INSTALLATION AND COMMISSIONING OF AT LEAST A TOTAL OF 20 MILLION LINES OF GSM 900

PERCENTAGE OF WEIGHTAGE FOR DIFFERENT PHASES SR.

NO. COMPONENT V.1 V.2 V.3

MGW & MSC-S 20 20 20 3G SGSN & GGSN

10 10 10 1. CS & PS

CORE NETWORK ELEMENTS HLR, HSS 10 10 10

2. GERAN 40 30 20 3. UTRAN 20 30 40

Page 11: TENDER DOCUMENT (Ph V).pdf

11/337

AND/OR GSM 1800 NETWORK EQUIPMENT INCLUDING B&CCS SYSTEM, IN, UMS, GPRS, EDGE, ETC. IN ADDITION THE BIDDER SHALL HAVE THE EXPERIENCE OF ROLLING OUT THE NETWORK OF THE SIZE OF MINIMUM 2 MILLION LINE ALONGWITH ALL THE HOST OF FACILITIES AND SERVICES AS CALLED FOR IN THE TENDER IN A MAXIMUM TIME PERIOD OF 9 MONTHS. THE EXPERIENCE SHALL INCLUDE AMONG OTHER ACTIVITIES DE-COMMISSIONING, DE-INSTALLATION, RE-INSTALLATION AND RE-COMMISSIONING OF THE SWAPPED BSS AND IMPLEMENT FULL INTERWORKING IN A MULTI-VENDOR ENVIRONMENT. ONLY SUCCESSFULLY COMPLETED CONTRACTS WILL BE COUNTED TOWARDS SUCH EXPERIENCE. EXPERIENCE, IF ANY, CLAIMED AGAINST THE GSM BASED EXPANSION PROJECT (PHASE-IV) OF BSNL SHALL NOT BE COUNTED AGAINST THE ELIGIBILITY REQUIREMENT FOR THIS TENDER. THE BIDDER OR ITS COLLABORATOR/PARENT COMPANY SHOULD ALSO HAVE SUPPLIED AT LEAST ONE NETWORK OF MORE THAN 2 MILLION LINES IN A COUNTRY WORKING FOR A MINIMUM PERIOD OF 3 YEARS AT THE TIME OF OPENING OF THE TENDER. THE BIDDERS OR THEIR COLLABORATORS SHALL POSSESS THE EXPERIENCE OF SUPPLYING AND ROLLING OUT GSM NETWORKS IN NOT LESS THAN 10 COUNTRIES.

2.2.2 ALL THIRD PARTY EQUIPMENT SHOULD BE OF PROVEN TECHNOLOGY AND SUPPORTED BY DOCUMENTS FOR ITS SUCCESSFUL OPERATION OF SIMILAR OR HIGHER CONFIGURATION FOR MINIMUM ONE YEAR IN ANY OTHER NETWORK.

2.2.3 THE BIDDER OR ITS EARLIER/PRESENT COLLABORATOR WHOSE EQUIPMENTS ARE IN OPERATION IN THE BSNL CELLULAR NETWORK SHALL FURNISH AN UNDERTAKING TO THE EFFECT THAT THEY SHALL UNDERTAKE THE EXPANSION WORKS IN THEIR AREAS OF OPERATIONS ALONGWITH UPGRADATION WORK OF THEIR SYSTEM TO BRING ABOUT SERVICE EQUIVALENCY/PARITY AND/OR THE REDEPLOYMENT OF THE EXISTING NETWORK ELEMENTS OF THEIR MAKE AT THE PRICES TO BE DETERMINED THROUGH THIS TENDER EVEN IF THEY ARE NOT THE SUCCESSFUL BIDDER, FAILING WHICH THEY SHALL NOT BE ELIGIBLE. IT IS ALSO NECESSARY TO PROVIDE UNDERTAKING THAT THEY SHALL MEET AMC OBLIGATIONS EVEN IN CASE WORK OF SWAPPING AND REDEPLOYMENT IS ENTRUSTED TO BE CARRIED OUT BY THE SUCCESSFUL VENDOR.

2.2.4 THE BIDDER SHOULD BE READY FOR ANNUAL MAINTENANCE CONTRACT AS PER THE PROVISIONS MADE IN THIS TENDER DOCUMENT.

2.2.5 THE BIDDERS OR THEIR COLLABORATORS HAVING ANY EQUITY STAKE OR OPERATING PARTNERSHIP WITH ANY OF THE EXISTING CELLULAR OPERATORS EXCEPT MTNL IN INDIA SHALL NOT BE ELIGIBLE TO PARTICIPATE IN THE TENDER. SUCCESSFUL BIDDER SHALL NOT ACQUIRE EQUITY SHARE/ENTER INTO PARTNERSHIP WITH ANY CELLULAR MOBILE OPERATOR EXCEPT MTNL IN INDIA FOR A PERIOD OF 2 YEARS FROM THE DATE OF NIT. THE BIDDER SHALL FURNISH A CERTIFICATE IN THIS REGARD, WHICH SHALL FORM THE PART OF THE BID.

2.2.6 WCDMA EXPERIENCE

2.2.6.1 THE BIDDER OR ITS COLLABORATOR/PARENT COMPANY SHALL HAVE SUPPLIED, INSTALLED & COMMISSIONED A MINIMUM OF 2000 NODE-Bs OF UTRAN THE COMPLETE DETAILS OF 2000 NODE-Bs WITH ADDRESS AND DATE

Page 12: TENDER DOCUMENT (Ph V).pdf

12/337

OF COMMERCIAL LAUNCH IS TO BE INCLUDED IN THE BID. THESE NODE-Bs SHOULD BE WORKING IN MINIMUM TWO UMTS NETWORKS OF DIFFERENT COUNTRIES.

2.2.6.2 THE BIDDER OR ITS COLLABORATOR/PARENT COMPANY SHOULD HAVE AT LEAST TWO 3GPP RELEASE 4 OR HIGHER VERSION UMTS CORE NETWORK OF CAPACITY 5 MILLION SUBSCRIBERS IN TWO COUNTRIES. THESE NETWORKS SHOULD HAVE BEEN COMMERCIALLY OPERATIONAL FOR AT LEAST SIX MONTHS AS ON THE DATE OF BID OPENING. THE BIDDER OR THEIR COLLABORATORS SHOULD HAVE SUCCESSFULLY COMPLETED IOT TEST OF THEIR CORE NETWORK/ UTRAN WITH ALL THE NETWORK ELEMENTS OF VARIOUS VENDORS EXISTING IN THE BSNL NETWORK AND OTHER ESTABLISHED SUPPLIERS OF NETWORK ELEMENTS CALLED FOR IN THIS BID.

2.2.7 THE BIDDER SHALL SUBMIT REFERENCES OF EXPERIENCES, OF BOTH 2G AND 3G AS CALLED FOR ABOVE, IN THE FORM OF AN ORIGINAL CERTIFICATE WITH COMPANY SEAL FROM THE NETWORK OPERATOR SIGNED BY THE SENIOR OFFICIAL OF THE COMPANY (INCLUDING NAME, DESIGNATION, TELEPHONE NUMBER, FAX NUMBERS AND E-MAIL ID OF THE SIGNATORY AND THAT OF THE COMPANY) OF ALL SUCH EXISTING NETWORKS IN OPERATION. REFERENCES SHALL BE CONSIDERED VALID PROVIDED THE NETWORKS MENTIONED THEREOF ARE EXISTING AND ARE IN OPERATION FOR THE PERIOD AS MENTIONED ABOVE. REFERENCES SHALL ALSO MENTION PERFORMANCE OF NETWORK EQUIPMENT SUPPLIED AND INSTALLED. BSNL RESERVES THE RIGHT TO VERIFY THE SAME BY VISITING DIRECTLY OR THROUGH INDIAN CONSULATE OR THROUGH ANY OTHER MEANS OF SUCH REFERENCES FOR WHICH NECESSARY ARRANGEMENTS ARE TO BE MADE BY THE BIDDER. HOWEVER, THE COST OF TA/DA SHALL BE BORNE BY BSNL.

2.2.8 BIDDER SHALL GIVE AN UNDERTAKING FOR NETWORK ELEMENTS TO SUPPORT BOTH 2G & 3G TECHNOLOGIES FOR NEXT 7 YEARS WITH A PRODUCT PORTFOLIO & ROADMAP TILL 3GPPR6 FOR COMMITTED DELIVERIES UPTO PHASE-V.3 AND ITS IMPLEMENTATION IN THE ENTIRE NETWORK.

2.2.9 THE BIDDER SHOULD SUBMIT AN UNDERTAKING TO SET UP NECESSARY INFRASTRUCTURE IN ALL THE CIRCLES FOR PROJECT IMPLEMENTATION, O&M SUPPORT AND ANNUAL MAINTENANCE CONTRACT WITHIN ONE MONTH OF ISSUE OF APO.

2.2.10 THE BIDDER SHOULD BE A PROFIT EARNING COMPANY HAVING A MINIMUM TURNOVER OF RS 8000 CRORES EACH IN THE LAST TWO YEARS (i.e. 2003-04 & 2004-05). THE TURNOVER OF THE PARENT COMPANY IN CASE OF AN INDIAN SUBSIDIARY WOULD BE TAKEN INTO CONSIDERATION.

3 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 bidding process.

B. THE BID DOCUMENTS

4 DOCUMENTS REQUIRED

Page 13: TENDER DOCUMENT (Ph V).pdf

13/337

4.1 The goods required to be supplied; bidding procedures and contract terms and conditions are prescribed in the Bid Documents. The Bid documents include :

(i) Notice Inviting Tender - Section I

(ii) Instructions to Bidders - Section II

(iii) General(Commercial) Conditions of Contract - Section III

(iv) Special conditions of Contract - Section IV

(v) Schedule of Requirements - Section V

(vi) Technical Specifications - Section VI

(vii) Bid Form and Price Schedules - Section VII

(viii) Bid Security Form - Section VIII

(ix) Performance/Manufacturing Security Bond Form - Section IX

(x) Letter of authorization to attend bid opening. - Section X

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 substantively responsive to the Bid Documents in every respect will be at the bidder’s risk and may result in rejection of the bid.

5 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 at the Purchaser’s 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 the date specified for this purpose in the schedule of activities for the tender in Section-IV. Copies of the query (without identifying the source) and clarifications by the Purchaser shall be sent to all the prospective bidders who have purchased the bid document not later than the date specified for this purpose in the schedule of activities for the tender in Section-IV .

5.2 Any clarification issued by BSNL in response to query raised by prospective bidders shall form an integral part of tender document and it would amount to an amendment of relevant clauses of the tender document.

6 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 tender documents by amendments.

6.2 The amendments shall be notified in writing or by FAX to all prospective bidders on the address intimated at the time of purchase of the tender document from the purchaser and these amendments shall be binding on them.

Page 14: TENDER DOCUMENT (Ph V).pdf

14/337

6.3 In order to afford prospective bidders a reasonable time 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.

6.4 The bidders are required to keep a watch on the BSNL web site with reference to any amendment to the tender document or to clarification to the queries raised by the bidders till a day prior to the opening of the tender. BSNL reserves the right to reject the bids if the bids are submitted without taking into account these amendments/clarifications. Further bidder will be fully responsible for downloading of the tender document and amendments for their completeness.

C. PREPARATION OF BIDS

7 DOCUMENTS COMPRISING THE BID

7.1 The bid prepared by the bidder shall comprise the following components:

(i) Documentary evidence established in accordance with the clause 2 & 10 that the bidder is eligible to bid and is qualified to perform the contract if his bid is accepted.

(ii) Bid Security furnished in accordance with clause 12.

(iii) A Clause by Clause compliance as per clause 11.2 (c)

(iv) Bid form and price schedule completed in accordance with clause 8&9.

7.2 Language of Bid: The Bid shall be in English language. All correspondence and documents relating to the bid exchanged between the bidder and the purchaser shall also be in ENGLISH language. However any technical document/ literature etc. printed in a language other than English shall be accompanied by its true English translation duly signed for its correctness. Any document submitted with the bid but not in English language shall not be treated as part of the bid document. The responsibility for the correctness of the translations if any solely rests on the bidder and purchaser shall not be responsible for any loss/likely loss arising out of error in translation whatsoever. In such cases, for the purpose of interpretation of the bid, the English translation shall prevail

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 VII.

9 BID PRICES

9.1 The bidder shall give the total composite price inclusive of all Levies & Taxes i.e. Excise duties, Custom duty, VAT, Sales Tax & Excise, packing, forwarding, freight and insurance etc, but excluding Octroi/Entry Tax which will be paid extra as per actuals, wherever applicable as per the terms of payment specified in Section-IV. The basic unit price and all other components of the price need to be individually indicated against the goods and services it proposes to supply under the contract as per the price schedule given in Section VII. 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.

Page 15: TENDER DOCUMENT (Ph V).pdf

15/337

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/Custom duty, VAT, 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 VII for all the items given in the 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 of each item taking all such factors like Discount, free supply, etc, into account. Bulk discount shall be distributed among the individual item of the SoR in order to maintain the sanctity of the itemized prices”.

9.6 The price approved by BSNL for procurement will be inclusive of Levies and Taxes, packing, forwarding, freight and insurance as mentioned in Para 9.1 above. Breakup in various heads like excise duty, sales tax, insurance, freight and other taxes paid/payable as per clause 9.2 (i) is for the information of the purchaser. However, the effect of change in custom duty on the price during the scheduled delivery period shall be regulated in accordance with the relevant clause in Section IV of this document.

9.7 The tender will be evaluated and decided on the basis of "All Inclusive Lowest Prices”, offered by the bidders. The “all-inclusive charges" shall comprise of basic price, VAT, excise duty/custom duty, sales tax, freight, insurance, packing & forwarding, installation/commissioning, AMC charges etc. Unloading charge at the consignee end shall be borne by the supplier and no separate charges are payable for transportation to individual sites for installation.

10 DOCUMENTS ESTABLISHING BIDDER’S ELIGIBILITY AND QUALIFICATION

10.1 The bidder shall furnish, as part of the bid documents establishing the bidder’s eligibility, the following documents or which ever is required as per terms and conditions of Bid Documents.

(i) Certificate of incorporation.

(ii) Article or Memorandum of Association or partnership deed or proprietorship deed as the case may be.

(iii) Registration certificate from State Director of Industries or from Secretariat for Industrial Approval (SIA), Ministry of Industries, Government of India.

Page 16: TENDER DOCUMENT (Ph V).pdf

16/337

(iv) Approval from Reserve Bank of India /SIA in case of foreign collaboration.

(v) Latest and valid NSIC certificate duly certified by NSIC (if applicable).

(vi) Type Approval Certificate given by Telecom Engineering Centre (TEC) / TSEC issued by Quality Assurance Circle of BSNL of products such as power plants, battery etc.

(vii) Certificate indicating no present partnership/equity stake with any cellular operator and no intention for the same for 2 years from the date of NIT.

(viii) Undertaking from all bidders on their intention to set up manufacturing base by itself or through contract manufacturing as the case may be.

(ix) Reference of documents as sought for in clause 2 above substantiating claims of experience. The certificates from the operators in whose network GSM and WCDMA equipment are working shall be provided in following format:

(a) Name of organization and country

(b) Capacity of GSM and WCDMA commercial network installed by bidder

(c) Date of commercial implementation of GSM and WCDMA network by the bidder

(d) Make, Model and version number of equipment supplied

(e) Statement to the effect that these networks implemented by the bidder are working satisfactorily

(f) The bidder should provide feedback on after sales service from the customer

(g) De-installation and redeployment experience certificate

(x) Undertaking from the existing vendor as called for in clause 2 above.

(xi) The imported equipment details including bilateral agreements wherever entered into by the bidder.

(xii) Unpriced detailed Bill of Material with card wise quantity.

10.2 (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.

(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

Page 17: TENDER DOCUMENT (Ph V).pdf

17/337

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. The power plant and VRLA batteries offered should have type approvals. If any Type approved product exists, the same shall be offered. All the test equipments for validation shall be provided by the supplier without any financial liability to the purchaser.

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.

11 DOCUMENTS ESTABLISHING GOOD’S CONFORMITY TO TENDER 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 tender Document 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 tender Document, 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 purchaser’s Technical Specifications and Commercial Conditions demonstrating substantive responsiveness to the Technical Specifications and Commercial Conditions. Vendor should indicate in compliance statement linking the cross reference in technical and other documents justifying his compliance wherever applicable. 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. If there are no deviation or exceptions, then a 'NIL' statement shall be furnished. A bid without clause-by-clause compliance of the Technical Specifications (Section VI), Commercial Conditions (Section III) and Special Conditions (Section IV) and without Deviation/Exception statement shall not be considered. Further, wherever specifications indicate a specific parameter to be met, vendor shall indicate the actual value of the parameter.

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

Page 18: TENDER DOCUMENT (Ph V).pdf

18/337

12.1 (i) Pursuant to clause 7, the bidder shall furnish, as part of his bid, a bid security for an amount of Rs 165 crores (Rupees One Hundred and sixty five crores only). 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 50,00,000/= whichever is lower. In case of bidders having monetary limit as “NO LIMIT” or “WITHOUT LIMIT” or “EXCEEDING Rs 50 LAKHS”, the exemption will be limited to Rs 50,00,000/- (Rupees Fifty lakhs) only as per existing policy of BSNL. A proof regarding current registration with NSIC for the TENDERED ITEMS will have to be attached along with the bid.

(ii) If a vendor 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 obligations, 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 bidder’s conduct, which would warrant the forfeiture of bid security pursuant to para 12.7.

12.3 The bid security shall be in the form of a bank Guarantee issued by a scheduled bank in favour of the purchaser, valid for a period of 180 days from the date of tender opening. The purchaser reserves the right to request the lowest bidder as per the evaluation to extend the bid security for a further period of 120 days and the bidder has to necessarily extend the bid security as asked for. Refusal to extend the bid security will result in forfeiture of the same.

12.4 A bid not secured in accordance with para 12.1 & 12.3 shall be rejected by the Purchaser being non-responsive at the bid opening stage and returned to the bidder unopened.

12.5 The bid security of the unsuccessful bidder will be discharged/returned as promptly as possible, 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 bidder’s bid security will be discharged upon the bidder’s acceptance of the advance purchase order satisfactorily in accordance with clause 27 and furnishing the performance security. Similarly bid security of existing vendors, who might not be successful but can be entrusted expansion works, will be discharged upon their acceptance of the expansion works satisfactorily in accordance with the clause 27 & on furnishing the requisite 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) to sign the contract in accordance with clause 28 or

(ii) to furnish performance security in accordance with clause27.

Page 19: TENDER DOCUMENT (Ph V).pdf

19/337

(c) In both the above cases, i.e 12.7 (a) & (b), the bidder as well as his collaborator shall not be eligible to participate in any of the future tender of BSNL, either directly or as a third party, for next three years from the date of issue of APO. The decision of BSNL in this regard shall be final and binding on the bidder and is not challengeable.

13 PERIOD OF VALIDITY OF BIDS

13.1 Bid shall remain valid for 150 days from the date of opening of bids prescribed by the purchaser pursuant to clause 19.1. 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 prepare one complete set of original bid and make four(4) number of copies of Unpriced Technical & Commercial Bid (Envelope A) and similar one complete set of original and make four (4) number of copies of priced financial Bid (envelope B) , clearly marking one as ‘Original Bid’ and remaining 4 as ‘Copy No:1, Copy No:2, Copy No:3, Copy No:4’. In the event of any discrepancy between the copies, the original shall govern.

(a) Envelope A: Unpriced original and four copies of Technical and Commercial bid.

(b) Envelope B: Priced financial original & four copies of the priced financial bid.

(c) Envelope C: Bid security of requisite amount in the prescribed format given in Section-VIII (Ref. Cl. 12.1 of Sec II)

(ii) The copy of quality manual and Article or Memorandum of Association may be provided in original copy and copy no: 1.

14.2 The original and all copies of bid shall be typed or printed and all the pages numbered consecutively and shall be signed by the bidder or a person or persons duly authorized to bind the bidder to the contract. The letter of authorization shall be indicated by written power-of-attorney accompanying the bid. All pages of the original bid, except for un-amended printed literatures, shall be signed by the person or persons signing the bid. The bids submitted shall be sealed properly. A separate certificate indicating the total number of pages shall form part of 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 corrections shall be signed by the person or persons signing the bid.

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.

Page 20: TENDER DOCUMENT (Ph V).pdf

20/337

(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 in two covers. The first cover shall contain the original and four copies of the bid duly marked ‘ORIGINAL’ & ‘COPY’. The second cover shall contain documents establishing bidder’s eligibility as per Clause 2 along with Bid Security as per Clause 12. Both the covers should be sealed separately by the personal seal of the bidder.

15.2 (a) The envelopes shall be addressed to the purchaser at the following address :

ADG(MM),

BSNL, Corporate Office,

Twelth Floor, Statesman House Building,

Barakhamba Road, Connaught Circus,

New Delhi – 110 001

(b) The envelope shall bear (the project name), the tender number and the words ‘DO NOT OPEN BEFORE’ (due date & time).

(c) The inner and outer envelopes shall indicate the name and address of the bidders to enable the bid to be returned unopened in case it is declared ‘late’ or rejected.

(d) Tender may be sent by registered post or delivered in person on above mentioned address (address is given in Clause 15.2 (a) above). The responsibility for ensuring that the tenders are delivered in time would rest with the bidder.

(e) Bids delivered in person on the day of tender opening shall be delivered upto 11.30 Hrs. at the venue of tender opening. The purchaser shall not be responsible if the bids are delivered elsewhere.

(f) Venue of Tender Opening: Tender will be opened in the first floor, conference hall, Statesman House Building, Barakhamba Road, Connaught Circus, New Delhi – 110 001 at 12.00 Hrs. on the due date. If due to administrative reason, the venue of Bid opening is changed, it will be displayed prominently on BSNL website- www.bsnl.co.in

15.3 If both the envelopes are not sealed and marked as required at para 15.1 and 15.2, the bid shall be rejected.

16 SUBMISSION OF BIDS

16.1 Bids shall be received by the Purchaser at the address specified under para 15.2 (a) not later than 11:30 hrs. on due date.

16.2 The Purchaser may, at its discretion, extend this deadline for the submission of bids by amending the tender documents in accordance

Page 21: TENDER DOCUMENT (Ph V).pdf

21/337

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 tender document purchased by him for all equipment as per schedule of requirements of the tender documents. Not more than one independent and complete offer shall be permitted from the bidder.

17 LATE BIDS

Any bid received by the purchaser after the deadline for submission of bids prescribed by the purchaser pursuant to clause 16, shall be rejected and returned unopened to the bidder.

18 MODIFICATION AND WITHDRAWAL OF BIDS

18.1 The bidder may modify or withdraw his bid after submission provided that the written notice of the modification or withdrawal is received by the purchaser prior to the deadline prescribed for submission of bids.

18.2 The bidder’s modification or withdrawal notice shall be prepared, sealed, marked and dispatched as required in the case of bid submission in accordance with the provision of clause 15. A withdrawal notice may also be sent by FAX but followed by a signed confirmation copy by post not later than the deadline for submission of bids.

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

E. BID OPENING AND EVALUATION

19 OPENING OF BIDS BY PURCHASER

19.1 (i) The purchaser shall open first the envelope C containing bid security , then the unpriced Technical & Commercial bids (envelope A) on satisfying the receipt of the bid security, in the presence of bidders or their authorized representatives who chose to attend, at 12:00 hrs on due date. The bidder’s 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 X).

(ii) The priced financial bids (envelope B) of the bidders, whose bids are technically and commercially responsive; shall be opened at a later date and time to be informed by the purchaser.

19.2 A maximum of two representatives of any bidder shall be authorized and permitted to attend the bid opening.

19.3 The bidder’s names, Bid prices, modifications, bid withdrawals and such other details as the purchaser, at its discretion, may consider appropriate will be announced at the time of opening.

19.4 The date fixed for opening of bids, if subsequently declared as holiday by the GOI/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.

Page 22: TENDER DOCUMENT (Ph V).pdf

22/337

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.

21 PRELIMINARY EVALUATION

21.1 Purchaser shall evaluate the bids to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed and whether the bids are generally in order.

21.2 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.

21.3 Prior to the detailed evaluation pursuant to clause 22, the Purchaser will determine the substantive responsiveness of each bid to the tender Document. For purposes of these clauses, a substantively responsive bid is one which confirms to all the terms and conditions of the tender documents without material deviations. The purchaser’s determination of bid’s responsiveness shall be based on the contents of the bid itself without recourse to extrinsic evidence.

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 doesn’t constitute a material deviation, provided such waiver doesn’t prejudice or affect the relative ranking of any bidder.

22 EVALUATION AND COMPARISON OF SUBSTANTIVELY RESPONSIVE BIDS

22.1 The Purchaser shall evaluate in detail and compare the bids previously determined to be substantively responsive pursuant to clause 21.

22.2 During the technical evaluation, BSNL at its discretion may call upon the bidder to give their presentation on their offer, to explain their capability to undertake the project and to respond to any question from BSNL.

22.3 The evaluation and comparison of the techno-commercially responsive bids shall be done on the price of the goods offered inclusive of Levies & Taxes i.e., Sales Tax & Excise Duty/custom duty, packing, forwarding, freight and insurance etc. as indicated in col.15 of the Price Schedule in Section VII Part II of the Bid Document but exclusive of octroi/entry tax which will be paid extra as per actuals, wherever applicable.

Page 23: TENDER DOCUMENT (Ph V).pdf

23/337

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.

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

F AWARD OF CONTRACT

24 PLACEMENT OF ORDER

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

25 PURCHASER’S RIGHT TO VARY QUANTITIES

(a) BSNL reserves the right to order only up to 17.5 million as required in the phase V.1 and as 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. Further while ordering for phases V.2 & V.3, BSNL reserves the right to either restrict the order to 50% of the tendered quantity including the 33% of phase V.1 quantity or to order up to the tendered quantity. BSNL further reserves the right to order expansion of the network setup in Phase-I to Phase-IV through the respective vendors in areas of their operations at the prices to be determined through this tender and such capacities would be over and above the ordered quantity on the successful bidder.

(b) In exceptional situation where the requirement is of an emergent nature for capacities beyond tendered quantities and it is necessary to ensure continued supplies from all the existing vendors including the successful vendors of this tender, the purchaser reserves the right to place additional order up to 50%, over and above the quantities of goods and services tendered in this tender /contract during the currency of the contract at the same rate or a rate negotiated (downwardly) with the existing vendors considering the reasonability of rates based on prevailing market conditions and the impact of reduction in duties and taxes etc.

26 PURCHASER’S 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 purchaser’s action.

Page 24: TENDER DOCUMENT (Ph V).pdf

24/337

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 unconditional acceptance along with performance security in conformity with section IX provided with the bid document.

28 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:

- 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 don’t 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.

31 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

Page 25: TENDER DOCUMENT (Ph V).pdf

25/337

clauses of the bid documents. Non-compliance of any one of which shall result in out right rejection of the bid.

(i) Clause15.1 of Section II: The bids will be recorded/returned unopened if covers are not properly sealed with ‘PERSONAL SEAL’ of the bidder.

(ii) Clauses 12.1, 12.3 & 13.1 of Section II : 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.

(iii) Clause 2 & 10 of Section II : If the eligibility condition as per clause 2 of Section II is not met and/or documents prescribed to establish the eligibility as per Clause 10 of section II are not enclosed, the bids will be rejected without further evaluation.

(iv) Clause 11.2 ( c ) of Section II : 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.

(v) Section III Commercial conditions, Section IV Special Conditions of Contract & Section VI Technical Specifications : Compliance if given using ambiguous words like “Noted”, “Understood”, “Noted & Understood” shall not be accepted as complied. Mere “Complied” will also be not sufficient, reference to the enclosed documents showing compliances must be given.

(vi) Section VII Price Schedule: Prices are not filled in as prescribed in price schedule.

(vii) Section II 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”.

(viii) Before outright rejection of the Bid by Bid – opening team for non-compliance of any of the provisions mentioned in clause 12, 31(i), 31(ii) of Section II though, the bidder company is given opportunity to explain their position, however if the person representing the company is not satisfied with decision of the bid opening team, he/they can submit the representation to bid –opening team immediately but in no case after closing of the tender opening process with full justification quoting specifically the violation of tender conditions if any .

Bid opening team will not return the bids submitted by the bidders on the same day of tender opening even if it is liable for rejection and will preserve the bids in sealed cover as submitted by taking signatures of some of the desirous representatives of the participating bidder/companies present on the occasion.

Page 26: TENDER DOCUMENT (Ph V).pdf

26/337

The incharge of the bid opening team will mention the number of bids with name of 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 arguments of the bidder/company mentioned in their representation and feel that there is prima-facie fact for consideration, the incharge of the bid opening team will submit the case for review to competent authority CGM in Circle and Director(Plg.&NS) in Corporate Office as early as possible preferably on next working day and decision to this effect should be communicated to the bidder company with in 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.

(ix) Section IV clause 43: Unpriced detailed bill of material with card level details in the techno-commercial bid and the exactly same bill of materials with card level prices in the financial bid.

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 does not perform satisfactorily 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 of BSNL i.e. in planning, material management, and finance, executing unit of Cellular mobile telephone services where the bidder is going to apply for the tender. In case of proprietorship firm certificate will be given by the proprietor. For partnership firm certificate will be given by all the partners and in case of limited company 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. 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.

Page 27: TENDER DOCUMENT (Ph V).pdf

27/337

(c) The one is related to the other in the manner as father, mother, son(s) & Son’s wife (daughter in law), Daughter(s) and daughter’s husband (son in law), brother(s) and brother’s wife, sister(s) and sister’s husband (brother in law).

The format of the certificate to be given is “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 i.e. planning , material management, finance, executing unit of Cellular Mobile Telephone services. 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.”

*****

Page 28: TENDER DOCUMENT (Ph V).pdf

28/337

SECTION III GENERAL (COMMERCIAL) CONDITIONS OF CONTRACT

1 APPLICATION

The general conditions shall apply in contracts made by the purchaser for the procurement of goods and services.

2 STANDARDS

The goods and services supplied under this contract shall conform to the standards prescribed in the Technical Specifications mentioned in section VI.

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 or any part thereof in Network of Bharat Sanchar Nigam Limited.

4 PERFORMANCE SECURITY

4.1

(a) The supplier shall furnish performance security to the purchaser for an amount equal to 5% of the value of purchase order within 14 days from the date of issue of Advance Purchase Order by the Purchaser.

(b) The suppliers (small scale units) who are registered with National Small Scale Industries Corporation UNDER SINGLE POINT REGISTRATION SCHEME are exempted from payment of performance security upto the amount equal to their monetary limit. In case of suppliers having monetary limit as “NO LIMIT” or “WITHOUT LIMIT” or “EXCEEDING Rs 50 LAKHS”, the exemption will be limited to Rs. 50,00,000/-(Rupees fifty lakhs) only as per existing policy of BSNL. A proof regarding current registration with NSIC for the TENDERED ITEMS will have to be attached along with the bid.

4.2 As a commitment of the supplier to manufacture indigenously the core equipments to the extent of 50% of phase V.2 and phase V.3 supplies, the supplier shall submit Manufacturing Security Bond for an amount equivalent to 5% of the value of the purchase order along with the performance security as mentioned in 4.1 above.

4.3 The proceeds of the performance security referred to in Para 4.1 above shall be payable to the Purchaser as compensation for any loss resulting from the supplier’s failure to complete its obligations under the contract.

4.4 The proceeds of the manufacturing security, referred to in Para 4.2 above, shall be payable to the purchaser as compensation in the event of having not complied with the following requirements by the suppliers or their contract manufacturers:

Page 29: TENDER DOCUMENT (Ph V).pdf

29/337

(i) Within a period of six months from the date of issue of purchase orders:

(a) Ensure construction /leasing of factory premises and

(b) Place firm orders for procurement of capital goods.

(ii) For Phase V.2 and Phase V.3 supplies:

(a) Achieve a minimum of 30% value addition on the indigenously manufactured equipments and to get it duly certified by an external agency viz TEC or any other internationally reputed organization.

(b) The value addition shall be calculated as per the following formula: -

A - B

Value Addition = ------- A Where A = Value of production (without excise, sales tax, etc.)

and B= CIF value of imported raw material/component/parts.

Profit margin of the main vendor shall be excluded for arriving at the value addition as per formula mentioned above.

(c) Ensure that the indigenously manufactured equipment are offered to QA wing for PQT clearance for enabling the supplier to bulk produce and supply the equipments immediately from phase V.2 onwards.

4.5 The performance security and the manufacturing security Bonds shall be in the form of Bank Guarantees issued by a scheduled Bank and shall be as per the formats provided in ‘Section IX Part I and Part II’ of this Bid Document respectively.

4.6 The performance security Bond will be discharged by the Purchaser after completion of the supplier’s performance obligations including any warranty obligations under the contract.

4.7 The manufacturing security bond shall be discharged by the Purchaser after the supplier or its contract manufacturer meets its indigenous manufacturing commitments under this contact. Upon supplier(s) failing to meet this commitment, the contract shall be short closed and no further purchase orders for subsequent phases shall be placed. In such an eventuality, both the manufacturing and Performance security amounts shall be forfeited. Such bidder shall not be eligible to participate in BSNL tenders for next three years from the date of APO. In the event of short closure, due to bidder’s failure in meeting the manufacturing commitment, BSNL shall be free to get the short closed project including supplies and services executed at the risk and cost of the bidder.

Page 30: TENDER DOCUMENT (Ph V).pdf

30/337

5 INSPECTION AND TESTS

5.1 The Purchaser or his representative shall have the right to inspect and test the goods and services as per prescribed test schedules for their conformity to the specifications. 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.

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 & 5.2 above, the equipment and accessories on receipt in the Purchaser’s 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.

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 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 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 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 and services as the case may be, which is defective or fails to fulfill 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 / ultimate consignee will forthwith issue a Taking Over Certificate for all aspects of the contract in respect of both goods and services. The inspector /ultimate consignee 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 release the Supplier from any warranty or other obligations under this contract.

Page 31: TENDER DOCUMENT (Ph V).pdf

31/337

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 schedule of requirements and special conditions of contracts. 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.

6.2 The supply, installation and commissioning of the system shall commence immediately on placement of purchase order on vendor and be completed in accordance with the commissioning schedule stipulated in the special conditions in Section IV.

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 Section-IV.

7 TRAINING

7.1 The bidder shall provide training for installation and maintenance staff of the purchaser free of cost where required. The specific requirement of man months training is specified in Section IV of the tender document.

7.2 The bidder shall specify in his bid the quantum of proposed training for different aspects, pre-training qualifications required of the trainees and duration of the proposed training to complete the required person months of the proposed training. Extensive training on NSS, BSS including the Radio tuning and optimization techniques in each of the licensed service area is essential and such teams are to be trained prior to commissioning of the network. The trained personnel deployed at NSS & BSS sites shall be associated with the vendor for Installation, Testing & Commissioning.

7.3 The bidder shall provide all training material and documents in soft & hard copies.

7.4 Conduct of training of the purchaser’s personnel can be at the supplier’s plant and/or on-site in assembly start-up operation, maintenance and/or repair of the supplied goods. If BSNL’s training center facilities are to be utilized it is essential for the vendor to install and commission the training model and to arrange all the necessary instrumentation and training documentations in advance to enable hands on training on the equipments. The bidder has to give detailed training plan along with the bid

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 assembly and/or start-up of the supplied Goods;

Page 32: TENDER DOCUMENT (Ph V).pdf

32/337

(b) Furnishing of tools required for assembly and/or maintenance of supplied Goods;

(c) Performance of supervision or maintenance and/or repair of the supplied Goods, 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 in sec. II, clause 9.

(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:

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.

10 WARRANTY

10.1 The supplier/bidder shall warrant that the stores to be supplied 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 service area and have been taken over under clause 5.5 above.

Page 33: TENDER DOCUMENT (Ph V).pdf

33/337

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 supplier within a reasonable time, the Purchaser may proceed to get the defects remedied from other supplier etc., at the supplier’s 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 site including freight, insurance and other incidental charges.

11 PAYMENT TERMS

11.1 The payment terms shall be governed by clause no 10 of section IV.

11.2 (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.

12 PRICES

12.1

(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.

(ii)

(a) Prices will be fixed at the time of issue of purchase order as per taxes and statutory duties applicable at that time .

(b) In case of reduction of taxes and other statutory duties during the scheduled delivery period, purchaser shall take the benefit of decrease in these taxes / duties for the supplies made from the date of enactment of revised duties / taxes .

(c) 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.

(iii) 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.

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:

Page 34: TENDER DOCUMENT (Ph V).pdf

34/337

(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.

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 SUPPLIER’S PERFORMANCE

15.1 Delivery and performance of the Goods and services shall be made by the Supplier in accordance with the time schedule and technical specifications provided in the purchase order. In case the supply of Goods and delivery of services are not completed in the stipulated delivery period, as indicated in the Purchase Order, purchasers reserves the right either to short close /cancel the purchase order in part or full and/or recover liquidated damage charges. The cancellation/short closing of the order for goods and services in part or full shall be at the risk and responsibility of the supplier and purchaser reserves the right to purchase balance unsupplied and/or short closed/cancelled supplies and services at the risk and cost of the defaulting vendors.

15.2 Delay by the Supplier in the performance of its delivery obligations with reference to both the supplies and services shall render the Supplier liable to any or all of the following sanctions: forfeiture of its performance security, imposition of liquidated damages, short closure of contract in part or full and/or termination of the contract for default.

15.3 (i) If at any time during the performance of the contract, the supplier or subcontractor(s) encounters condition impeding 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 supplier’s 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) subject to furnishing of additional performance security by the supplier as per provisions given below .

(ii) The vendor has to submit their request for extension along with the required additional BG and a copy of QA inspection certificate atleast two weeks before the expiry of delivery period. The decision regarding

Page 35: TENDER DOCUMENT (Ph V).pdf

35/337

extension shall be communicated within two weeks of the receipt of request.

(iii) In cases of piecemeal items, the amount of additional PBG should be 5% of the value of balance quantity of items to be supplied for which extension in delivery period has been sought; and

(iv) in cases of infrastructure/ turnkey projects, other than as stated above, 1% of the total project value should be the value for additional PBG.

(v) the additional PBG shall be valid upto the period of original PBG

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/Contract . The Bidder shall adhere to the Project execution schedule given in the Bid document/APO/PO .In the event of Bidder’s failure to perform as per the Milestones mentioned in the Project execution Schedule in section IV, the Bidder shall be liable to liquidated damages. The target dates for selected milestone shall be sacrosanct for the purposes of this Tender/Contract. The supply, installation and commissioning of mobile network and services including the relocation of the radio subsystems if required within the area allocated to the vendor as a turnkey solution stipulated in the tender shall be the integral part of the contract. Extension will not be given except in exceptional circumstances. Should, however, deliveries be made after expiry of the contracted delivery period, without prior concurrence of the purchaser and be accepted by the consignee, such delivery will not deprive the purchaser of his right to recover liquidated damages under clause 16.2 below. However, when supply of material and services are made within 21 days of the contracted original delivery period, the consignee may accept the stores and in such cases the provision of clause 16.2 will not apply.

16.2 Should the supplier fail to deliver the goods and services on turn key basis within the period prescribed for delivery of goods and services , the purchaser shall be entitled to recover 0.5 % of the value of the delayed quantity of the goods and services 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 quantity of the goods and services for each week of delay or part thereof for another TEN weeks of delay. In the present case of turnkey solution of supply, installation and commissioning of the mobile services including the relocation of the radio subsystems, where the delayed portion of the delivery and provisioning of service materially hampers effective usage of the systems otherwise deployed in the licensed service area, L/D charges shall be levied as above on the total value of the Purchase Orders. The L/D shall also be leviable with reference to commissioning of entire network and services in the licensed area. Should there be any delay in the availability of site, civil infrastructure, Media or any other BSNL deliverables, it shall be considered on a case to case basis for relaxation in levy of LD, by the concerned heads of circles who shall be the final authority for deciding the case. Quantum of

Page 36: TENDER DOCUMENT (Ph V).pdf

36/337

liquidated damages assessed and levied by the purchaser shall be final and not challengeable by the supplier. However, when supply is made within 21 days of QA clearance in the extended delivery period, the consignee may accept the stores and in such cases the LD shall be levied up to the date of QA clearance only. With reference to this contract the consignee may accept the network, if the supplier submits coverage map of the town actually realized as obtained from the drive test tool with a date and time tag, duly acceptance tested within 21 days of the extended delivery period by the T&D circle and accepted with a copy to the purchaser. In such a case LD charge is leviable, if any, up to the date as appearing in the drive test map provided to the T&D circle.

16.3 (i) BSNL to start with will ensure that sites which are ready with all BSNL deliverables are made over to the vendor within six weeks of date of issue of purchase order. In cases, for which site survey has been entrusted to the vendor, the identified sites duly certified by the vendor as structurally suitable to install an RTT may be made over in a time period of six weeks from the date of receipt of such a certification from the vendor.

(ii) Subject to above, BSNL circles would endeavor to handover the sites, at least six weeks in advance to the schedule date of commissioning of the sites to enable vendor to meet the commissioning schedule as per tender requirements. Vendor will be given due consideration in L/D relaxations if the sites are not handed over by BSNL in time due to acquisition issues except for those sites identified by the vendor and found structurally unsuitable resulting in repeated survey requirements. Concerned head of the circles will be the final authority to authorize and approve the relaxations in such cases.

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 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

Page 37: TENDER DOCUMENT (Ph V).pdf

37/337

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

(a) if the supplier fails to deliver any or all of the goods and services 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; &

(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.

18.2 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 and services similar to those undelivered and the supplier shall be liable to the Purchaser for any excess cost for such similar goods and services. However the supplier shall continue the performance of the contract to the extent not terminated.

19 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 (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

Page 38: TENDER DOCUMENT (Ph V).pdf

38/337

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 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.

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 of both the concerned circle/licensed service area and the 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 III. Further, if at any time during the contract

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

And/or

(b) 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

Page 39: TENDER DOCUMENT (Ph V).pdf

39/337

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/service, 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.

������

Page 40: TENDER DOCUMENT (Ph V).pdf

40/337

SECTION –IV

SPECIAL CONDITIONS OF CONTRACT FOR IMPCS 2G/3G COMBO (45.5M) TENDER

1 The special conditions of the contract shall supplement the Instructions to the Bidders’ as contained in Section II & "General Conditions of the Contract" as contained in Section III and wherever there is a conflict, the provisions herein shall prevail over those in GRs, in Section II and Section III.

2 A soft copy of the complete bid duly sealed shall be supplied in addition to the requirements mentioned in cl.14 and 15 of Section II. In case of any discrepancies between the hard and soft copies of the bid, the former shall prevail.

3

(i) The supply of equipment indigenously manufactured will be accepted only after quality assurance test are carried out by Quality Assurance Wing of BSNL as per prescribed test schedule and tested successfully. However, for branded IT items such as Computers , Laptops, Servers, computers and computer peripherals that are supplied by ISO certified companies, the testing and quality certificate of such companies can be accepted in lieu of QA requirements. A copy of the same is to be submitted to the circle at the time of supply of these equipments and to be given to T&D circle for verification while offering for acceptance testing.

(ii) 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 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 vendor 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.

(iii) BSNL shall conduct certain quality tests at factory premises of vendor like load test, environmental test and any other test for which vendor expresses his incapability of demonstrating at the designated installation site.

(iv) The supply of standard electrical items like DG set, Air conditioner, Voltage stabilizer etc. shall be from the product list approved by the Electrical Wing of BSNL Corporate Office in accordance with

Page 41: TENDER DOCUMENT (Ph V).pdf

41/337

the specifications contained in the DTR. Apart from the approved vendor list as it exists today with the Electrical wing, the product of other vendors which shall get approval from Electrical wing of BSNL Corporate office as on the date of PO are also eligible to be inducted in the network.

(v) The items like installation materials, antenna mounts , antenna clamps, DG sets , Air conditioners, Voltage stabilisers, aviation light equipments, electrical installations, Earthing materials, Tools and testers (not instrumentations) etc. will be tested at the sites at the time of acceptance testing and no QA will be required for these items.

(vi) The supply of equipment /stores will 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 schedule delivery period.

4

4.1 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.

4.2 In the event of the bidder/supplier/vendor’s 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/bids of BSNL or it’s units for a period of three years.

5 Purchaser reserves the right to blacklist a bidder debarring him to participate in any of the tenders floated by BSNL for a suitable period, in case he fails to honour his bid.

6 Bidders seeking clarifications have to ensure that these are received by the purchaser latest by two weeks from the last date of sale of tender and Clarifications issued in response by the purchaser to the queries raised by the prospective bidders shall form an integral part of bid documents and it shall amounts to amendment of relevant clauses of the bid documents.

7 The purchaser reserves the rights to counter offer price(s) against the price(s) quoted by any bidder.

8 Eligibility criteria shall be in accordance with clause 2 of Section II.

9 PROJECT IMPORT BENEFIT:

(i) Benefit in custom duty if any on account of infrastructure project import shall be passed on to the purchaser. The bidder shall take action for arranging infrastructure benefit for Telecom equipment. It will be the responsibility of the bidder to avail reduced rate of custom duty as applicable.

(ii) In order to avail the above benefit, the purchase orders for the imported equipment shall be placed by the respective circles who are the licensees to operate the cellular mobile service. The bidders shall be responsible regarding reasonability of the cost quoted for

Page 42: TENDER DOCUMENT (Ph V).pdf

42/337

the imported equipment including satisfying the custom authorities, if required, in this regard. The bidders also shall be responsible for custom clearance, transportation, insurance etc., including payments thereof. They shall be also responsible for the imported equipment regarding its performance and compliance to TEC specifications and tender requirements.

(iii) BSNL proposes to adopt provisions under High Sea Sales in respect of the imported equipment to avail Infrastructure Project Import benefits and/or other benefits that accrues with it. 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 customs duty to be paid by BSNL should in no case be higher than that quoted by the supplier. The payment of customs duty shall be regulated as under:

(a) 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 during the scheduled delivery period, 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 III.

(b) Custom duty paid directly by BSNL to the custom authorities including that, if any, paid in excess of that quoted by the supplier shall be deducted in full from the 25% payment due as per clause 10(a) below.

(iv) In order to meet the mandatory requirement to manufacture locally to an extent of 50% of the core equipment with 30% value addition to the components, it is expected that most of the equipment that shall be imported in the phase V.1 of the project, may be supplied from indigenous manufacturing facility in Phase V.2 and beyond by the bidders. It is obvious that for such components/network elements, the price would have different taxation requirements in Phase V.1 and in subsequent phases. In case the vendor request for subsequent change to supply the equipment from imported to Indigenous or vice versa for a specific item within the finalized prices, the taxation as on date of placement of the order shall determine the basic price. Any changes in tax and duty structure would have to be applied for the application of the price variation clause 12 of section III.

10 Payment Terms: The payment shall be made in Indian Rupees only. Various package for payment purposes have been defined at clause -72. The mode of payment shall be as follows:

10.1.1 50% of equipment cost shall be released on receipt of all the core elements (CS&PS) including IN, Billing, common VAS elements ordered (Excluding BSS/RNS) in the circle along with all the associated infrastructure items like power plant, battery, invertors etc (package –1&3).

Page 43: TENDER DOCUMENT (Ph V).pdf

43/337

10.1.2 Similarly 50% cost of BSS/RNS equipment including respective BTSs/ Node B and associated infrastructure items like power plant, batteries, tower, DG set etc. shall be payable subject to receipt of all the items required to commission and parenting to the respective BSC/RNC ( Package-2) . This payment of BSS/RNS can be claimed BSC/RNC wise only after submission of the bills of all the core and VAS elements and its associated infrastructure in the circle.

10.1.3 For claiming these payments the following documents are to be submitted to the paying authority.

(i) Invoice

(ii) Delivery Challan

(iii) Supplier certificate for dispatch

(iv) Excise gate pass / invoice or equivalent document

(v) Inspection certificate of QA as per clause No. 3 of section IV

(vi) Consignee receipt

(vii) Proof of payment of octroi /entry tax etc., if any

10.1.4 Custom duty already paid directly by BSNL shall be deducted from this initial payment

10.2 Payment of 65% of the total purchase order value (Including service cost) excluding AMC shall be released on receipt of UTRAN and GERAN equipments including associated infrastructure items for a minimum of 60% of the ordered capacity, Further milestone of integration and commissioning of all the core and VAS elements of the circle including rollout of 30% of the ordered radio network capacity with its Acceptance Testing and coverage optimization should have been achieved. All the inter operability with existing network elements in operation and charging issues should be resolved including closure of all major validation points to prefer a claim of this payment. This amount shall be released after adjusting the amount paid against (a) above. While calculating the rolled out radio capacity, the capacity swapped but not redeployed shall be deducted. For claiming this payment the following documents are to be submitted to the paying authority –

(i) Invoice

(ii) Proof of receipt of BSS/RNS equipment for 60% of the ordered capacity as per (a) above

(iii) A certificate that all the interoperability and charging issues have been resolved and Major validation points have been closed.

(iv) A/T certificate for all the core and VAS elements being installed in the circle.

(v) Coverage A/T and equipment A/T certificate for the BSS/RNS equipment installed minimum for 30% of the ordered capacity including for redeployed sites.

(vi) A certificate that all the software loaded in the corresponding Core /VAS/ BSS/ RNS equipments, their testing, Operational

Page 44: TENDER DOCUMENT (Ph V).pdf

44/337

software etc including the media have been made over and received in the circle. The certificate should indicate clearly the list of software made over along with media and the original license in the name of BSNL.

(vii) 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.

(viii) Certificate to the effect that all maps together with optimisation data for 30% of the ordered capacity have been made over to the planning branch of the circle along with a copy to be sent by them to the respective SSAs or towns/cities as the case may be. The receipt of the consignee for the documents should be enclosed.

10.3 Payment of additional 25% of the total purchase order value (totalling to 90% of the project cost excluding AMC) on Supply of all the ordered equipment (including all packages), completion of A/T and Coverage and RF Optimisation of all the installed equipment for availability of 100% of the ordered network capacity in the circle including redeployment of all the swapped BTSs at the new location with A/T and optimisation. The validation activity addressing all the issues pointed out by the validation test team should be completed and cleared for claiming this payment. For claiming this payment the following documents are to be submitted to the paying authority.

(i) Invoice

(ii) Proof of receipt of balance BSS/RNS equipment along with their associated infrastructure items and proof of receipt of all the balance items ordered against 100% of the ordered capacity as per (a) above

(iii) Coverage A/T and equipment A/T certificate for the BSS/RNS equipment installed for 100% of the ordered capacity including for redeployed sites

(iv) A certificate that all the software loaded in the corresponding BSS/ RNS equipments, their testing, Operational software etc including the media have been made over and received in the circle. The certificate should indicate clearly the list of software made over along with media and the original license in the name of BSNL

(v) Certificate to the effect that all maps together with optimisation data for 100% of the ordered capacity have been made over to the planning branch of the circle along with a copy to be sent by them to the respective SSAs or towns/cities as the case may be

(vi) A certificate to the effect that validation has been completed and all the pending issues have been closed

10.4 Remaining 10% of total purchase order value (Excluding AMC) on completion of one year after roll out of the complete project of the concerned phase or 30% roll out of the next phase of the project,

Page 45: TENDER DOCUMENT (Ph V).pdf

45/337

whichever is later, subject to completion of the validation and clearance of all pending issues that might have been pointed out by the circle to their satisfaction. The performance of the network should have been satisfactory along with the services of maintenance during warranty and the deliverables as per the requirements including customisation and services are completed as per the tender. For claiming this payment the following documents are to be submitted to the paying authority.

(i) Invoice.

(ii) A certificate to the effect that the performance is satisfactory and 30% of network rollout of Phase V.2 has been completed from the authorized signatory of the circle and all the deliverables including Services against the contract have been completed successfully and in full.

11 The purchaser reserves the right to commercially exploit the installed equipments after the stipulated time frame of initial roll out to commence. Such commercial utilization of the network shall not entail the successful bidder to claim deemed completion or otherwise incomplete obligations under the terms and conditions of this tender and shall not relieve bidder of the liability under the relevant clauses of liquidated damages arising out of such non-completion.

12 The bidders should clearly indicate the technology for which the offer has been made. If it is a case of transfer of technology, the details such as name of technology, name of company etc. should be given and the copy of Memorandum of Understanding for Transfer of Technology and RBI clearance, if applicable, should be enclosed.

13 This tender calls for planning, engineering, supply, Installation, testing & commissioning of the entire IMPCS equipment based on GSM/UMTS technology including handsets, IN, B&CCS, Battery, Power Plant and roof top towers, Ground based towers & antennas etc. in different licensed service areas. The Schedule of requirements is provided in Section-V of the bid document. All the equipment to be supplied shall conform to relevant latest TEC specifications including amendments up to date as per details provided in Section VI and DTR forming part of this section (Annexure-I).

14 The successful bidder shall carry out the simulation of coverage and generate prediction maps of the cities with the existing & identified sites to be specified by the purchaser in case of GERAN. The bidder shall indicate additional locations, if any, required to meet the coverage requirements of the purchaser. The prediction map so generated and agreed upon shall form the basis for Acceptance Testing of the coverage. The information regarding the BSNL/NBSNL sites identified by the purchaser will be made available to the successful bidder so that the same may be utilized for the purpose of simulation and coverage prediction.

15 In respect of UTRAN the coverage, capacity and QoS is to be complied with, in accordance with the requirement specified in the tender and the coverage sought for in the maps of the cities enclosed. The number of Node-Bs to be provided for the required coverage, capacity and QoS as called for in the tender shall have to be indicated in the bid offer and the

Page 46: TENDER DOCUMENT (Ph V).pdf

46/337

digital coverage map indicating the predicted coverage should form part of the bid document and shall form the basis for acceptance test. Should there be shortfall in terms of requirements of tender, it shall be made good by providing additional Node-Bs including all the required infrastructure at no additional financial liabilities to BSNL. The Node Bs shall preferably be co-located with GERAN-BTS. The requirement of Node Bs as engineered by the bidder along with the all the infrastructure items except towers of the existing sites, shall have to be reflected in SOR by the bidders. Should the requirement at the time of actual roll out is in excess of what has been engineered by the bidder, all the infrastructure items including the Node B for the additional sites are to be supplied with no financial implication to BSNL.

16 The purchaser shall provide the space, commercial AC mains power supply and air conditioning and other environmental requirements for installation of various components of IMPCS equipment at BSNL sites. All the core (NSS/BSC/RNC/MGW etc.) equipments shall essentially be installed at BSNL sites i.e. main telephone exchange buildings for which the purchaser shall provide the required commercial AC power supply & Air conditioning. Supply, installation etc of Battery, Power plant, AC/DC voltage stabilizers, Inverters and UPS together with adequate battery backup (minimum two hours), wherever required, shall be the responsibility of the bidder and are to be quoted by them additionally in the bid, if the same are not existing in the SOR. The bidders shall indicate the space, power and air conditioning requirement of each unit including BTS/Node B sites along with the bid. These are to be supplied as per the relevant existing TEC GRs or as per BSNL electrical wing approved make and models, as the case may be.

17 In pursuance of clause-14 and clause-15 for any additional BTS/Node B sites to be identified by the bidder for which if no suitable site belonging to purchaser is available, the bidders shall indicate at least three alternate sites so that the purchaser may take action for acquisition of such NON-BSNL sites. For all the NON BSNL sites including the additional BTS/Node B sites to be identified by the bidder, if room for housing the equipment is hired by BSNL, the required environmental works in that room shall be done by the purchaser. If only open space either on the roof top or on the ground is provided by BSNL, either hired or otherwise, it shall be the responsibility of the vendor to provide a prefab structure (BTS Shelter) for housing the equipment along with a Lightweight low vibration Diesel generating set as per specifications provided in the DTR and the price quoted in the SOR.

18 However, the actual requirement of prefab structure (BTS Shelter), roof top tower and ground based towers, DG sets etc shall be decided by the purchaser on a case-to-case basis. Any additional prefab structure, rooftop tower and ground based towers wherever required shall be paid as per the itemized price finalised in the bid. Accordingly the quantity indicated in the SOR is purely indicative and for evaluation purposes only.

19 The information regarding details of space requirement for IMPCS equipment as stated above, whether indoor or outdoor, shall be supplied by the bidder network element wise along with the bid.

Page 47: TENDER DOCUMENT (Ph V).pdf

47/337

20 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 delivery to the successful bidder. The bidder shall supply 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. The supplier will have to arrange space for storage of the equipments till such time it is delivered at site. For the sites which are not ready at BSNL end, it shall provide storing arrangement in respective stores of SSAs. In all cases, safe custody of the equipment shall be the supplier’s 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 will be at the risk of the supplier / installer until the equipment after installation and commissioning is made over back to BSNL.

21 The civil/electric works for installation of outdoor BTS or Node B / outdoor battery and power plant / Prefab shelter/DG set/ Roof top towers /Ground based Towers /Poles etc. or any other ordered equipment shall be the responsibility of the bidders. The quality of these civil / electrical works shall be in conformity with the guidelines in vogue in BSNL. In case of civil construction works on Buildings / rooftops for tower/pole/ foundations, supporting structures, antenna mounting structures etc, it will be the responsibility of the vendor to obtain the structural safety certificates from the qualified structural engineers or any other agencies if nominated by the local authorities, which includes standards seismic, wind load considerations. BSNL will apply for municipal or local bodies clearance for erection of towers for BSNL/NON BSNL sites, wherever required. However any documentation needed for the same for the sites wherever Towers ( RTT /GBT/poles) are being erected by the supplier , are to be prepared by the supplier

22 If any additional civil / electrical works are required on the existing non BSNL sites for swapping the new equipment or for installing any additional equipment viz Node B , the same has to be done by the bidder

23 BSNL shall arrange Power connection from electricity companies for non-BSNL sites also. However, it shall be the responsibility of the bidder to arrange for any documentation needed to arrange for the connection for all the non-BSNL sites. Power cable of required specification from Electric poles to meter and from meter to the equipment room shall be supplied and installed by the bidder at all non-BSNL sites, if same is not provided by the local electricity company. The bidder has to quote for the same in the price schedule. Earthing arrangement for installation of power connection on non BSNL sites, the same is to be arranged by the successful bidder .

24 The responsibility of filing application for SACFA clearance to the WPC on behalf of the purchaser for installation of BTS/Node B and microwave link, for all the BSNL or non-BSNL sites, shall rest with the bidder. The purchaser shall furnish the necessary data to the extent available. The preparation of documents, submission to the WPC, obtaining ID Numbers, circulation among all SACFA members and obtaining their receipts and submission of

Page 48: TENDER DOCUMENT (Ph V).pdf

48/337

the same back to WPC, for full siting as well as additional antenna mounting cases etc shall have to be done by the bidder on behalf of the purchaser. Any statutory charges payable to WPC will be paid by BSNL. However, no separate charges shall be payable to the bidder for this activity related to obtaining of SACFA clearance. All the documentation shall have to be made over site wise, to the coordinating officer of BSNL Planning wing for WPC works in the mobile unit, for subsequent pursuance with the authorities. If any site planned by the successful bidder is rejected by any of the SACFA member /WPC, relocation of the same is to be done by the successful bidder with out any additional cost.

25 The supply shall include complete GSM/UMTS equipment including B&CCS platform, IN system, UMS, MMS, GPRS, EDGE, roof top and ground based towers, antennae, feeder cables, fixtures and accessories, testing and measuring instruments, Power Plant and battery etc. as a complete package. Additional antenna fixtures, Waveguide (feeder cable) racks (horizontal and vertical, Indoor & Outdoor), gantry, platforms with hand rails for the new and existing towers, wherever required, shall be provided by the bidder as per the actual requirements. All such items which are to be deployed in outdoor conditions shall be made of hot-dip galvanized material.

26 The successful bidder shall arrange for extension of DC power supply, AC power supply, earthing etc from the existing available points at BSNL sites to the supplied equipments.

27 The earthing arrangement at each BTS site/tower, both existing and new, including tower earthing in all BSNL and Non-BSNL sites should be the bidder’s responsibility. It shall be ensured that each site is provided with the necessary surge protections as required. Necessary corrective actions including supply and installation of required devices will have to be done by the bidder to ensure that the site is fully and comprehensively protected against all kinds of high voltage and lightning hazards.

28 The complete network planning, engineering & optimization of the equipment and transmission plant shall be the responsibility of the supplier. Radio planning, optimization and tuning after commissioning and during further expansions, for entire warranty period shall be provided by the bidder at no additional cost. A specialised radio group in each of licensed service area shall be trained by the supplier and will be supervised by them for undertaking the optimisation and radio tuning efforts even during the installation and commissioning process and subsequently during warranty period.

29 The common control equipment provided in crucial network elements of IMPCS like MSC/MGW/MSC Server/ HSS/HLR/ VLR/BSC/RNC/ TXCDR/ BTS/ Node-Bs/ GGSN/ SGSN/IN/UMS etc. shall be provided in duplicate and in hot stand by mode. All power supply units shall be in redundant mode. The bidders shall indicate the redundancy provided in the system as part of the bid document. The system availability shall be at least 99.995% measured over a period of one year and accordingly each network element forming part of the system shall have much improved fault tolerance and higher reliability as called for in the DTR.

30 Engineering & Planning of the IMPCS Network

Page 49: TENDER DOCUMENT (Ph V).pdf

49/337

(i) The engineering and dimensioning of the various IMPCS network elements shall be done as per the Detailed Technical Requirements (DTR) specified in the Annexure-I.

(ii) The engineering and planning of the additional location of the BTSs, homing of the BTSs to the BSCs and the NSS equipment for all the cities shall be done by the bidder in consultation with the mobile planning units of the circles so that the coverage, capacity and quality of service will be upgraded from the presently available level to the required level as indicated in the tender document. The projected requirement of the network elements are given in the Schedule of Requirements in Section-V. The optimum tower height, location, configuration and orientation type of BTS shall be engineered by the bidder who will also furnish the prediction map for the coverage obtainable with the same. The bidder shall also do the complete engineering for integration of these sites with the existing network.

(iii) The GERAN shall work in the specific spectrum allocated to BSNL in 900/1800 MHz band as indicated in the DTR. However the spectrum for UTRAN is yet to be allocated. It is presumed that the allocation will be in IMT2000 since such recommendation has been made by TRAI to the GOI. Accordingly the equipment to be supplied shall have adequate RF filtering in the transmitter and receiver to avoid adjacent channel interference to any other system within BSNL or to any other operator and to meet the receiver sensitivity / specifications of the equipment in the network.

(iv) The details of the levels for the various specified requirements for 95% of the time, for the engineering purposes for GERAN are as follows:

(a) Indoor Coverage: Signal level measured at street level shall be better than –65dbm.

(b) Incar coverage: Signal level measured at street level shall be better than –75 dbm.

(c) Outdoor Coverage: At least 95% of the remaining coverage area. Signal level measured at street level shall be better than –85 dbm.

(d) The indoor coverage shall be provided in all the commercial areas, Multi-storied housing complexes, star hotels, industrial areas, software/Hardware technology parks, airports, railway stations etc., as identified by the circles. A tentative requirement of 400 buildings in each zone is identified for which a detailed bill of material estimated to be used, is annexed to the schedule of requirement in Section V.

(e) The incar coverage shall be provided in all the residential areas, tourist spots, roads, lanes, high ways, bypasses and rail routes.

(f) The remaining areas shall be provided with out-door coverage.

Page 50: TENDER DOCUMENT (Ph V).pdf

50/337

(g) The places located near airports and in airport, where it is difficult to get permission for installing a tower of more than 15 meters height shall be covered suitably by alternate methods viz. wall mounted outdoor micro/indoor building solution with micro BTS and distributed antenna architecture system.

(h) The antenna mounting height shall not normally exceed 40 meters. However, the antenna mounting height shall be limited to 25 meters in major cities and 30 meters in other cities. Exceptional cases of antenna height exceeding 40m can be permitted for provision of Highway coverage and other cities, if BSNL tower exist in the location.

31 The successful bidder has to make their own arrangements to get the further detailed map of the city or any other data relevant and necessary for planning & engineering of the system.

32 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.

33 The bidder shall submit a certificate to confirm that the offered IN platform (SCF and SSF) has been subjected to the IOT tests with the existing IN platforms (SCF and SSF) for all the IN based services. The IN platforms presently in operation in the BSNL network are from M/S Ericsson, M/s Lucent , M/s Nokia Technologies, M/s Alcatel and M/s Siemens respectively.

34 The bidder shall furnish the details about make, model no., supplier and the cost of each item for indigenous and imported equipment separately The complete details of the address of the supplier of the imported equipment shall also be indicated so that the respective Head of Circles may place orders on him directly for availing concessional import duty. The bidder being the project coordinating authority shall ensure the custom’s clearance for which he will be duly authorized by the circle authorities. The bidders shall also be responsible for complete implementation of this project including the imported equipment regarding its performance, compliance with reference to TEC GRs, DTR and tender conditions.

35 The bidder shall quote for only one make, model and manufacturer included in the proposal for each of the network elements. 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. However in respect of passive items such as towers etc , multiple sourcing shall be allowed provided all the sources are referred to in the bid by any of the technically qualified bidders.

36 The bidders should quote only type approved SMPS P/P and VRLA batteries for the systems as per TEC GRs. The turnkey solution provider shall source the equipment for MFVRLA batteries and SMPS power plants only from TEC approved indigenous manufacturers who have service network across the country to service both hardware and software components of the power plants and MFVRLA batteries. All such BTSs either operating in NBSNL sites or in the container, for which -48V uninterrupted DC supply is

Page 51: TENDER DOCUMENT (Ph V).pdf

51/337

being provided by the bidder, power plant should be of suitable capacity for powering also the access network OFC/MW equipments whether provided by the bidder or by BSNL. The battery back up, which shall be in duplicate banks, for each BTS. Standard battery sets expected in each category of BTS/Node-Bs have to be specified. Bidder can also source battery and power plants from multiple vendors. However, not more than two sub vendors per circle are allowed. Accordingly the bidder is authorised to quote single bid price and also indicate the list of maximum two vendors of battery and SMPS P/P per circle.

37 If the battery/PP capacities required are more than what has been specified for powering the equipments it shall be provided free of cost by the vendors. The bidder shall provide the calculation for the power requirements of each of their network elements along with supporting technical documentations to establish their claims. They shall provide cross references to the concerned sections of their technical documents.

38 The Bidder shall ensure extension of Infrastructure Alarms viz. power plant, battery, air conditioner, DG sets, fire alarm, temp alarm etc. from all such BTS / Node B sites, wherever these items have been ordered to them, to a central location ( BSC/RNC). Required wiring has to be done by them.

39 It shall be the responsibility of the bidder to make the equipment supplied under this project inter-work with all other network elements supplied by other vendors and the existing equipment. The vendor shall also ensure that the interworking of network with the various network elements of other technology in other licensed service areas of the CellOne network (both post-paid and pre-paid services) for nationwide seamless working and provision of services to its subscribers.

40 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. All the existing vendors bidding in this tender shall also provide the APIs along with documentation in a separate sealed cover as part of the techno-commercial bid. The list of APIs kept inside the sealed cover shall form part of the documents to be verified during the preliminary evaluation of techno-commercial bid. The APIs submitted shall be of the same version working in the BSNL and certificate to this effect shall be submitted as part of the techno-commercial bid. The successful bidder shall provide all open APIs along with acceptance of APO. 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.

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

42 All software licenses shall be perpetual and in the name of BSNL allowing for multi users.

Page 52: TENDER DOCUMENT (Ph V).pdf

52/337

43 The bidders shall supply hardware for various units of IMPCS equipment as per the projections made in this tender. However, the racks/ shelves should be completely wired so that the expansions to the ultimate capacity, as per the projections made/specified in this document, are possible by adding PCBs/ Modules only. The bidder shall indicate in the bid document any other related items (along with the price) not reflected in the tender document required for successful commercial launch of the service.

44 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 alongwith 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 IMPCS together with their quantity required to meet the performance requirement sought for in the tender and DTR. 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 serialised beyond the last serial no of the SOR and price quoted along with the detailed BOM and the quantity that may be required. The same card level BoM, but with itemized prices shall form part of the financial bid. The 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. 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 area and to estimate the quantity of equipment/material to be ordered for each such area. 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. Bids not accompanied by the BoM as envisaged above shall be rejected summarily.

45 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. With a view to ensure transparency in the third party transactions and to safeguard the interest of the purchaser as the principal buyer, the bidder shall furnish the maximum mark-up charged from BSNL over the price quoted by the third parties for the supplies and services. As the bidder’s 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.

46 Notwithstanding the provisions contained in clause-35 above, should there be a need arise to change the third party vendor, the substitute third party vendor shall 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 not as a

Page 53: TENDER DOCUMENT (Ph V).pdf

53/337

matter of rule, and needs to have the specific approval of the tendering authority who shall satisfy himself on the circumstances advanced as reasons by the vendor for such a change. In such an eventuality it is necessary for the vendor to provide the contract entered into with the third party vendor and the price for the specific item will be restricted to lesser of the finalised price or the price payable to the third party vendor as per the agreement entered with them. The mark up shall be limited to that indicated in the initial offer of the bidder for the specific item. In the event of request of such changes after the failure of equipment supplied in not meeting the requirement, BSNL reserves the right to accept or reject such requests and decide to induct or expand existing such equipment which BSNL feels as technically suitable from amongst those technology equipments which are presently in operation in the existing network of BSNL. The cost of any such replacements made by the purchaser shall be deducted from the amount payable to the supplier.

47 The supplier shall be bound to supply the additional Hardware/ Software for expansions as per the need of the purchaser on the finalized itemized price after applying the applicable duties & taxes for meeting the expansion needs.

48 As part of the project, each supplier shall provide training for a minimum of 500 person-months (13,000 person days) to BSNL/TEC officers in India/abroad in planning, engineering, installation, operation, testing and maintenance of system and software, billing and customer care and prepaid Card management etc. 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. The training modules shall be finalized by bidder in consultation with purchaser. However, the travel expenses, boarding and lodging for the trainees shall be provided by the purchaser.

49 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 alongwith the itemised card level prices. As mentioned above in clause 43 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 VII of this document, it is further required of the bidders to provide a consolidated format in a separate excel sheet of the complete quote in accordance with details appearing in the schedule of requirements. A soft copy of detailed bill of material shall also form part of financial bid.

50 The purchaser intends to enter into a long-term arrangement of supplies for further need based expansion of the network, in the respective circles within operating jurisdiction of BSNL, in three phases. Phase V.2 and Phase V.3 are likely to be ordered after within one year of ordering of previous phase .The bidder shall quote prices for each of the phase separately. However itemised price quoted for phase V.2 and Phase V.3 will in no

Page 54: TENDER DOCUMENT (Ph V).pdf

54/337

case be higher from the quoted price of previous phases. The price approved for phase V.1 shall be applicable for phase V.1 roll out schedule and the prices for all supplies and activities carried out beyond the delivery schedule of the phase V.1 shall be regulated by the price approved for the phase V.2 and so on. The applicable price variation clause with reference to taxes and duties as specified in Section II shall be applicable except in those cases, which are under supplies beyond the scheduled delivery period of the previous phase. However, benefits of any downward revision in the statutory levies are to be passed on to BSNL. A soft copy of detailed bill of material shall also form part of financial bid.

51 The offers of the bidders will be evaluated on the total package basis with the lowest evaluated price of the technically & commercially responsive bids will be awarded the work contract. Lowest two evaluated bids of techno-commercially compliant offers will be awarded the contracts. L1 bidder will be awarded a maximum of 26 M capacity order and the L2 bidder a maximum capacity of 19.5M orders subject to quantity variation as defined in Clause 25 of Section II. The purchaser reserves the right to place the orders for maximum 10 Million in phase V.1 and 8M capacity in each of the two remaining phases to L1 bidder and 7.5 Million in phase V.1 and 6M capacity in each of the two remaining phases to L2 bidder. The option of varying the quantities and clubbing together of the orders of Phase V.2 and phase V.3 rests with BSNL. Orders of each Phase will be placed within a maximum time period of 12 months from the date of placement of the order for the previous phase.

52 UTRAN equipment shall be supplied by the bidder only after successful completion of validation and demonstration of all functionalities and services including interworking in a complete city. The supply /installation, testing & commissioning of all other network elements except UTRAN shall continue along with validation. It is expected that this activity is completed within 3 months of placement of APO so as to adhere rollout schedules. In case the bidder is unable to successfully complete the validation of UTRAN, BSNL reserves the right to cancel the PO related to UTRAN equipment & the successful bidder shall have no claim on the equipment already delivered. BSNL may also invoke the concerned PBG for the entire UTRAN equipment along with punitive measure.

53 The purchaser intends to procure only the hardware required for B&CCS through this tender. The B&CCS application software components currently in use in the Cellular network of BSNL is proposed to be enhanced further to take care of billing of expansions envisaged in this tender. The list of the B&CCS application software components, the specification/requirement of the B&CCS hardware, Operating System and other software are indicated in the DTR. A tentative requirement of hardware for the B&CCS is given in the DTR & SoR.

54 The software will be sourced from M/s CSG (now M/s Comverse) with whom BSNL has a long term corporate license agreement except for those third party software which are specified in DTR. It shall be the responsibility of the bidder concerned to quote for all the hardware requirements and for such third party software specified in the DTR. Further it shall be responsibility of the bidder to integrate the additional hardware

Page 55: TENDER DOCUMENT (Ph V).pdf

55/337

with the existing billing system and to ensure that the integrated billing system provides for enhanced billing needs of BSNL. They shall also be responsible to integrate all the network elements, to be inducted in the network against this tender, with the billing system. Suitable quote for engaging the professional services, if any, shall also form part of the bid.

55 The successful bidder as system integrator shall ensure that there will be no interruption caused to the normal operations of the B&CCS, in coordination with the application provider.

56 The bidder shall have to carry out, at the discretion of the purchaser, de-commissioning, de-installation, re-installation and re-commissioning of BTSs in each licensed area including re-deployment of the corresponding BSCs. The sites to be de-commissioned and de-installed and the sites where re-installation and re-commissioning are to be done shall be decided by the purchaser in consultation with the successful bidder. The de-commissioning, de-installation and successful re-installation & re-commissioning including optimisation shall be carried out by the successful bidder. The de-commissioning, de-installation and successful re-installation & re-commissioning including optimisation shall be viewed as a package and the bidder shall be entitled to claim at the price quoted by them for BTS/BSC installation subject to maximum quantity of 40% of installed BTS/BSC as on the date of award of work to them. The successful vendor has to plan the redeployment of BTS in such a way that redeployment of BTS in a LSA/circle is not in excess of 40% of the existing BTS. The bidder shall ensure the redeployment of the swapped sites as soon as possible preferably within a fortnight of its decommissioning. The net capacity rolled out by the successful bidders shall, therefore, be calculated by deducting the swapped capacity which is not redeployed till that date from the rolled out capacity to determine the compliance of the bidder to its obligations of meeting the schedules of the rollout contained in clause 64 below. The bidder will ensure transportation and deployment of swapped BTSs/BSCs and demonstrate to the T&D circle the same performance as per the quality parameters noted by the successful bidder (no third party representative will be authorized) jointly with the BSNL officers before de-commissioning.

57 The supplier shall ensure that the de-commissioning, de-installation, re-installation and re-commissioning of the BTSs and BSCs are carried out without causing any damage to the equipment and interruption to the existing services. The purchaser further reserves the right to replace any damaged equipment and any equipment which has developed fault during this process, by purchasing from the OEMs of such damaged equipment at the cost & risk of the successful bidder.

58 All the network elements and software units supplied for the system shall be fully compatible with the existing systems and inter-work seamlessly without any limitation. In case any hardware/software upgrades are required in the existing systems to make them compatible and also to provide additional services as called for in this tender, the bidder shall be the fully responsible for the same as part of this tender. The tender envisages of seamless roaming between GSM & WCDMA networks including provision of uniform services to subscribers independent of

Page 56: TENDER DOCUMENT (Ph V).pdf

56/337

network. It shall be the responsibility of the bidder to identify the network elements for which upgradation will be required and shall form part of his bid. It is essential for the vendor to list out such required upgradations and Quote the prices of such upgradation. This price shall form part of total price required for evaluation purpose.

59 The work of upgradation of the existing network elements being propriety in nature, it is expected that the successful vendor shall coordinate and get the work done from the present incumbents. An agreement with all the participating (incumbent & new) vendors shall form part of the bid indicating a commitment to the bidder by all the other incumbent vendors that they shall execute the work of upgradation to bring about service parity in the network at a price not exceeding in any case the price quoted by them in their respective bids of this tender. This is essential to ensure reduction in the possible delays in the project. While all the prospective bidders, including incumbent bidders, are required to provide the agreement with all other prospective bidders, incumbent vendors bidding in the tender shall provide a certificate to this effect that they stand committed for the upgradation of the network in accordance with the agreement they have entered into with other bidders. The bidders who are likely to participate in the tender will be available in the web site of BSNL soon on closure of the sale of the document.

60 In case, if BSNL has to invoke the relevant clause to get the work of upgradation done by the incumbent vendors, due to failure of the successful bidder to deliver the service parity in the network and seamless roaming for all services across the networks, it shall be at the quoted price of the such incumbent vendor and in case it is in excess of the finalised price, then the difference of the amount in excess will be to the successful bidder’s account. BSNL also reserves the right to forfeit the PBG submitted by the vendor.

61 In case the incumbent vendor(s) participating in the tender is/are not successful and refuses to carry out the upgradation of the network elements at the price quoted by them in the tender, BSNL reserves the right to forfeit the EMD of such incumbent vendors and other OEMs. BSNL accordingly reserves the right to seek extension of the EMD validity of all the participating incumbent vendors which they have to essentially comply with for an appropriate time period.

62 As part of SOR, price of upgradation has been called for to ensure service equivalency in the areas where the incumbent vendor’s equipments shall be operational. It is the responsibility of the bidder to list out all the upgradation which will have to be carried out as per their perceptions and also as per details discussed and finalised with incumbent vendors and detailed in their agreement with incumbent vendors. Essentially the objective is to ensure service equivalency in the entire licensed service area irrespective of location of the subscribers and the vendors technology serving him and subsequently to extend the same across the network to provide seamlessly the services whichever PLMN of BSNL the subscriber is roaming into.

63 In the eventuality of successful bidder not being in the position to under take the upgradation, the purchaser has the option to offer upgradation

Page 57: TENDER DOCUMENT (Ph V).pdf

57/337

& expansion of the network to the existing vendors viz. M/s Nokia, M/s Nortel, M/s Motorola, M/s Siemens & M/s Ericsson provided they participate in this present tender, in their respective areas of operations. BSNL further reserves the right to allot quantities as may be considered essential at the finalised price of this tender.

64 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.

65 EVALUATION: The tender shall be evaluated as a package quoted by the bidders for various equipments/materials/services as per the criterion given below:

(a) The price of various components forming part of the package detailed in the SoR at Section-V shall be evaluated. It shall also include all those items which respective bidders feels essential for commissioning purposes. The sanctity of the price of individual item shall be maintained by the bidders within the package even though the evaluation is package based. Two major components namely the power consumption and floor area occupied by the equipment being bid for, shall be loaded based on the actual projected figures in the SOR and supported by documents in the bid. In case there is a variance, higher of two figure shall be taken for evaluation. Such loading for a period of ten years forms part of itemised SOR cost and is accounted for in the total packaged price quoted.

(b) 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 should match with the quantity specified for the network element to which such an item is associated with.

(c) Every item in the SoR should have a price associated with it. In case the price quoted by the bidder is zero or unreasonably low in the view of the evaluation committee, it shall be the right of the evaluation committee to load such item with highest quote of the other eligible bidders for the purpose of evaluation only.

(d) The prices of each individual phase shall form part of price bid. The weightage associated with quoted price inclusive of loading in respect of power and space in each of the phase for evaluation purposes is given in the table below. The total price of all three phases put together for evaluation purpose shall be arrived at by using the formula as given below.

Page 58: TENDER DOCUMENT (Ph V).pdf

58/337

Phase Weightage in Evaluation

Phase V.1 100%

Phase V.2 50%

Phase V.3 30%

i.e. Total package price for evaluation= Quoted price of V.1+50% of quoted price of phase V.2+30% of the quoted price of phase V.3+NPV of AMC of three years discounted @ 12% for a period of four, five and six years respectively.

(e) BSNL has the right to negotiate the prices with the L1 bidder on the total quoted package cost and make counter offer on the prices quoted. The negotiations would be on the total package price and/or on itemized prices.

(f) The bidder shall quote the cost of AMC for a period of 3 years from the date of completion of all the three phases of the project and on the expiry of the warranty as mentioned in clause 74. The bidders shall quote the AMC prices as a percentage of the quoted equipment cost of all the three phases put together other than the services. The NPV of the quoted AMC price at the rate of 12% taken from the date of start of AMC (i.e. after expiry of the warranty period) shall be included in the total package price for evaluation as defined in clause (c) above. The amount of AMC shall be payable in arrears in six monthly instalments.

(g) Although the AMC amount taken for evaluation as referred above the amount payable towards AMC charges shall be determined from the actual purchase made by BSNL.

66 The tender seeks a comprehensive and complete requirement of hardware and software for the successful installation and commissioning of the IMPCS network. In case the bidder has not quoted for any of the item that are essential for the completion of the project, 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 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).

67 Liquidated Damages/ Incentives: (i) The bidder shall be charged liquidated damages at the rates as

defined in the General conditions of contract as contained in Section III for any delay in the turnkey job entrusted to the bidder. The time frame for handing over of the non-BSNL sites and its commissioning thereafter shall be carried out in accordance with the provisions contained therein. For all those sites made over by BSNL field units, the vendor should ensure commissioning of the sites within the available time as stipulated in the commissioning

Page 59: TENDER DOCUMENT (Ph V).pdf

59/337

schedule. Any delay on part of the circle to provide such specific sites within the time frame stipulated will not be considered for the purpose of LD charges. BSNL will provide a copy of the lease deed or possession letter or authorization letter as the case may be to the successful bidder to enable him to undertake the work at the site which are made over.

(ii) Liquidated Damages will be applicable on delayed achievement of the milestones defined in the roll out schedule The core elements to be integrated in the 6th month along with rollout of 30% of the ordered capacity is critical for achieving subsequent radio network capacities. Liquidated Damages shall be leviable in accordance with the clause 16 of section III on the total project cost from this critical activity onwards upto the date of achievement of this critical mile stone. Inspite of this, if the bidder is able to roll out the 100% capacity within the total project timelines, the bidder shall be incentivised by relaxing the Liquidated Damages so leviable as mentioned above. Otherwise the Liquidated Damages from the final date shall be leviable on the proportionate project cost of the balance network capacities to be delivered and to be reviewed on a week-to-week basis in addition to the damages as mentioned above for the delay in the availability of the core equipment.

(iii) The bidder shall also be provided an incentive @0.5% of the cost of the proportionate network commissioned, for each week of early commissioning of respective mile stone of the entire network as specified in the schedule subject to a maximum of 3% of the total value of the contract of the respective phase excluding AMC.

68 INCIDENTAL DAMAGES:

68.1 Not withstanding any of the other provisions contained in this Tender/Contract, the Bidder shall protect, defend, indemnify and hold harmless to 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;

(i) Any breach of any statute, regulation, direction, orders or standards from any governmental body, agency, or regulator.

(ii) Any claim made by third parties arising out of the use of the services of BSNL being provided using the equipment supplied under the Tender.

(iii) Claims arising in connection with interruptions ‘or’ degradation of services to BSNL customers ‘or’ to other service providers whatsoever shall be the cause ‘or’ duration thereof; and

(iv) Any claim that the equipment/services/’or’ any value addition component offered and supplied by the bidder in this tender, infringe any patent, trademarks or copyright of any third party.

68.2 The Bidder shall furnish an unequivocal, unqualified and irrecoverable undertaking along with the Bid Document to the effect that;

Page 60: TENDER DOCUMENT (Ph V).pdf

60/337

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.

69 Software (i) Software version of the equipment being supplied should be latest

& must be indicated in the bid. (ii) All the software licenses supplied against this tender shall be

perpetual without any limitations on use. (iii) All the system software loaded in the various network elements shall

be supplied in media suitable for re-loading of the software in the network element, if needed.

(iv) All the Software upgrades and /or patches required for the maintenance of the system supplied will be implemented without any additional cost at each site for 7 years by respective bidders and Acceptance Testing of the system will be got done by him through 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.

(v) Software support centre: - Successful bidder will have to establish its software support centre within six months of award of contract to provide software 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 for software centre in the bid.

70 VALIDATION (i) 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 the same shall be finalized by the testing authority in consultation with the bidders within 2 months from the date of purchase order. Any deficiency found during validation in performance of the system as per the requirement shall be rectified by the bidders immediately at all locations. The SYSTEM for the purpose of equipment Validation is defined as a minimum set of network elements that shall be required to simulate all the services which are mandated in this tender.

Page 61: TENDER DOCUMENT (Ph V).pdf

61/337

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 testing authority designated by BSNL and the testing methodology shall be finalised in consultation with the bidder. The bidders at their own cost shall provide all the testing equipment including load test equipment, drive test tool and the post-processing tool etc. required for validation of the system.

(ii) Radio network ,coverage & capacity validation shall be done as follows: With a minimum of two BSCs, two RNC, two SGSN, GGSN and minimum five BTSs of each BSC, minimum five Node Bs in area designated by BSNL in a particular town. The BSCs shall be from the different vendors and all the combinations of BSCs to be tested.

(iii) The installation/ commissioning at other places shall be subjected to Acceptance testing and the purchaser reserves the right to appoint any acceptance testing authority including its own T&D wing to carry out network performance tests as per specifications outlined in various GRs & DTR of this tender mentioned earlier. The successful bidder has to satisfy any such testing authority appointed by the purchaser on technical performance.

71 ACCEPTANCE TESTING

(i) Purchaser reserves the right to appoint any testing authority including its own T&D circle for carrying out acceptance testing of the network and its network elements. The acceptance test schedule generally covers the following:

(a) Check on ironwork, cabling , wiring and earthing .

(b) Functional test on individual equipment/network for meeting the required parameters

(c) Load testing of engine , battery and power plants

(d) Verticality of Towers .

(e) Coverage and capacity test

(f) 100% traffic trials.

(ii) The bidder shall submit, as part of his bid and in a separate volume, a comprehensive and complete test schedule together with test set-up and procedure for conducting Acceptance Testing on each of the network elements to be supplied under this project. The supplier shall modify the tests as required by BSNL and finalize an Acceptance Test schedule at least one month in advance of beginning of installation in consultation with TEC/verification & testing authority. He shall also clearly indicate the specifications clause(s) verified by each test. The tests shall include test on the traffic handling capacity, performance etc. The BSNL shall have the right to make modifications or additions to any test or techniques of measurement as considered necessary by it.

Page 62: TENDER DOCUMENT (Ph V).pdf

62/337

(iii) The bidder shall make available the software programs and testers required for carrying out the acceptance 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 supplied by the bidder. He shall also indicate the technique used in the creation of such artificial traffic.

(iv) The 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.

(v) Any components or modules failing during the acceptance tests shall be replaced free of cost at site by the bidder immediately by spare cards from their stock holding. The replacement of faulty cards will be ensured within the time frame similar to what has been specified for the purpose of AMC.

(vi) After all acceptance tests have been successfully carried out to the satisfaction of the BSNL. The Technical and Development Circle, Jabalpur will certify the station as fit for commissioning.

72 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. For the purpose of payment the following packages are defined:

(i) Package-1: All The core network elements (CS and PS) and VAS network elements (Circle level and Zonal level) including IN and Billing H/W along with including their installation materials, tools and testers for installation and commissioning, Planning tool, Drive Test Tools, Data generation and loading utilities for the various network elements and their associated infrastructure items like battery, power plants, invertors, UPS etc.

(ii) Package-2: All BSS/ RNS equipments, installation materials, tools and testers for installation and commissioning of BSS/ RNS, Data generation and loading utilities for the various network elements along with their infrastructure items like towers, battery, power plants, DG sets, prefab etc.

(iii) Package-3: National level core elements like DSS, DRS, FMS and Central IN along with their tools, testers, data generation and loading utilities and associated infrastructure items like battery and power plants.

(iv) Package-4: All other network elements The supplier shall also ensure that those equipments that are meant for planning, design and installation including Planning tools, Drive Test Tools, together with necessary training for the BSNL officers to handle these tasks independently shall be supplied as first set of items. The vendor shall, as part of their bid, shall indicate the sequence of supply of various items to appropriately take care the different lead times required for

Page 63: TENDER DOCUMENT (Ph V).pdf

63/337

commissioning of the individual network elements to fit into the overall commissioning schedule.

73 SUPPLY/INSTALLATION/ COMMISSIONING SCHEDULE:

The Supply/Installation/rearrangement/commencement of commissioning of the systems should start within 2 months and commissioning of entire network including customisation , coverage optimisation and rearrangement should be completed within 10 months of placement of A.P.O. for phase V.1 and within 9 and 8 months for phase V.2 & phase V.3 respectively. The critical milestones for roll out of the network circle wise is given in the table below:

Sr.No.

Critical Mile stones of the project Time from the date of APO for phase V.1 and from the date of P.O. for phase V.2 & V.3

Phase –V.1 Phase –V.2

Phase –V.3

1 Commencement of supplies & delivery of documents and manuals (Both hard & soft copy).

2 Months 2 Months 2 Months

2 Supply, installation commissioning of planning tools, test gears, drive test tools etc. (Part of package –1)

3 Months 3 Months 3 Months

2 (i) Supply of all the core elements (CS & PS) including IN, Billing, common VAS elements along with all the associated equipments / Infrastructure (Package –1). (ii) Supply of UTRAN/GERAN equipment including associated infrastructure for minimum 30% of the ordered capacity (Package–2)

4 Months 3 Months 3 Months

3 Integration of all the Core and VAS elements including IN, Billing, SMSC, MMSC, CBC, LBS and offering for validation / A/T(Package –3)

5 Months 4 Months 4 Months

4 (i)Completion of A/T of all the core elements, resolving all interoperability & charging issues and closure of all Major validation points. (Package-3) (ii) Supply of UTRAN/GERAN equipments including associated infrastructure minimum for 60% of the capacity. (Package –2) (iii) Roll out of 30% of the ordered capacity with optimization and Coverage A/T

6 Months 5 Months 5 Months

Page 64: TENDER DOCUMENT (Ph V).pdf

64/337

5 (i) Supply of UTRAN/GERAN equipments including associated infrastructure for 100% of the capacity. (Package –2) (ii) Rollout of 60% of the network with optimization and coverage A/T

8 Months 6 Months 6 Months

6 Roll out of 100% of the network with coverage optimization and A/T with closure of all validation issues . All the equipment ordered against package- 3 and 4 also should be commissioned with A/T

10 Months 9 Months 8 Months

Non-adherence to month wise Supply/Installation/ Commissioning shall invite penalties as per the tender conditions.

74 Operation/ Maintenance: The successful bidder shall carry out all the functions of operation/ maintenance of the various subsystems till such time the entire network is rolled out and continue for further period of 12 months of commissioning of the network, without any additional charge. During this period, the 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 OMCs and other network elements, Statistics regarding in-roamers and out-roamers in various formats 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 BSNL to put into practice maintenance schedules viz opening of appropriate registers for log, test schedule and performance and fault recording. The bidders shall fully associate the staff of BSNL during this period so that the take over of the OM 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.

75 The successful bidder shall supply 4 training models in the training centre at the locations to be identified by the purchaser consisting of 500 line circuit Core, packet core, RNS & BSS with two sector triple band antenna, planning tool, testing instrument, protocol analyser, Drive test tool, 50 engineering handsets etc., with access to the network to be installed. The training model shall have at least 12 terminals each of OMC-S, OMC-G and OMC-R and one terminal each from other OMCs. The bidder shall load suitable test data in the OMCs to impart effective training in the Installation & Commissioning, CCS signalling and other signalling protocols used in the network, Operation & Maintenance, Drive test, Optimisation & frequency planning, Network planning & development and Statistics Analysis of NSS, BSS and other Network Elements. The bidder shall supply simulation software required with suitable servers in a client-server configuration for imparting effective training. A complete set of hardcopy and soft copy of training material shall be supplied as part of the training model with permission to reproduce and use same for further training of

Page 65: TENDER DOCUMENT (Ph V).pdf

65/337

BSNL personnel at the training centre. The bidder shall, as part of his technical bid, shall submit the details of all materials to be supplied for the training model. (training model specifications to be included in the DTR)

76 Technical audit of system Performance 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 guarantee.

77 AMC (a) The bidder shall quote the cost of AMC for a period of 3 years

from the date of completion of all the three phases of the project and on the expiry of the warranty as mentioned in clause 78. The bidders shall quote the AMC prices, which shall also include visit of the engineers as and when required, as a percentage of the quoted equipment cost of all the three phases put together other than the services,. The normal day-to-day operations and diagnosis to the extent possible will be done by purchaser.

(b) BSNL may exercise an option of entering in to AMC agreement directly with the sub-vendors of supplies of items viz. battery, power plants, Towers, UPS , voltage stabilizers, air conditioners, inverters, DG sets. To facilitate the same, if the option is so exercised by the BSNL, the successful bidder shall have to submit the contractual agreement entered with such sub-vendors along with the PBG at the time of acceptance of the APO. However the equipments supplied by the successful vendor including those mentioned above shall have to be covered under warranty for the period mentioned elsewhere in the document in respect of each of the phases. In the event of BSNL exercising this option, AMC payable shall be worked out based on the percentage of the remaining equipment or the AMC of total equipment cost minus the AMC payable to sub-vendor which ever is lower.

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

(d) During the warranty the bidder shall perform all the functions as enunciated under the AMC without any additional cost to BSNL. All the penalty clauses shall be applicable during the period of warranty also in case of failure on part of supplier.

(e) The bidder shall, at the time of submitting the bid submit the proposal specifying the fault control centre locations together with the resources to be deployed including the number of personnel and how the bidder proposes to carry out repair under AMC. He shall also indicate what spare will be kept in different locations. The infrastructure planned to be created by the bidder to fulfil his obligations under AMC and his action

Page 66: TENDER DOCUMENT (Ph V).pdf

66/337

plan to deal with the various situations arising out of hardware and software faults shall be clearly indicated.

78 Warranty: The warranty of the Stores/ Equipment supplied for each service area should be for a period as mentioned below from the date of commissioning of the complete network in that service area (Telecom. Circle) of the respective phases.

Phase Warranty Period

Phase V.1 Three Years

Phase V.2 Two Years

Phase V.3 One year

The consolidated AMC of all the three phases shall start after the completion of warranty of all three phases.

79 Bid Security/ Performance bank guarantee: The bidder shall have to pay Bid Security of Rs.165 crores and Performance bank guarantee @ 5% of the amount of the contract awarded to him. An additional Manufacturing Bank Guarantee for an amount equivalent to 5% of the contract value for the same period of validity as that of the PBG needs to be submitted as a part of the commitment of the bidder to manufacture indigenously and supply a minimum of 50% of Phase V.2 and V.3 supplies of core equipments from local manufacturing. Performance bank guarantee shall remain valid for a period of 6 months after the expiry of warranty of the last portion of the equipments commissioned under that project till Phase V.3; Thereafter MBG shall be released and PBG shall be equivalent to the three years AMC amount valid for a period of three and a half years from the date of start of AMC.

80 The successful bidder shall have to execute a Bond to indemnify the BSNL from all statutory/legal liabilities towards all the personnel either employed 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 as per the format shown in the Annexure-III. 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.

81 All foreign personnel likely to be deployed by the successful bidder for any activity pertaining to this project shall be security cleared by the Government of India prior to their deployment. The security clearance will be obtained from Ministry of Home Affairs, Government of India.

82 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.

Page 67: TENDER DOCUMENT (Ph V).pdf

67/337

83 DOCUMENTATION:

Successful bidder shall supply four set of documents on operation, maintenance and planning aspects of the system to each circle and four additional sets for Cellular planning, TEC, T&D Circle and Q.A.Circle. The bidder shall also provide a bound copy of coverage printout city wise on the digital map on A0 size to the mobile unit of the circle and also to the corporate office. A soft copy of the same also should be provided.

84 The bidder shall give clause-by-clause compliance of all the conditions indicated in the earlier paragraphs without which the bid shall not be considered.

85 This tender calls for planning, engineering, supply, Installation, testing & commissioning of the entire equipment based on GSM/ UMTS technology including handsets, B&CCS, Microwave systems, Battery, Power Plant and roof top towers, Ground based towers & antennas etc. in different circles of the zones. The Schedule of requirements is provided in Section-V of the bid document. All the equipment to be supplied shall conform to relevant latest TEC specifications including amendments upto date.

86 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:-

86.1 Whenever RA is to be provided, the bidder shall notify BSNL in writing the reasons necessitating requirement of RA.,

86.2 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.

86.3 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.

86.4 The successful bidder shall provide a central server for each of the license area as part of the bid with facility to record the transactions on-line and also to stream the transactions for monitoring by security agencies. All necessary hardware and software required to set up, on-line recording and monitoring shall be supplied by the successful bidder.

86.5 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.

86.6 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.

86.7 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.

Page 68: TENDER DOCUMENT (Ph V).pdf

68/337

87 It will be the responsibility of the vendor to obtain the necessary structural safety certificates from the agencies nominated by the local authorities which includes standard seismic, wind load considerations as mentioned in TEC GR. All the civil works required to be carried out by the bidder in conformity with guidelines in vogue in BSNL, as part of project and no separate charges will be paid for the same.

_________________________________________________

Page 69: TENDER DOCUMENT (Ph V).pdf

69/337

ANNEXURE-I DETAIL TECHNICAL REQUIREMENTS (DTR)

1 General

This document outlines the detailed technical requirements of various network elements MSC Sever/MGW/RNC/Node B/ BSC/ BTS/ HLR/ SGSN/ GGSN/ GMLC/ SMLC/ CBC/ SCP/ VoMS/ B&CCS/ MMSC etc.

1.1 All the network elements shall be configured with unlimited subscriber license and shall be restricted only by the total Erlang & BHCA. All the necessary hardware and the related software licenses including databases in all the network elements shall be dimensioned and equipped accordingly, except for those network elements for which higher capacity, if any, has been specified elsewhere in this document.

1.2 All server based applications shall have latest Servers equipped with processors having better than 1GHz processing speed. This capacity includes 25% headroom for future scalability.

1.3 The software version of equipment to be supplied shall be the latest and same for all configurations and for all the sites. The hardware version to be supplied shall be the same for all configurations and for all sites including the validation site.

1.4 The material list must include all the items needed for up-gradation of the existing network elements of the respective technology to the tender requirements. In case any item is found missing in the material list, the supplier will have to supply the same at no additional cost. The inter-working and inter-operability with all the existing network elements is the responsibility of the successful bidder.

1.5 The supplier must indicate details of all items with quantities, which are being replaced due to compatibility problems. Details about corresponding new items being provided to replace old items are also to be given. Such items are to be supplied at no additional cost. The supplier will have to give an undertaking at the time of placement of APO/PO in this regard.

1.5.1 Supplier must indicate the details of all items with quantities, which are becoming spare for above configurations due to dimensioning rules.

1.5.2 All such items rendered spare due to dimensioning rules are to be re-deployed in the new network elements, wherever feasible. Redeployment of such items has to be done by the supplier at no additional cost. Quantities of these items which are being utilised for new areas shall have to be correspondingly reduced from the material list of same item as required at the time of submission of site specific BOM to the concerned circles before placement of PO. The suppliers will have to give an undertaking at the time of placement of APO/PO in this regard.

1.5.3 Such rendered spare items which cannot be utilised in new areas, are to be used as spares and corresponding quantities are not to be provided in the spares list by the supplier at the time of submission of site specific BOM to the concerned circles before placement of PO. The suppliers will

Page 70: TENDER DOCUMENT (Ph V).pdf

70/337

have to give an undertaking at the time of Placement of APO/PO in this regard.

1.6 There shall be dedicated auto-tests in all the network elements and equipments required for installation, troubleshooting, optimization etc.

1.7 The Network Elements shall support generation of standardised charging records and tariffs based on parameters such as the dialled number, call duration, traffic (volume, bit rate) and Quality of Service provided to the user. The CDRs generated by the network elements should provide identification of BTS/Node B and BSC/RNC from where the calls are originated and terminated to facilitate differential charging without any limitations.

1.8 CDRs generated by the various network elements such as MSC Server, SMSC, MMSC, GGSN, SGSN, WAP and any other network elements, the services of which are to be charged, in respect of the pre-paid subscribers shall necessarily contain CAMEL FLAG. Identification of pre-paid CDRs shall be made solely on the basis of CAMEL FLAG in all those network elements that need such identification for processing. Network elements which do not have the facility of creation of CAMEL flag, should ensure provisioning of suitable alternate arrangement other than IMSI/MSISDN to identify prepaid subscribers, which shall be used for filtering in the mediation device.

1.9 In case of long duration calls, an automatic alert should be generated along with LOG and the duration of long calls should be configurable.

1.10 It shall be the responsibility of the successful bidder to integrate the supplied network elements with the existing/new billing system without any commercial implication to BSNL.

1.11 The Network elements to be provided under this tender shall have an availability of 99.999% for the core equipment and 99.99% for the radio equipment.

1.12 All network elements shall have the ability to upgrade software or hardware in the live system without any interruption or degradation of services.

1.13 It shall be possible to expand all network elements by adding hardware & software to a live system without any interruption or degradation of services.

1.14 It shall be the responsibility of the bidder to make the equipment supplied under this project inter-work with all other network elements supplied by other vendors and the existing equipment. Both post-paid and pre-paid subscribers shall have nationwide seamless working.

1.15 Signalling Links:

1.15.1 A traffic of 0.3 Erlang/signalling link shall be used for the dimensioning signalling links

1.15.2 System shall be expandable to accommodate terminations for at least 255 CCS# 7 signalling links coming from various signalling nodes in the network. It shall be possible to create at least 255 signalling link sets

Page 71: TENDER DOCUMENT (Ph V).pdf

71/337

including those used for internal purposes. System shall be capable of supporting analysis for at least 1023 DPCs.

1.16 A minimum of two O&M terminals for each functionality like B&CCS, UMS, GPRS/EDGE, IN, fraud management, decision support system etc are to be provided in each of the service area. However, the access privileges shall be configurable to limit the access for such terminals only to the data/services pertaining to the concerned licensed service area.

1.17 It shall be the responsibility of the successful bidder to supply DDF, ADF and HF cables for connection between different network elements to DDF/ ADF and to Transmission systems located in the same building. The cables supplied shall have standard colour coding for identification. All the cables used for carrying signals of 2Mb/s and above shall necessarily be screened.

1.18 All the network elements shall be expandable to the capacity as per the requirements of BSNL envisaged in this tender.

2 Core Network-Circuit Switched (CN-CS) 2.1 General

2.1.1 The Common Core shall be of split architecture comprising of MSC server, Media Gateways (Remote and Co-located), GMSC, HSS, VLR, EIR, AuC etc. The Core network to be supplied shall be as per 3GPP R6 specifications. The IMS-Phase1 functionality shall be provided by Q4-2006 and IMS-Phase2 shall be provided by Q2-2007. All the Core network elements shall be upgraded to provide HSUPA and full R6 functionality by Q4-2007 with out any additional commercial implications on BSNL.

1. IMS-Phase1 Q4-2006

2. IMS-Phase2 Q2-2007

3. HSUPA Q4-2007

2.1.2 The proposed Core Network shall provide all open standard interfaces and protocols of 3GPP, ITU-T, IETF, IEEE, OMA etc so as to result in smooth integration with existing network and realization of 3GPP R6 features and functionalities.

2.1.3 The final architecture of the Common Core system shall be in accordance with 3GPP TS 23.002 v 6.7.0 to be realized in stages as indicated in clause 2.1.1 above.

2.1.4 The protocol between MGW and MSC Server shall be based on H.248 v2 (MeGaCo) protocol suite. The MGW shall support Gateway Control Protocol (GCP) on Mc interface. MSC Server shall support Bearer Independent Call Control (BICC) protocol over Nc interface to facilitate features such as TrFo for support of CS traffic on PS network. The protocol on Mc, Nc & Nb interface must be open standard and IOT performed between manufacturers of MSC Server and MGWs to allow multi-vendor environment. The interface requirements for the Media Gateways

Page 72: TENDER DOCUMENT (Ph V).pdf

72/337

shall be as per 3GPP TS 29.232 v 6.3.0, 29.415 v 6.0.1 and 3GPP TS 29.414 v 6.0.0.

2.1.5 The MGW shall have TDM, ATM and IP bearer support. The system shall have switching capabilities for providing ATM VC/ATM VP / AAL2/ AAL5, IP, IP MPLS, STM and E1 etc as per TEC GR No. GR/ATM-01/03 Mar’2001, GR/DCS-05/03 Mar’2001, GR/ATM-03/01 May’2000.

2.1.6 The supplier shall ensure that IP MPLS feature is inbuilt for the connectivity of core network elements such as MSC–S, MGW, GMSC, GGSN, SGSN etc.

2.1.7 Core Network shall be provided with Tandem Free Operation and Transcoder Free operation functionality, as specified in 3GG PP TS 22.053, 3GPP 23.153 and 3GPP 28.062.

2.1.8 All the GMSC-Server and GMSC shall have the functionality of SMS-GMSC and SMS-IWMSC.

2.1.9 The network shall provide security mechanism as per 3GPP TS 33.102 v 5.5.0 or later and 33.120 V4.5.0 or later.

2.1.10 The MSC Server should have capability to generate CDRs in ASCII & ASN.1 formats and these CDRs shall be transferred to B&CCS over FTAM over X.25 or TCP/IP interface.

2.1.11 The network shall provide legal intercept facility as per clauses specified elsewhere in this DTR. In addition to this, the system shall provide online monitoring of target mobile calls/numbers(IMSI, IMEI, MSISDN) on a real time basis through call conferencing facility to any mobile/PSTN/CDMA telephone with CLI presentation. The system shall be capable of monitoring 500 mobile calls/numbers per MGW simultaneously on a PLMN basis through call conferencing facility at any time irrespective of service area of switch or MGW deployed in the network from different technologies. The system should also be capable to provide online as well as archive Call Related Information such as date, time, call duration, IMSI no., IMEI no., cell ID, calling & called no., etc. The system should be capable to monitor all the Value Added and data services available with BSNL & specified in the tender. The system shall be capable of converting raw data of value added services/data services as per ETS 201 671 format as per requirement of monitoring agencies. The proposed system together with the existing system should form an integrated monitoring system. The MSC/MSC Server will manage lawful intercept points set in the MGW via the Mc interface

2.1.12 The common core bearer transport technology shall be TDM, ATM, and Internet Protocol (IP) in a bearer independent fashion.

2.1.13 The Core Network shall support the transport of Signaling System No. 7 (SS7) signaling traffic (MAP, CAP, INAP and ISUP) over an IP/ATM/SDH/PDH as per 3GPP TS 29.202 v 6.0.0 or later. To conserve the use of signaling point codes, M2UA layer shall be implemented in all signaling gateways and their associated pairs where the termination of point code is not mandatory.

2.1.14 It shall be possible to carry any mix of GSM and WCDMA traffic limited only by the rated erlang capacity of Media Gateway.

Page 73: TENDER DOCUMENT (Ph V).pdf

73/337

2.1.15 Message Transfer functionality, including SCCP routing, SCCP Accounting, SCCP relay functionalities shall be built in within the MGW.

2.1.16 The MGW should support voice quality enhancement, which enhances speech quality by handling impairing factors from the Mobile Station (MS) side such as acoustic echo originating in the MS and ambient noise.

2.1.17 The BHCA for voice call shall be taken as 3 per subscriber.

2.1.18 The average holding time for CS data call shall be taken as 600 sec. and BHCA shall be 1 per subscriber for the of the total WCDMA subscribers.

2.1.19 GMSC shall be based on R5 split architecture. GMSC shall provide TDM, ATM and IP interfaces as specified in relevant GR. All the specifications of MSC server shall also be applicable to GMSC server.

2.1.20 It shall be possible to connect any combination of MGW, MSC Server and TAXs with the GMSC.

2.1.21 Core Network shall have Grooming and multiplexing for the transport network with auto switchover for path diversity.

2.1.22 The Transcoders shall provide, FR, EFR and AMR-HR, AMR-FR, AMR-WB speech codecs without any limitations with full backward compatibility. The AMR shall consist of at least 8 different speech codec modes with a minimum of 13 channel codec modes each at specified different bit rates for both TCH/FR and TCH/HR. Codec mode adaptation for AMR shall be based on received channel quality estimation in both MS and Node B/BTS, followed by a decision on the most appropriate speech and channel codec mode is to be applied at a given time. Based on the specified speech quality threshold, the system shall apply encoding at either half or full rate dynamically in a congestion environment. The exchange of messages between the MS and the Node B/BTS to learn/decide on applied or requested speech and channel codec modes shall be through an inband-signalling channel as defined for AMR.

2.1.23 CN-CS shall support single and multiple numbering schemes described in 3GG PP TS 22.101.

2.1.24 Core Network shall have the capability for Online Charging of pre-paid subscribers for all voice and data services.

2.1.25 An end-to-end call attempt i.e., MO-MT or MO-PSTN or PSTN-MT shall be treated as one BHCA.

2.1.26 Traffic of 0.7 Erlang/junction shall be used for the dimensioning of announcement devices.

2.1.27 Entire capacity of announcement devices and echo canceller shall be in pool for the total capacity of that node.

2.1.28 Enhanced multi-level priority and pre-emption (EMLPP) service shall be provided with seven priority levels to allow callers with urgent calls to pre-empt those with less urgent calls for GSM/ WCDMA.

2.1.29 The core network shall support CAP–I, II & III as per 3GPP TS 22.078, 23.078 and 29.078. The proposed Core Network shall provide all IN services on

Page 74: TENDER DOCUMENT (Ph V).pdf

74/337

CAP III as well as on CAP II. It shall be backward compatible to the existing VPN system. It shall be upgraded to CAP IV by Q4-2006.

2.1.30 The SSF functionality at MSC Server/MSC shall be dimensioned for 100% subscribers and shall support all triggers for providing CRBT and MRBT services through third party. It shall be the responsibility of the bidders to interact and coordinate with the third party to ensure successful integration and implementation of the services.

2.1.31 The Core Network shall provide continued operation in the case of complete failure at a single location by providing MSC-Ss & MGWs in pool functionalities with A-flex, Iu-flex interfaces. For load balancing & efficient utilization MSC-Server shall be able to select the MGWs for a given traffic condition. Even in the case of failure of one MGW, traffic should be routed to other MGW as per the defined policy.

2.1.32 The Core network shall have video telephony call features as per ITU-T – H.323.

2.1.33 The Core Network dimensioning shall take care of various resources such as processors, senders, receivers, memory, etc.; in case of additional requirement for implementation of 4 digits for carrier selection both for new switches and expansions.

2.1.34 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.

2.1.35 The Core Network shall provide for generation of simultaneous multiple CDR files on the basis of at least three criterions. The two identified criterion are IMSI and CAMEL flag. It shall be possible to poll these defined files separately and independently by the mediation devices.

2.1.36 The CDR generated in the Core Network elements shall necessarily contain CAMEL FLAG in respect of the pre-paid subscribers.

2.1.37 The Common Core shall have call conference facility, which enables end-users to set up and participate in dial-in conference calls with minimum of 20 parties without the aid of an operator, to support Voice chat groups in the network.

2.1.38 MSC server should support a mechanism to regulate the number of simultaneous paging requests per location area, in order to avoid congestion in the Radio Network. The feature supports different prioritization for paging requests for Calls, SMS and Location Services, to ensure that calls will still be handled in case of radio network overload.

2.1.39 The facility to link Multiple SIMs/IMSI to a single MSISDN shall be provided. Only one SIM will be active at any given time.

2.1.40 Support of SIP-T over Nc interface independent of the transport layer shall be provided to facilitate communication between ISUP and IP telephony.

2.1.41 Core Network & Radio Network should be upgraded to Support IPv6 by Q4-2007.

Page 75: TENDER DOCUMENT (Ph V).pdf

75/337

2.1.42 The inter-working between following protocols shall also be supported; a) BICC <-> SIP-T, b) BICC <-> ISUP, c) ISUP <-> SIP-T.

2.1.43 Optimal routing feature shall be provided for basic calls, early call forwarding & late call forwarding for both pre-paid & post-paid subscribers. The optimally routed pre-paid calls shall be charged online.

2.1.44 Gateway MSC server shall be supplied which may tandem the bearer through one or more MGW under its control either during call setup or during active call, in order to access bearer resources distributed over a number of specialized MGWs.

2.1.45 The modification of the access bearer as per the request of application, user or network shall be supported during a call establishment and during an active call. In case the MSC server needs to modify the access bearer, the existing bearer termination in the MGW shall be modified or a new access side bearer termination shall be created.

2.1.46 On call disconnection command, the system will disconnect all established calls associated with that subscriber at that time.

2.1.47 MSC Server shall be provided in pool. It shall be possible to connect each RNC or BSC to multiple MSC nodes of the pool as per 3GPP 23.236 v 6.0.0.

2.1.48 The network shall provide service trigger based handovers 2G<=>3G including handovers defined in TEC GR.

2.1.49 Network should support National & International Roaming Restriction and operator controlled barring.

2.1.50 The Network shall support Supercharger functionality as per 3GPP TS 23.116.

2.1.51 The network shall support MS purge. Redundant data should be removed from VLR by deleting the information of a detached MS.

2.1.52 MGW shall support for both CS & IMS domain traffic.

2.1.53 The VLR shall be the integral part of MSC server. The capacity of VLR shall be 1.5 times the capacity of MSC Server. There shall be no limit on the type of the subscribers w.r.t. 2G or 3G.

2.1.54 The bidder shall supply mated signalling Gateways geographically separated & electronically coupled for each of LSAs for building up a redundant signalling network to interconnect all the network elements which needs only signalling connections and also with other signalling Gateways of BSNL’s PLMN, PLMNs of private operators in own & other LSAs and as well as to the signalling Gateways of NLD & ILD.

2.1.55 The signalling gateways sought optionally vide clause 2.10 of GR No. GR-UCN/01/01 MAY, 2005 stands modified for mandatory supply of a mated pair standalone signalling gateway per LSA as specified above.

2.2 CN-CS Dimensioning

2.2.1 Designing Assumptions of MSC Server:

Traffic Profile Remarks GSM Sub 50% WCDMA Sub 50%

Page 76: TENDER DOCUMENT (Ph V).pdf

76/337

BHCA/Sub 3 Traffic/Sub in Erlang(voice) 0.05 Outgoing 50% Incoming 50% IN Calls(Prepaid) 100%

BHSM/Sub 0.5

1 Message=(MO+MT), The processor load in terms of BHCA to be indicated & accounted for in addition to 3 voice call BHCA per subscriber.

Signalling Link Loading 30% Mobile To Mobile 60% Mobile to PSTN 10% PSTN to Mobile 30%

Media Gateway on IP (Mc) 100% All MGW will be connected on IP from MSC server

Inter MSC Server Traffic (BICC) 50%

Signaling IP

Types of MSC Server Category Remarks

A B C 1. Subscriber Capacity

400 K 200 K 100 K Expansion

2. VLR capacity 600K 300K 150K 3. BHCA 1.2 Million 0.6 Million 0.3 Million 4. CCS 7 Links – 64 Kbps

(Minimum) 512 256 128 5. CCS 7 Links- 2 Mbps – to

STP/ Other nodes(High Speed Link) (N+1 Redundancy) 24 12 6

6. GTT Capacity per second 50000 25000 12500 7. PCM (E1s) 24 24 24 8. STM-1s (Optical interface) 6 6 6 9. Optical DVD R/W drive 2 2 2 10. TCPIP ports for CDR

polling to billing system 2 2 2 In Redundant Mode

11. Number of O&M terminals 2 2 2 12. Number of simultaneous

calls that can be handled

40000 25000 15000

No. of Sessions = CAPS X MHT + 20%

a. Minimum number of Remotely located MGWs to be supported 16 8 4

13.

b. Minimum number of co-located MGWs to be

16 8 4

Page 77: TENDER DOCUMENT (Ph V).pdf

77/337

supported.

14. Nc interfaces, BICC Min 6.0 Mbps

Min 3.0 Mbps

Min 2.0 Mbps

For 50% Inter MSC-S Traffic

15. Mc interfaces, H.248 Min 10.0 Mbps

Min 8.0 Mbps

Min 6.0 Mbps

To be carried on IP

18. Minimum number of RNC/BSC of any size to be supported

No Limitation

No Limitation

No Limitation

19. 100 Mbps IP Signaling Ports Optical( 1+1 Redundant) 5+5 3+3 2+2

For redundancy

20. ATM Signaling Port for HSL ( 1+1 Redundant) 2+2 2+2 2+2

For redundancy

21. 16+2 port IP site Router for MPLS VPN, (16 Ports of 10/100 Mbps (STM-1) & 2 ports of 1000 Mbps over optical STM) 2 2 2

2.2.2 The bidder shall dimension Mc & Nc interfaces with 30% loading at the rated BHCA of the MSC-Server. The bidder shall furnish the detailed calculations together with the formula and the message numbers & size assumed for different call scenarios. The bidder shall be fully responsible for dimensioning the number of interfaces & throughput on the interfaces. The interfaces shall be in redundant mode for resiliency.

2.3 Gateway Mobile Switching Centre (GMSC) in Split Architecture.

2.3.1 The desired configurations for GMSC/GMGW has been categorised as follows:

(i) CATEGORY –A: 1.2 M BHCA GMSC Server + 30,000 Erlang co-located/Remote GMGW

(ii) CATEGORY –B: 0.9M BHCA GMSC Server + 25,000 Erlang co-located/Remote GMGW

(iii) CATEGORY –C: 0.6M BHCA GMSC Server + 15,000 Erlang co-located/Remote GMGW

Sl. No.

Category- A

Category- B

Category-C Remarks

1. BHCA 1.2 Million 0.9 Million 0.6 Million

2. Erlang 30,000 25,000 15,000

3. E1 1500 1300 800

4. STM 1 25 20 15

5. STM-4 5 4 3

Page 78: TENDER DOCUMENT (Ph V).pdf

78/337

2.3.2 The GMSC shall be connected to all level-I TAX and GMSC existing in other circles. The GMGW to GMGW connectivity shall be on IP so as to ensure seamless connectivity of 3G subscriber of one circle to the 3G subscriber of other circle on IP.

2.3.3 The GMSC shall be connected to all the MGW with in the area on IP and with 2G MSCs on TDM for routing of intra and inter-circle calls. The connectivity shall be either on E1 or STM1 depending upon the traffic requirement.

2.3.4 BSNL shall provide only physical media in the form of E1 & STM1. All IP, ATM & TDM feature shall be internal to the system.

2.3.5 All other interfaces, signalling links & features shall be provided as specified for the MSC server & MGW.

2.4 Media Gateway (MGW)

2.4.1 The assumptions for dimensioning of MGW shall be the following:

Traffic Profile Values Remarks

BHCA/Sub 3

Traffic/Sub 0.05

IN Calls 100%

BHSM/Sub 0.5

GSM Sub 75%

WCDMA Sub 25%

Link Loading 30%

Mobile To Mobile 60% 50% Incoming and 50% Outgoing

Mobile to PSTN 10%

PSTN to Mobile 30%

Media Gateway on IP (Nb, Mc) 100%

2.4.2 MGW Dimensioning:

S.No Item Unit/ Entity

CAT-A CAT-B CAT-C CAT-D CAT-E (Expn) Remarks

1.

Traffic Capacity

Erlang 16000 12000 8000 4000 2000

User Traffic excluding

housekeeping and OAM traffic

(i) GSM No. 14000 10000 7000 3500 2000

(ii) UTRAN- Voice No. 4500 3500 2300 1200 600 2.

Simultaneous Call Contexts.

(iii) UTRAN-Video No. 180 150 100 50 25

Page 79: TENDER DOCUMENT (Ph V).pdf

79/337

E1 No. 660 495 330 165 83 3.

A Interface

STM-1 No. 2 2 2 2 1

4. Iu-CS Interface

STM-1 No. 4 3 3 2 2

E1 No. 640 480 320 160 80 5.

MGW – PSTN, USAL, CMSP STM-1 No. 10 8 6 3 2

E1 No. 64 64 48 32 20 6.

E Interface

STM-1 No. 2 1 1 1 1 MGW - MSC

Mbps 102 77 51 26 24

STM-1 4 4 3 3 2 7.

Nb Interface

GE 1 1 1 1 1

8. Mc Interface No. To be provided by the bidder as per actual calculations

A I/F No. 20000 15000 10000 5000 2500 9.

Transcoders

Iu-CS No. 5000 3750 2500 1250 625

Transcoders are to be in a single

pool.

10. Echo Cancellers No. 20000 15000 10000 5000 3000

LSL No. To be provided by the bidder as per actual calculations

11.

SS7 links to BSC, PSTN, GMSC etc

HSL No. To be provided by the bidder as per actual calculations

12. Number of Announcement Devices No. 600 400 300 200 100

No. To be provided by the bidder as per actual calculations

13.

SIGTRAN Ports

Mbps To be provided by the bidder as per actual calculations

14. IWF Devices No. 100 100 100 100 100

2.4.2.1 It should be possible to upgrade the capacity of any lower category of

the MGW to the ultimate capacity in stages through addition of HW and associated Software. All cabinets/racks supplied shall be fully wired its’ ultimate capacity and shall be equipped for the current capacity. Expansion of capacity in any cabinets/racks shall be by just insertion of cards only.

2.4.2.2 The integrated STP & SGW functionality shall be provided in each of the MGW.

2.4.2.3 The interfaces required in the MGW shall be engineered as per the site requirements at the time of implementation.

2.4.2.4 Only physical media connectivity shall be provided for interfacing with different network elements in the form of E1s & STM1s. All TDM, ATM & IP features should be internal to MGW. In case any external elements in the form of ATM aggregators, routers etc. required, the same shall be quoted as part of bid. Any network component not quoted, but required during implementation shall be supplied by the bidder at no additional cost.

2.5 Home Subscriber Server (HSS)

Page 80: TENDER DOCUMENT (Ph V).pdf

80/337

2.5.1 The system shall provide all the functionalities described in clause No.

4.1.1.1.3 of 3GPP 23.002 v6.9.0 standards. The Sh, Si, Cx and Wx interfaces may be implemented along with the implementation of IMS. However, there shall be no liability either financial or commercial on BSNL for such implementation.

2.5.2 Presently Each PLMN area is catered by HLR with geographically separated mated pair HLR for any contingent requirement. As part of HSS, the option is available with the vendor to either expand & upgrade and integrate the available HLR or to entirely replace it with a new HLR to meet the above requirements. In case the vendor prefers not to choose either of them and decided to induct additional HLR for the capacity being ordered the bidder shall implement to ensure that at PLMN level it is viewed as single logical HLR. Such single logical HLR should have mated pair for entire existing & new capacity.

2.5.3 Stand alone HLR together with Authentication Centre shall be provided as part of HSS. The system shall support 3G Security (Authentication, Access Control, Confidentiality, Integrity, Availability, Auditing) as specified in 3GPP 21.133.

2.5.4 The HLR shall have mated pair, geographically separated, electronically coupled and operating in working/working-hot standby (1+1) mode. The data in the standby HLR shall be updated in real time in synchronisation with the data in the working HLR. In case of failure of the working HLR, switching over to working-hot standby HLR shall be automatic and there shall be no need for manual intervention. The bidders shall indicate the various parameters, processes and hardware designed to be monitored for making the switchover decision to activate the working-hot standby HLR to take over all the functionalities.

2.5.5 The subscriber administration in both Working/Working-hot standby HLRs shall be done through a single point.

2.5.6 The HSS shall have built-in SIGTRAN interface to support SS7 over IP transport. It shall also have MTP stack for both LSL and HSL links.

2.5.7 The HSS to be provided in each of the licensed area, shall have a capacity of minimum 1 million subscribers expandable in steps of 1.0 million subscribers to at least 12 million lines as a single node on the same platform. The HSS supplied shall have standard interfaces and shall interwork with all the network elements supplied by different vendors. It shall be the responsibility of the successful bidder to ensure integration of the existing network elements with the new HSS including the migration/transfer of data from the existing HLR. It shall be possible to configure the HSS to serve more than one PLMN with appropriate data segmentation and access priviledges.

2.5.8 The bidder shall supply a separate node for Subscriber location functionality (SLF) as part of each HSS to support services like Mobile number portability (MNP) as per 3GPP23.002 v6.9.0. It shall handle the modification of routing information for both call and non-call related messages for all types of addressing.

Page 81: TENDER DOCUMENT (Ph V).pdf

81/337

2.5.9 HSS shall support flags for providing CRBT and MRBT services through third party. It shall be the responsibility of the bidders to interact and coordinate with the third party to ensure successful integration and implementation of the services.

2.5.10 The internal architecture of HSS shall have full redundancy (1+1) for all critical components to prevent single point of failure.

2.5.11 The system shall support at least 99.999% availability.

2.5.12 Dimensioning

The HLR as part of HSS shall be dimensioned for the subscribers mentioned below. The bidder shall indicate the number of the Hardware and Software components against the items mentioned below.

S.No Items Configuration-A&B&C

1. No. of Subscribers Minimum 1 million expandable in steps of one million up to a maximum capacity of 12 million.

LSL

HSL

2.

Signalling Links for C and D Interface

SIGTRAN

The provision of Signalling links shall be at the rate of one LSL link per 10000 subs with N+1 redundancy for each link set. Combination of LSL, HSL and SIGTRAN ports may be dimensioned equivalent to the capacity as calculated based on the above norms. Full details of calculation shall be provided. A minimum of LSL, HSL and SIGTRAN signalling links equivalent to at least 128 LSL with the redundancy as specified shall be provided.

3. Gc interface links To be dimensioned by the bidder subject to a minimum of one pair.

4.

Gr interface links

One LSL per 10000 subscribers. Combination of LSL, HSL and SIGTRAN ports may be dimensioned equivalent to the capacity as calculated based on the above norms. Full details of calculation shall be provided. A minimum of LSL, HSL and SIGTRAN signalling links equivalent to at least 32 LSL with the redundancy as specified shall be provided.

5. Interface links for GMLC[Lh]

To be dimensioned by the bidder subject to a minimum of 8 links.

6. Interfaces to MMSC [MM5], SMSC[, IN[gsmSCF], OTA, SIP AS

To be dimensioned by the bidder subject to a minimum of 8 links per interface.

Page 82: TENDER DOCUMENT (Ph V).pdf

82/337

& OSA SCS [Sh], CSCF[Cx], IM SSF[Si], 3GPP AAA Server [Wx], etc

7. Authentication support Multiple versions of multiple algorithms shall be supported (minimum 4 algorithms)

8. Encryption Shall support all the latest GSM and UMTS encryption algorithms.

9. No. Of call attempts per second

Capacity of the HLR in subscriners/900

2.6 Equipment Identity Register

The equipment Identity Register shall be dimensioned for 5million subscriber base, expandable in units of 5million. It shall be located at a central place as decided by BSNL and shall be accessed by all the existing MSCs and the MSCS being supplied under this tender. It shall comply to 3GPP TS 22.016v6.0.0 and shall have suitable interface and protocol(s) for connection to central EIR at Dublin.

3 Core Network- Packet Switched 3.1 General

3.1.1 The Core network-PS to be supplied shall be as per 3GPP TS 23.060 v 6.8.0 specifications. The IMS-1 functionality shall be provided by Q4-2006 and IMS-2 shall be provided by Q2-2007, with out any additional commercial implications for BSNL. The necessary interfaces required to interconnect IMS platform and other value added services elements asked in this tender shall be provided.

3.1.2 The Packet Core shall be a combined one for both GERAN and UTRAN.

3.1.3 SGSN/GGSN should simultaneously support GSM/GPRS/EDGE and WCDMA/HSDPA/HSUPA subscribers with BSS and RNC connected over Gb and IuPS interfaces respectively.

3.1.4 The entire resources of the PS Core shall be in a pool and shall be available for both GERAN and UTRAN customers without any limitations. The available capacity (attached subscribers as well as PDP Contexts) resources may be dynamically assigned to the customers regardless of radio network access type. Simultaneous use of Gb over IP and Gb over FR should be supported using the same hardware.

3.1.5 SGSN in pool shall be supported. Load-balancing mechanism shall distribute the subscribers attaching to the SGSN pool service area among the SGSN within the pool.

Page 83: TENDER DOCUMENT (Ph V).pdf

83/337

3.1.6 SGSN should be able to forward access-related information about the subscriber to the GGSN of the network to which the subscriber is currently attached to.

3.1.7 The GGSN and the SGSN will support GTP over Gn interface; will inter-work between GTP Versions 0 and 1 and will support fall-back and fall-forward between these versions.

3.1.8 The packet core network shall be designed for 100% UMTS subscribers and 50% of GSM subscribers to be attached. 25% of UMTS subscribers and 30% of the GSM attached subscribers shall be simultaneously active during busy hour. The system shall be able to handle 2 PDP contexts per active subscriber during busy hour. The system shall be dimensioned to handle PoC traffic from 10% of the total subscribers.

3.1.9 The offered system should support Conversational, Background, Interactive and Streaming QoS controls as per 3GPP TS 23.107 v 6.2.0. It should also support mapping between 3GPP/ETSI QoS and DiffServ EF PHB & DiffServ Code Point marking (DSCP).

3.1.10 The offered system shall support High Speed Downlink Packet Access HSDPA, Radius/Diameter Interim Accounting and Radius/Diameter initiated PDP Context deactivation, DHCP, IPSec over all interfaces, GRE, VLAN, secondary PDP Contexts, IPv4 and IPv6 in the user plane. The system shall support dual IPv4/ v6 stack routing and IPv6 tunnelling over IPv4 transport network. The GPRS Infrastructure supplied shall include all the necessary elements to make the GPRS network fully functional and commercially exploitable. This shall include Routers, Radius Servers, DNS servers, DHCP, LAN Switches, firewalls, IDS etc. The packet core shall not have any single point of failure including the support infrastructure. The packet core should have overload protection and should refuse attach request and PDP creation message above a defined threshold.

3.1.11 GGSN shall be able to forward information to multiple Radius/Diameter servers.

3.1.12 GGSN should be able to receive information about radio access technology (RAT) used, roaming location (MNC and MCC of used SGSN) and terminal (IMEI-SV) from SGSN and then forward Radius accounting messages, over SRAP interface towards Rate Servers.

3.1.13 The system shall support the deactivation of PDP Contexts that have been idle for more than a configurable time. The timer shall be configurable as per APN, charging characteristics, roaming status, or based on a timer value received from a Radius server. SGSN shall support deletion of PDP context of a detached MS.

3.1.14 The GGSN shall have IETF Diameter RFC 3588 protocol. It shall provide all available services to both pre-paid and post-paid subscriber and shall be able to extend Diameter based interface for on-line and real time charging for both home and roaming subscribers.

3.1.15 It shall be possible for the GGSN to inspect and classify the IP traffic based on the application running on the IP interface. GGSN shall charge subscriber based on the applications and not just the volume of data traffic on any APN.

Page 84: TENDER DOCUMENT (Ph V).pdf

84/337

3.1.16 The Information of traffic type and QoS shall be available in the CDRs.

3.1.17 The bidder shall upgrade the existing SGSN/GGSN to support seamless roaming of UMTS subscribers.

3.1.18 The packet core shall be on open standard CAP-IV protocol for pre-paid charging.

3.1.19 SGSN/GGSN shall support softer 2G�3G handovers based on service request. Support of 3G�2G handovers based on service request (e-mail, WAP browsing and other services envisaged in this tender) shall be implemented.

3.1.20 The packet core shall support ATM classes (cbr, rt-vbr, nrt-vbr etc.) on Gn and Gp.

3.1.21 The packet core shall support setting up of a second session on an existing PDP context.

3.1.22 The packet core shall allow more than one PDP context to be set up from same terminal to different APNs.

3.1.23 The packet core shall be able to modify PDP context parameter at the request of the terminal.

3.1.24 The SGSN shall support use of multiple SIMs locked to a single MSISDN with one SIM active at a time.

3.1.25 The packet core should allow IP multicast as per 3GPP TS 25.324 v 6.2.0.

3.1.26 In the UTRAN network, the SGSN will act as a tunnel for the GTP-U (user-plane)

3.1.27 In the GERAN network, the SGSN will originate the GTP-U tunnel.

3.1.28 The SGSN/GGSN supplied in Phase V.1 should be expandable to the ultimate capacity required till Phase-V.2.

3.1.29 The SS7 interfaces: Gd, Gr, Ge, Gf, Gi, Ga (G-CDR) and Gs should be supported. Gp interface for roaming over GRX should be supported. IuFlex interface for connecting RNC to a no of SGSN should be supported. Lg interface for location based services should be supported.

3.1.30 It should support traffic distribution between GGSNs serving SGSN cluster.

3.1.31 GGSN should support GTP access aggregation on Gn & Gp interface. 3.1.32 The transport of the above interfaces over the IP network shall be

supported by utilizing IETF’s suite of SIGTRAN protocols. ISUP, MAP, CAP, over IPv4 bearer based on SCTP and M3UA shall be supported.

3.1.33 The system should support roaming restriction (national and international) as well as operator determined barring as per 3GPP TS 22.041.

3.1.34 The packet core system shall comply with all the requirements of lawful interception as defined in the GR and elsewhere in this tender document. The packet core shall be integrated with lawful intercept system supplied as part of the tender requirements for online monitoring of content and session related information (IRI) of targeted subscriber in real time.

Page 85: TENDER DOCUMENT (Ph V).pdf

85/337

3.1.35 On call disconnection command, the system will disconnect all established calls associated with that subscriber at that time. It shall be possible to search for all active PDP context associated with a subscriber at any time and deactivate it.

3.1.36 Dimensioning 3.1.36.1 PS Subscriber profile

Sl. No

. Item Unit CAT-A CAT-B

CAT-C [expn]

Remark

1 Total Subscribers Million 1 0.5 0.1 subscribers No. 750,000 375,000 75,000 Attached Subs. No. 375,000 187,500 37,500 Active Subs. No. 112500 56250 11250 PDP Context No. 225000 112500 22500

2 GERAN

User throughput Mbps 37.5 18.75 3.75

Excluding all overheads

subscribers No. 250,000 125,000 25,000 Attached No. 250,000 125,000 25,000 Active No. 62500 31250 6250 No. of PDP No. 125000 62500 12500

3 UTRAN

User throughput DL only

Mbps 30 15 3

Excluding all overheads

3.1.36.2 Physical interface requirements-SGSN

Sl. No

Interface CAT-A CAT-B CAT-C Remarks

1. IuPS Interface ATM-STM-1 20 10 2

2. Gb interface links-E1 150 75 15

4. Gn interface links Giga Ethernet or STM-16

2 2 2 Optical interface

5. Gp interface 2 2 2 STM-1

6. Ga links interface 2 2 2

7. SS7 links for Gr, Gd, Ge, Lg and Gs interface

512 256 64 Equivalent SIGTRAN ports need to be provided

8. Optical Drive 2 2 2

9. FTAM on TCP/IP 2 2 2

10. Interface to IMS To be dimensioned by

bidder

3.1.36.3 Specification of each Gateway GPRS Support Node (GGSN)

Page 86: TENDER DOCUMENT (Ph V).pdf

86/337

Sl. No.

Items Quantity required

1. Gi interface links on Giga Ethernet 2 2. Gn interface links on Giga Ethernet(STM-

16) 7

3. Gc,Lg interface links 16 4. OMC-Peripherals 2 5. Gp interface links-STM-1 6 6. NTP server (2 million account) 2 7. RADIUS server 2 8. DHCP Server (1.0 million IP) 2 9. DNS Server (150 Transactions/sec) 2 10. Access points 1000 APNs 11. FTAM over TCP/IP 2 12. Ga interface link 2 13. Interface to IMS 14. AAA Server 15. Diameter Server

To be dimensioned by the bidder

3.2 GPRX Roaming Exchange (GRX)

The GRX shall be one standalone system centrally located as decided by BSNL. GRX supplied shall be in accordance with the GPRS Roaming guidelines (3.0) issued by GSM Association as IR 33 on 15th October 2004. It shall be dimensioned to handle the traffic of 10% of the total GPRS (2G & 3G) existing and new subscriber roaming in national and international PLMNs. The bidder shall provide all necessary hardware, software and networking components to fully integrate the proposed GRX with the existing and new packet core network and billing system etc of BSNL. Necessary inter operator billing/charging reports also shall be generated.

4 RADIO ACCESS NETWORK

4.1 GENERAL

4.1.1 The tender seeks supply of both GERAN and UTRAN.

4.1.2 The Radio Access Networks shall be as per TEC GR No. GR Nos. GR/UTR-01/01 JUN 2005, GR/BSS-01/01 OCT 2004, GR/GPR-01/01. MAR 2002, GR/GPR-01/02. and in compliance with the provisions contained in the following documents or their latest version which, through reference in this DTR, shall constitute requirements of this tender:

(i) GSM 03.64: "Digital cellular telecommunications system (Phase 2+); General Packet Radio Service (GPRS); Overall description of the GPRS radio interface; Stage 2".

(ii) 3GPP TS 25.401v6.5.0: "UTRAN Overall Description".

(iii) 3GPP TS 23.236v6.0.0: "Intra Domain Connection of RAN Nodes to Multiple CN Nodes".

(iv) 3GPP TS 43.051v6.0.0: "Radio Access Network; Overall description – Stage 2".

Page 87: TENDER DOCUMENT (Ph V).pdf

87/337

4.1.3 The versions of the 3GPP specification referred to in TEC GR No. GR/UTR-01/01 JUN 2005 shall be of the latest version available on the date of release of the NIT. The GERAN shall support all features specified up to and including 3GPP Release 6. The UTRAN shall be compliant to and shall provide all the features specified up to and including 3GPP Release 6. The UTRAN features to be implemented against this tender shall be in three sub-phases, to be complied as per the time lines specified in Section-IV [SCC] as detailed below:

(i) Phase-V.1: 3GPP R5 compliant UTRAN with full HSDPA functionality. The GERAN shall be 3GPP R5 compliant. The access transmission shall be a mix of ATM and TDM technologies.

(ii) Phase-V.2: Upgradation to full 3GPP R5 compliance including IP transport of the entire UTRAN in the same HW sought under this tender.

(iii) Phase-V.3: Upgradation to full 3GPP R6 with HSUPA and TDD functionalities. All the UTRAN network elements shall be fully R6 compliant with HSUPA and TDD mode functionalities in the same HW at the end of this phase.

4.1.4 All the interfaces and protocols to be supplied for the UTRAN [Iub, IuCS, IuPS, IuFLEX, Iur etc] and GERAN [A, Gb etc] shall be open and conform to latest 3GPP standards. No proprietary interfaces shall be allowed in the RAN except in Abis and in Ater of GERAN.

4.1.5 The Operation, Maintenance and Administration of the entire RAN shall be integrated and shall be through console/remote GUI. The OMC-R shall be common for both GERAN and UTRAN and also for the Circuit connection and Packet data functionalities of the RAN.

4.1.6 The controllers and vital common control modules shall be duplicated and shall work in a hot standby mode. It shall be possible to remove one of the units for maintenance without any performance impact. Replacements for faulty one shall regenerate their data automatically and would become data synchronized to resume hot standby operation.

4.1.7 No separate media would be made available for the terminals of the OMC-R to be located in the remote RNC/BSC. Suitable interfaces at RNC to extract adequate bandwidth for the operation of the remote OMC-R terminal shall be provided. Aggregation of the OMC-R terminals at the OMC-R end shall be done through nailed-up connections at the MGW/MSC. Not more than 3 OMC-R terminals may be aggregated to a single E1.

4.1.8 All the software downloads [both system and office data] of the RNC, BSC, Node-B, BTS and PCU shall be done only from the OMC-R. Any software patch to be applied shall be first incorporated in the OMC-R and then downloaded to the RAN network elements. The OMC-R shall perform periodic check on the software level of each NE and generate exception report, if any NE is not patch/SW level current.

4.1.9 It shall be possible to upload the current configuration of the BTS, Node-B, BSC, RNC and PCU etc to the OMC-R using MML commands.

Page 88: TENDER DOCUMENT (Ph V).pdf

88/337

4.1.10 The interval for collection of statistical information relating to events in the network shall be available down to the granularity of 15 minutes.

4.2 UTRAN REQUIREMENTS

4.2.1 The RNC and Node-B shall be Hardware ready for 3GPP R6 functionalities including TDD mode. The software upgrades to achieve the different functionalities shall be as per the timelines indicated elsewhere in Section-IV of the tender document.

4.2.2 The tender seeks planning, design, installation, optimization, acceptance testing and commissioning of the UTRAN network. The list of cities, their respective capacity and coverage requirements are enclosed as Annexure-X. It is the responsibility of the successful bidder to guarantee the specified coverage, capacity and quality of service through his design of the network. The SoR specifies a minimum number of Node-Bs and RNCs to be supplied. However, the bidders would design the network as per the tender based on the characteristics and capabilities of the equipments being offered and quote the appropriate quantity subject to the minimum specified. The bidder shall indicate the planning tool used for generation of the simulation plot with the guarantees sought for coverage, capacity and QoS with the number Node-B quoted by the bidder in his bid. While for placement of order for Phase-V.1 for the cities listed would be based on the design of the bidder and his estimation of the number of Node-Bs for each city, in case of Phase-V.2 and Phase-V.3 UTRAN design, the same planning tool with the same set of assumptions used in Phase-V.1 would be used for determination of number of Node-Bs and for generation of simulation plots to arrive at the coverage, capacity and QoS to be guaranteed by the supplier. The cities/towns for Phase-V.2 and Phase-V.3 would be identified before placement of the PO for the respective phases and the bidder shall submit the UTRAN design with number of Node-Bs and simulation plots using the same set of assumptions. The identification of clutter types shall be done by BSNL for each of the cities and the vendor shall use the same set of assumptions used by him for similar clutter in Phase-V.1 for determination of the number of Node-Bs and for generation the simulation plots for such cities/towns. The Coverage. Capacity and QoS shall, then, be guaranteed by the supplier on the basis of such design.

4.2.3 The bidders as part their Techno-Commercial proposal shall submit a ‘Solution and Capability Document’ detailing the planning and design of the network in comprehensive and understandable manner together with all assumptions and parameters used in the design for arriving at the specified capacity, coverage and QoS. They shall also specify all vendor specific features and capabilities that are used in the design of the UTRAN.

4.2.4 The bidder shall submit the following digital prediction plots for each of the cities:

(i) Coverage plot indicating the Received Signal Code Power [RSCP] in intervals of 6db commencing from -75dbm.

(ii) Pilot Best Server

(iii) Eb/No plot.

Page 89: TENDER DOCUMENT (Ph V).pdf

89/337

(iv) Ec/Io plot.

(v) Handover status

(vi) Throughput plot

4.2.5 These plots would be used as the basis for Acceptance Testing of the network. The successful bidder, at his own cost, shall demonstrate that the quantity of equipment installed shall fully meet the capacity, coverage and QoS requirements specified in the tender. Requirement of additional Node-B and RNCs to meet the specified capacity, coverage and QoS shall be supplied without any financial and commercial implications on BSNL.

4.2.6 The UTRAN design shall allow a single UE (User Equipment) to handle more than one radio access bearer service simultaneously. It shall be possible for one UE to have minimum three number of simultaneous radio access bearer services, ie either 2 circuit switched + 1 packet switched or 2 packet switched + 1 circuit switched with independent traffic and performance characteristics.

4.2.7 The UTRAN shall have call queuing and preemption feature.

4.2.8 Entire capacity of the Transcoder node shall be available to any of the RNC and BSC connected to that node.

4.2.9 Propagation Models: For designing of UTRAN, COST 123 Hata propagation model shall be used.

4.2.10 It shall be possible to accommodate any ratio of voice/data users and HSDPA respectively within the threshold of noise level and total throughput dimensioned for the Node-B. However for bandwidth calculations, 10% of the WCDMA Subscribers will be assumed as HSDPA.

4.2.11 The Node-B baseband design shall cater to a minimum traffic demand of 36 simultaneous voice users per sector per carrier at 12.2 kbps AMR. Any hardware and software to support the user data, user related signalling, common channel signalling, and Softer Handover margin must be included in for each Node-B dimensioning. While designing for 36 simultaneous users, soft handover margin shall not be accommodated within the minimum Node-B requirement. The soft handover margin is added as part of the traffic modelling activity, which determines whether the minimum Node-B capacity is exceeded and additional base band capacity must be added. All assumptions and methodologies for calculating simultaneous users must be provided at the time of bidding as part of the techno-commercial bid.

4.2.12 The proposed UTRAN Network shall support Channel Rate Switching which handles the switching of UEs between dedicated channels with different bit rates (e.g. 384 Kbps, 128 Kbps and 64 kbps). The up-switching to higher throughput e.g. 64Kbps to 128 Kbps to 384 Kbps shall be triggered if the throughput on the downlink is high and if the code power used is below a settable threshold. The down-switching, e.g. 384 Kbps to128 Kbps to 64 Kbps, shall be triggered based on the coverage, i.e. when all the cells in the active set use a downlink code power above a settable threshold value.

Page 90: TENDER DOCUMENT (Ph V).pdf

90/337

4.2.13 Node-Bs to be supplied (macro and micro) shall be provided with HSDPA using 16 QAM modulation technique with peak data rates up to 14 Mbps in each of the sectors and on all carriers of the Node-B simultaneously.

4.2.14 The Base Band capacity shall be a common resource for all carriers within Node-B.

4.2.15 The power amplifiers shall be able to handle both QPSK and 16QAM modulation of HSDPA without any impact on the nominal output power used for network planning.

4.2.16 All Node-B shall be HW ready for Wideband-AMR.

4.2.17 The Outdoor Node-B shall provide nominal -48V DC for operation of transmission equipments like Digital Microwave and Optical Fibre Systems etc.

4.2.18 Outdoor Node-B shall be IP55 compliant.

4.2.19 The Outdoor Node-B shall be suitable for operation without air-conditioning and without shelter.Outdoor BTS & power supply cabinets shall be installed in a grilled enclosure. The roof of grilled enclosure shall be of translucent fiber sheet with sufficient strength to withstand the wind speed of 180 Kmph. The grilled enclosure shall have a gate & locking arrangement.

4.2.20 Power supply for Tower Mounted Amplifier (TMA), if used, shall be provided from the Node-B, for both outdoor and indoor, without the use of any extra cables.

4.2.21 The TMA shall have an integrated O&M Node with the Node-B and the network management system for UTRAN RAN. No external equipment shall be required to manage and control the Tower Mounted Amplifier.

4.2.22 Battery shall be in duplicate banks with 8 hours backup for Node-B and RNC.

4.2.23 The system shall support handover initiated by the network based on RF criteria as measured by the MS or the Network (signal level, Connection quality, power level, propagation delay) as well as traffic criteria (e.g. current traffic loading per cell, interference levels, maintenance requests, etc.)

4.2.24 The Node-B and RNC shall have integrated ATM hub functionality. All the components, required to build the UTRAN ATM transport, shall be integrated in the UTRAN nodes (Base stations and Radio Network Controller).

4.2.25 The Node-B shall have both E1 and STM interface for backhaul with facility to groom E1 and STM-1 using inbuilt drop and insert or digital cross connect (DXC) facility with easily manageable Man-Machine Interface.

4.2.26 The UTRAN transport shall facilitate any of the UTRAN network topologies like cascading, star or ring configurations or combinations thereof without the need for any external transport equipment.

4.2.27 The RAN Traffic Concentrator (ATM/IP) shall be implemented with telecom grade reliability within the UTRAN nodes and for connections with Circuit and Packet Core network elements.

Page 91: TENDER DOCUMENT (Ph V).pdf

91/337

4.2.28 Quality of service (QoS) implementation and support for network synchronization of Node-B and RNC shall be provided in the RAN Traffic Concentrator.

4.2.29 The RAN Traffic Concentrator shall support functionality for carrying TDM connections over ATM networks through Circuit Emulation Service (CES). It shall allow carrying legacy GSM & WCDMA traffic over the same network.

4.3 RADIO NETWORK CONTROLLER (RNC)

4.3.1 Not more than 3 cities shall be connected to a single RNC.

4.3.2 The RNC shall have standard interface and protocol for integration with standalone SMLC.

4.3.3 The RNC shall have inter RNC mobility functions and use techniques like SRNS relocation for the efficient use of the transmission bandwidth.

4.3.4 The RNC shall support open and standard Iub and Iur interface to facilitate multi-vendor Node-B to RNC and RNC to RNC connectivity.

4.3.5 The RNC shall have both E1 and STM-1 & 4 interfaces for connecting on Iub, IuCS, IuPS and Iur interfaces.

4.3.6 The RNC shall have separate Iu-CS and Iu-PS interfaces for connection to MGW and 3G SGSN.

4.3.7 The system shall have all types of rate allocation algorithm for all RABs and with different parameters including timers and thresholds.

4.3.8 The system offered shall have transport channel-type switching (CTS) between dedicated and common channels. CTS involves shifting of users who did not transfer data for a given period of time from dedicated to common transport channels, and vice versa for active users for efficient use of resources on the air interface.

4.3.9 The system shall have various data rate management algorithm for PS interactive / background RABs, which manages the usage of the physical resources over the air interface when PS data rate changes during the call in case of single-RAB and multi-RAB services.

4.3.10 The system shall provide Radio Access Bearer and Radio Bearers as defined in 3GPP specifications TS 25.993 v6.9.0 for the different traffic classes and QoS mentioned therein.

4.3.11 The system shall support URA update, AMR Rate Control and Asymmetric AMR Mode Adaptation.

4.3.12 AMR support shall work independently in the uplink and downlink where each channel can use any of the supported AMR rates.

4.3.13 The system shall support Iub, IuCS and IuPS over satellite.

4.3.14 The UTRAN shall have multiple downlink scrambling codes in one cell.

4.3.15 In case of soft handover to a restricted PS data rate cell, the system shall adapt the PS data rate either before or after the handover, which shall be configurable.

Page 92: TENDER DOCUMENT (Ph V).pdf

92/337

4.3.16 The system offered shall support hierarchical cell structure for macro-macro and macro-micro scenarios.

4.3.17 The system shall provide various combinations of QoS parameters that are independently settable, for the different traffic classes such as conversational, streaming, interactive and background. The Supplier shall describe how these parameters are used in the radio resource management process.

4.3.18 The system offered shall have SMS cell broadcast function and shall integrate with 3rd party Cell Broadcast implementations.

4.3.19 The system shall have the integrated solution for fractional ATM without any external equipment.

4.3.20 The system shall have the integrated solution for inverse multiplexing for ATM (IMA) without any external equipment.

4.3.21 The system shall have the integrated solution for circuit emulation service without any external equipment at the Node-B.

4.3.22 Evolution - New Features and Services: -- The bidder shall provide the following features as defined in 3GPP specifications or give the road map for providing these features within the timeframes mentioned elsewhere in the tender without additional costs. The implications on the dimensioning requirements of UTRAN elements for supporting all these features and services shall be clearly brought out as part of the techno-commercial bid.

(i) The system shall be equipped with HSUPA through software upgrades only without any commercial implication.

(ii) The system shall support various services to be launched under the platform of HSDPA & HSUPA.

(iii) The system shall support HSDPA/HSUPA in all the sectors and carriers.

(iv) RNC and Node-B shall be upgraded to support HSUPA with software upgrades only and without any change in hardware.

(v) Common Radio Resource Management UMTS – GSM (CRRM)

(vi) MBMS (Multi media Broadcast & Multicast services).

(vii) 4-RX Diversity

(viii) Multi-User Detection (MUD)

(ix) All IP architecture

(x) IP transport

4.3.23 The RNC shall be dimensioned according to the following guidelines

S.No Parameter Value

1 Voice Usage Per Sub 50 mE

2 Soft Handover traffic 30%

Page 93: TENDER DOCUMENT (Ph V).pdf

93/337

3 Signalling Overhead 10%

4 ATM overhead 40%

5 E1 capacity utilization 70%

6 STM1 capacity utilization 80%

7 IuR Traffic 5%

8 BHCA per sub 3

9 Data per sub (DL at BH) (R99 / R4) 300 bits/s

10 Voice AMR per subscriber 12.2 Kbps

11 Data per sub (DL at BH) (R5 HSDPA)

600 bits / s

12 Cell Loading 50%

13 CS Data per subscriber 0.0025 Erlang

4.3.24 The RNCs shall be equipped for its ultimate capacity in respect of complete hardware and software supplied against the three phases. However the bidder shall design the RNC such that each RNC is loaded to a maximum of 40% of its capacity in Phase V.1. The balance capacity shall be utilized in subsequent phases. The number of RNCs proposed by the bidder in Phase V.1 willl be considered for evaluation for phase V.2 & Phase V.3.

4.4 NODE-B

4.4.1 The system shall operate in the frequency band assigned by Government of India for the IMT-2000/UMTS systems and as indicated in the GR No.GR/UTR-01/01 JUNE 2005. No external components like filters etc to conform the equipment to operate in the specified band shall be permitted. The radio equipment shall be fully contained inside the cabinet and the antenna port shall be available directly from the equipment inside.

4.4.2 The Iub interface shall be open and shall use standard protocols to facilitate multi-vendor Node-B to RNC connectivity.

4.4.3 The Node-B shall be 3 Sector configurations, with one carrier per sector upgradeable to 2 carriers per sector with out any impact on the guaranteed power output used for network planning. Node-B shall also support 6 Sectors, with one carrier per sector and upgradeable to 2 carriers per sector. Both outdoor and indoor macro Node-Bs shall meet the above requirements.

4.4.4 It shall be possible to configure any of the Node-B to operate in a 2-sector mode to provide coverage along highways and railways.

Page 94: TENDER DOCUMENT (Ph V).pdf

94/337

4.4.5 The micro Node-B shall be equipped for single carrier with 1/1 configuration.

4.4.6 The micro Node-B shall be equipped with HSDPA. It shall be possible to field configure micro Node-B to support HSDPA and non-HSDPA traffic in the same/different carriers

4.4.7 The Node-B shall be equipped with HSDPA as per TR 25.308, TR 25.858, TR 25.877. It shall be possible to configure HSDPA in the same carrier as voice and data traffic or in a separate carrier as per the requirement of BSNL.

4.4.8 The Node-B shall support all the source rates listed in clause-5, table.1 of 3GPP TS 26.071 v6.0.0 and clause-5, table.1 of 3GPP TS 26.171 v6.0.0.

4.4.9 Macro Node-B shall support Main and Remote RF Head configuration to provide coverage to remote locations with the following requirements:

(i) It shall be possible to extend all the three/six sectors of the Node-B over a single pair of dark fibre to a remote location at a distance of up to 40 Kms and radiate the Node-B through appropriate Remote RF head (RRH) to be mounted on the tower/pole. The remote RF Head shall be powered form commercial 230V power supply. Battery in split banks shall be provided for 8 hours backup.

(ii) It shall also be possible to extend each of the sectors on independent pairs of dark fibre to three/six RRHs mounted on tower/pole in three/six different locations.

(iii) The RRH shall deliver at least 10W (+40 dbm) power measured at the input port of the antenna.

(iv) The RRH and all the associated equipments and components at the remote location shall be IP55 protected.

(v) RRH shall support remote electrical tilt of the antenna.

(vi) It shall be possible to field configure RRH to support HSDPA and non-HSDPA traffic in the same/different carriers.

(vii) Main unit to have built-in ATM switch with AAL2 switching capabilities.

4.4.10 The channel element resources shall be pooled across sectors, carriers, uplink, and downlink, but allocated independently.

4.5 Service Aspects:

4.5.1 The system shall provide the following guaranteed services with the RAB and other details mentioned against each:

Data Throughput in

Kbps

Radio Resource AF

Tuning

Spread Factor Service Radio Access Bearer Domain Traffic

Class DL UL UL DL DL UL

Voice C_CO_UL12.2_DL12.2 CS C 12.2 12.2 1 1 128 64 Video Phone C_CO_UL64_DL64 CS C 64 64 1 1 32 16 Web Browsing P_IB_UL64_DL64 PS IB 64 64 1 1 32 16 Audio Streaming P_IB_UL64_DL128 PS IB 128 64 1 1 16 16 Video Streaming P_IB_UL64_DL384 PS IB 384 64 1 1 8 16

Page 95: TENDER DOCUMENT (Ph V).pdf

95/337

HSDPA Service P_IB_UL64_HSDPA PS IB 14.4

MBps 384 1 1 256 16 4.5.2 The call model for the different types of environments for each of the

services are given below:

Table 4.5.1 – Call Model for Dense Urban & Urban environments

Activity Factor bps/sub/BH Application Radio Access Bearer

DL UL

Session Duration

in Sec

Sessions/user/BH

mE/ sub DL UL

Speech C_CO_UL12.2_DL12.2 50% 50% 60 3.000 50.00 305 305 Video C_CO_UL64_DL64 100% 100% 600 0.012 2.00 128 128 Basic Browsing P_IB_UL64_DL64 48% 5% 60 0.050 0.83 26 3 Audio Streaming P_IB_UL64_DL128 88% 4% 180 0.010 0.50 56 1 Video Streaming P_IB_UL64_DL384 87% 9% 240 0.002 0.13 45 1

HSDPA P_IB_UL64_DL3600 50% 10% 60 0.001 0.02 30 0

Table 4.5.2 – Call Model for Suburban environment

Activity Factor Bps/sub/BH Application Radio Access Bearer

DL UL

Session Duration

in Sec

Sessions/ user/BH mE/sub

DL UL

Speech C_CO_UL12.2_DL12.2 50% 50% 60 3.000 50.00 305 305 Video C_CO_UL64_DL64 100% 100% 600 0.010 1.67 107 107 Basic Browsing P_IB_UL64_DL64 48% 5% 60 0.030 0.50 15 2 Audio Streaming P_IB_UL64_DL128 88% 4% 180 0.005 0.25 28 1 Video Streaming P_IB_UL64_DL384 87% 9% 240 0.001 0.07 22 0

HSDPA P_IB_UL64_DL3600 20% 10% 60 0.001 0.02 12 0

Table 4.5.3 – Call Model for Rural environment

Activity Factor bps/sub/BH Application Radio Access Bearer

DL UL

Session Duration

in Sec

Sessions/user/BH mE/sub

DL UL

Speech C_CO_UL12.2_DL12.2 50% 50% 60 3.000 50.00 305 305 Video C_CO_UL64_DL64 100% 100% 600 0.006 1.00 64 64 Basic Browsing P_IB_UL64_DL64 48% 5% 60 0.010 0.17 5 1 Audio Streaming P_IB_UL64_DL128 88% 4% 180 0.003 0.15 17 0 Video Streaming P_IB_UL64_DL384 87% 9% 180 0.001 0.05 17 0

HSDPA P_IB_UL64_DL3600 20% 10% 0 0.000 0.00 0 0

4.6 Network:

4.6.1 The UTRAN shall be design based. The bidder shall design the UTRA network on the basis of the Capacity, Coverage and QoS requirements specified in this tender subject to the minimum number of Node-B as specified in the SoR. The bidder shall design the network and estimate the actual number of Node-Bs and RNCs required to meet the capacity, Coverage and QoS requirements and quote accordingly in their bid. In case the quantities specified in the bid are inadequate to provide the

Page 96: TENDER DOCUMENT (Ph V).pdf

96/337

required capacity, Coverage and QoS, then the bidder shall make good the shortfall of all necessary equipments without any additional financial and commercial liability for BSNL.

4.6.2 The following parameters shall be used for designing UTRAN:

Sl.No Parameter Value Unit Remarks Dense Urban(DU) 25 dB

Urban(U) 20 dB Suburban(SU) 15 dB

1. Penetration Loss

Rural(R) 10 dB UE (Handheld) 21 dBm 2. Transmit Power

Macrocell 43 dBm (Minimum guaranteed at antenna port)

Mobile 0 dB DU &

U 2.5 dB

SU 3 dB

3. Feeder Loss

Node-B

Rural 4 dB Uplink 0 dB 4. Diversity Gain

Downlink 0 dB Dense Urban 25 m

Urban 25 m Suburban 30 m

Rural 37 m

Maximum Antenna height. AMH in and around airport shall be limited to 15m.

5. Antenna Height

Mobile 1.5 m Dense Urban 18 dBi

Urban 18 dBi Suburban 18 dBi

Rural 18 dBi

65° with 0-10° remote electrical tilt

6. Antenna Gain (Node B)

HW/RW 21 dBi 33° with 0-8° remote electrical tilt

Handheld 0 dBi 7. Antenna Gain (UE) Data Card 0 dBi

8. Slant loss X-Polarised Antenna

1.5 dB

Handheld 3 dB 9. Body Loss Data Card 1.5 dB

Dense Urban 0 Urban -2.0

Suburban -4.0

10. Area Correction Factor (Okumura-Hata Cost 231 model) Rural -6.0

Dense Urban 10 dB Urban 8 dB

Suburban 8 dB

11. Standard Deviation

Rural 7 dB Dense Urban 95 %

Urban 95 % Suburban 95 %

12. Area Coverage Probability

Rural 95 % Indoor Users 80 % 13. User Profile

Outdoor Users 20 % 14. Probability of Circuit Switched 100 %

Page 97: TENDER DOCUMENT (Ph V).pdf

97/337

being attached Packet Switched 100 % 15. Uplink cell

loading used to derive Node-B cell radii

All clutter Types 50 %

16. Log-normal fading

10 dB

17. Fast Fade Margin 5 dB

�������������� � �������������� ������� ������� �������

Dense Urban 3 Km/hr Urban 3 Km/hr

Suburban 3 Km/hr

18. UE Speed

Rural 50 Km/hr 19. Orthogonality 50 %

Speech 10-3 bit Coded BER

CS Data 10-6 bit Coded BER 20. Error Rate

PS data 10-1 block Global BLER

Softer 10 % Soft – Intra RNC 15 %

21. Handover

Soft – Inter RNC 5 % Wherever RNC area don’t overlap, then this will be added to Soft H/O – Intra RNC

22. Soft handoff gain

3 dB

Voice 12.2 AMR 2 % 23. Blocking Rate in Uu interface CS Data 2 %

Conversational Service per RAB

2 %

Streaming Service per RAB

2 %

24. Code Blocking Rate

I/B Service (Average)

10 %

4.7 Node-B Dimensioning

4.7.1 The maps supplied with the tender document provide a reasonably correct boundary for the total area for which coverage is envisaged. However, there are inaccuracies in the classification of the clutter [environment] class in terms of the area marked in the map. Bidders are encouraged to obtain accurate and latest maps to determine the actual area for each clutter planning purposes and to arrive at the number of Node-Bs required to provide the desired Capacity, Coverage and QoS.

4.7.2 All the Node-Bs shall be equipped with a minimum of 128 Channel elements per sector per carrier in each direction of transmission for the user traffic. [A channel element is the baseband processing resources equivalent required for handling a 12.2Kbps AMR voice call in one direction]. The bidder shall mention the number of channel elements required for each of the guaranteed RAB mentioned above. The vendor shall also indicate the number of channel elements required for each of the other common control, signalling and other system channels etc.

Page 98: TENDER DOCUMENT (Ph V).pdf

98/337

4.7.3 The bidder shall furnish all calculation details in arriving at the capacity of the Iub interface.

4.7.4 The bidder shall supply Mobile Node-B (1-1-1) & BTS (2-2-2) mounted on suitable Truck complete with power supply arrangements, Low Noise – Low vibration Engine Alternator, 15/18GHz Microwave link, and collapsible tower of at least 18 metres height with Remote RF Head to deliver at least 10W at the input port of the tri-band antenna [GSM/WCDMA]. The truck shall have a cabin suitable enough to accommodate two operational personnel. A laptop with suitable software for local testing and configuration of the BTS/Node-B shall also be supplied with all relevant documentation loaded. Provision to extend AC power supply with suitable AC cable [at least 200m] shall also be made.

4.8 GPRS EDGE Radio Access Network [GERAN]

4.8.1 The system shall operate in the following frequency band :

(i) Uplink 890-915 MHz paired with 935-960 MHz in the down link and Uplink 1710-1785 MHz paired with 1805-1880 MHz in the down link.

(ii) The availability of bandwidth is 6.2+6.2 MHz in 900 MHz band and the carriers are not contiguous. A bandwidth of 1.8+1.8MHz in 1800 MHz spectrum is also available in few circles.

(iii) The BTSs to be supplied shall be of PGSM type only. All frequency dependent components and modules in the BTS shall be designed to fully comply with the frequency band specified above.

4.8.2 It shall also be possible to operate the system in 1800 MHz GSM band. While, the antenna to be supplied in the tender shall be single/dual band, the BSS shall have dual band capability.

4.8.3 The existing 2.5G system shall be upgraded for seamless voice and data handover for various scenarios as described in GR No.GR/UTR-01/01 JUNE 2005 by the successful bidder.

4.8.4 All new BTS, BSC and TRXs shall have full EDGE functionality.

4.8.5 The PCU shall support both EDGE and GPRS simultaneously.

4.8.6 The network shall support dynamic allocation of carriers through software from a single location to cater to differential traffic requirements during different timings of the day.

4.8.7 The bidders shall quote in-building solutions as per SOR along with suitable BTS as part of this proposal. Each such solution shall provide signal strength of better than -80dbm inside a multi-storied building. It shall be the bidders responsibility to supply, wire and install all the required hardware including power splitters, feeder cables, amplifiers, UPSs with battery as per site conditions and actual requirements, wherever required. The requirements of the site owners shall be fully taken care of particularly with regard to aesthetics, cable routing etc. Obtaining the permission from the owner of the building shall be BSNL's responsibility. Each in-building solution shall be associated with a micro

Page 99: TENDER DOCUMENT (Ph V).pdf

99/337

BTS. The cost of each such solution shall be quoted separately as an item with details of the cost of each component of material and services.

4.8.8 For stand alone PCU/PDU, the BSC and XCDR shall support extraction and aggregation of Gb interface data through establishment of semi-permanent connections on the A-ter link. The purchaser shall have the option of defining the PCU/PDUs that shall be co-located in such cases with transcoder and Gb data from multiple BSCs shall be extended through suitable semi-permanent connection to the PCU/PDU. The exact number of BSCs with co-located PCU/PDUs and the number BSCs with remotely located PCU/PDUs shall be indicated at the time of placement of PO.

4.8.9 Transcoder shall generally be co-located with BSC. However it can also be co-located with MGW depending upon the network requirement. Each MGW shall be provided with one maintenance terminal from OMC-S. The OMC-S shall support multiple MGW and from different vendors. Each BSC shall be provided with one maintenance terminal from OMC-R. The OMC-R shall support multiple BSC and from different vendors. Software updates shall be allowed only from centralized OMC-S & OMC-R terminals. Should the existing vendor become the successful bidder, they shall undertake the upgradation of the existing OMC-R and OMC-S to cater to the present requirements. It is the sole responsibility of the supplier to ensure that the existing OMC-R is integrated with the new OMC-R to be supplied under this tender for handover between the BSS of the existing vendor and that of the supplier. Similar integration shall be done for OMC-S also by the supplier.

4.8.10 Dimensioning Base Station Controller (BSC)

4.8.10.1 The BSC configurations may be limited to three types based on the configurations available with the bidders. However the minimum configuration shall be limited to 512 TRXs. Bidders may quote number of BSCs for each configuration fulfilling the requirements of SOR as given in Section V. The CCS# 7 signalling link shall be dimensioned @ 1 SL per 8 TRX, even if the actual no. of TRX equipped is less than that the maximum capacity of the BSC. The BSCs shall be capable of handling at least 5E traffic per TRX and 300 BHCA per TRX in the quoted configuration, even if the actual no. of TRX equipped is less than that the maximum capacity.

4.8.10.2 The minimum traffic carried by the BSC as specified above shall be the throughput on each side of the BSC and NOT the traffic carried on the E1s of both the sides of the BSC put together.

4.8.10.3 There shall be at least 4 E1s on the A-ter interface side of the BSC for every 10 E1s or part thereof on the A-bis side of the BSC.

4.8.10.4 The PCU shall be co-located/integrated with each of the BSC. Each PCU shall be connected to the SGSN on Gb interface through at least 4 E1s. The interface between BSC and PCU shall be suitably dimensioned to ensure that no blocking occurs on account inadequacy of bandwidth on this interface. The bidder shall furnish detailed calculation and documentation on the dimensioning.

4.8.10.5 In case of PCU being located separately, then each BSC shall be connected to the PCU on Agprs [Frame Relay] through 4 E1s.

Page 100: TENDER DOCUMENT (Ph V).pdf

100/337

4.8.10.6 The BSC shall provide interface together with required software to work with Media Gateway based on 3GPP R4/R5/R6 and Combined MSC/MSC server.

4.8.10.7 The BSC shall have the following equipments and interfaces:

S.No Items Qty

1. Optical/DAT drive 2

2. Port for CBC 2

3. Synchronisation from ADM clock 2MHz

4. Peripherals-OMC 1

5. Average no. of TRXs per E1 on A-bis 9

6. X.25/TCP IP(FTP) ports for Operation and Maintenance

2

7. Lb interface for SMLC 2

4.8.10.8 The BSC shall support external standalone SMLC for Location Based Services.

4.8.10.9 The supplier shall provide necessary tools for creation of database for the BSS and for generation of executable code for loading into the network elements of the BSS. The tools shall perform on-line check for database integrity and in-built features for command line syntax and semantic checks. The tools shall have user-friendly GUI screens with on-line context sensitive help for creation of data.

4.9 BTS Requirements and Dimensioning

4.9.1 All the BTSs to be supplied shall be expandable to 4/4/4 + 2/2/2 [900+1800] configuration by addition of TRXs only. In case of HW BTSs, the same shall be expandable to 4/4/4 by addition of 3rd sector.

4.9.2 The BTS supplied shall be of two types with respect to RF power output at the Antenna port of BTS.

(i) BTS with minimum guaranteed power output of 20Watts per carrier when BTS is configured in 6/6/6.

(ii) BTS with minimum guaranteed power output of 30 Watts/carrier when BTS is configured in 6/6/6.

4.9.3 The sensitivity of city BTSs shall be better than -110 dBm without diversity and that for HW BTSs shall be better than -113 dBm without diversity.

4.9.4 All the BTSs shall be of sectored type.

4.9.5 The entire city BTSs shall be assumed to be logically star connected at the BSC. However, physically the BTSs shall be in a self healing SDH ring. Necessary ADM shall form part of the BTS transmission equipment. In case of Highway, 4 BTSs shall be assumed to be daisy chained on closed loop. Two terminations for every set of 4 HW BTSs shall be provided in the BSC.

Page 101: TENDER DOCUMENT (Ph V).pdf

101/337

5% of the total terminations shall be kept spare in the BSC for future use/rearrangements.

4.9.6 Each of the Outdoor BTS shall be supplied with a pair of Optical/HDSL modem. 90% of the Outdoor BTS shall be with Optical Modem and the rest with HDSL modem. The Optical modems shall provide at least 4X2Mbps streams.

4.9.7 The system shall be able to support the transmission of A-bis, A ter and A interface over Satellite for the BTSs to be located in the remote and inaccessible places viz islands and isolated hilly areas. Further, it is necessary that these BTSs are also compatible to work on the E1 links on DCME. BSC shall also have facility to interface with E1 links, with or without DCME, on satellite media. Such arrangements may require both A & A-bis links on satellite media simultaneously.

4.9.8 BTS shall have automatic shutdown features with programmable automatic timer to increase the battery backup time for a given capacity of battery.

4.9.9 The places located near airports and in airport, where it is difficult to get permission for installing a tower of more than 15 meters height shall be covered suitably by alternate methods viz. wall mounted outdoor micro/indoor building solution with micro BTS and distributed antenna architecture system.

4.9.10 The out put power of micro BTS shall be guaranteed minimum 5W and shall be expandable to a configuration of 2/2/2. Micro BTS shall have E1 or STM1 interface.

4.9.11 The Outdoor BTS shall be suitable for operation without air-conditioning and without shelter. Outdoor BTS & power supply cabinets shall be installed in a grilled enclosure. The roof of grilled enclosure shall be of translucent fiber sheet with sufficient strength to withstand the wind speed of 180 Kmph. The grilled enclosure shall have a gate & locking arrangement.

4.9.12 The Outdoor BTS shall operate under adverse environmental conditions as required vide Clause 8.3.1 of IMPCS GR. The purchaser shall provide commercial AC power supply only for powering the BTS. Suitable power supply arrangement shall be provided by the supplier to make available -48V for operation of MW/OF system. The MW system/Optical modem supplied shall also work without the need for Air-conditioning. It is the responsibility of the supplier to ensure that all necessary components and subsystems including the access MW/OF systems are included as part of the package for proper operation of the outdoor BTS.

4.9.13 The system shall support Tandem free and Transcoder Free operations (TrFO) as per 3GPP Standards. The Transcoders shall provide HR, FR, EFR and AMR speech codecs without any limitations with full backward compatibility. The AMR shall consist of at least 8 different speech codec modes with a minimum of 13 channel codec modes each at specified different bit rates for both TCH/FR and TCH/HR. Codec mode adaptation for AMR shall be based on received channel quality estimation in both MS and BTS, followed by a decision on the most appropriate speech and channel codec mode is to be applied at a given time. Based on the

Page 102: TENDER DOCUMENT (Ph V).pdf

102/337

specified speech quality threshold, the system shall apply encoding at either half or full rate dynamically in a congestion environment. The exchange of messages between the MS and the BTS/ Node-B to learn/decide on applied or requested speech and channel codec modes shall be through an inband-signalling channel as defined for AMR. AMR enabled BTSs shall be able to take the load of all AMR subscribers in that Cell.

5 User End Devices

5.1 Mobile Hand Set

5.1.1 Mobile Hand Set shall be common for UMTS and GSM subscribers and shall be as per TEC GR No. GR/MSG-02/01 JAN’2006.

5.1.2 It shall possible to lock the handset for use on BSNL SIM cards only.

5.1.3 The successful bidder shall make arrangement for providing maintenance support in each circle for the handset during the warranty period. The bidder shall provide comprehensive warranty of hand set for a period of 24 months.

5.1.4 Bidder shall provide support of at-least English, Hindi & regional language as specified by the circle placing the PO. The subscriber should able to select the default language by pressing a hotkey to be specified by the vendor. The default language shall be English.

5.1.5 The Car Kit specified in the GR is not required.

5.1.6 The external memory device requirement for both the categories of UED specified in the GR viz. 256 MB for Category-1 & 1 GB for category-2 is mandatory.

5.2 (U/I) SIM

5.2.1 (U/I) SIM shall be common for UMTS and GSM subscribers and shall be as per TEC GR No. GR/SIM-03/01 APR 2005.

5.2.2 (U/I) SIM shall support all the technical specification specified in the DTR of OTA in this tender document.

5.2.3 (U/I) SIM shall not pose any restrictions on offering any of the 3G & 2G services mentioned else where in the DTR.

5.2.4 The (U/I) SIM shall support “USAT” browser as defined in 3GPP TS 22.038 V 6.4.0 document.

5.3 PCMCIA Data Card

5.3.1 The PCMCIA card shall be 3GPP Rel. 6 compliant.

5.3.2 The PCMCIA card should seamlessly work in 900, 1800 & IMT 2000 bands. It shall support all the GSM, GPRS, EDGE, WCDMA, and HSDPA & HSUPA services available & asked in the tender.

5.3.3 It shall support max downlink speed of 1.8 Mbps & max uplink speed of 384 Kbps.

5.3.4 The card should have connection status LED indicator & detachable external antenna.

Page 103: TENDER DOCUMENT (Ph V).pdf

103/337

5.3.5 It shall be compatible with all popular operating systems such as Windows XP, NT, 2000, ME, 98SE, CE, Pocket PC, Linux, Apple OS x etc.

5.3.6 It shall have required electromagnetic shielding.

5.3.7 It shall support following additional features.

5.3.7.1 NDIS Driver Host Interface

5.3.7.2 SMS Messaging

5.3.7.3 Dial-up Networking

5.3.7.4 SIM and UMTS Compatible

5.3.8 The PCMCIA Card modules shall include a common comprehensive WHQL-certified USB software driver architecture that provides superior power management, a dedicated diagnostic channel and the ability to enable or disable NDIS, which will provide flexibility to OEM customers when designing their wireless product.

5.3.9 To simplify and expedite product development cycles, the PCMCIA card shall have a comprehensive software development kit (SDK) for easy connection management.

5.3.10 It shall be possible to lock the card for use for BSNL subscribers only.

5.3.11 All other requirements shall be as per the specifications of USIM mentioned elsewhere in this tender document.

Page 104: TENDER DOCUMENT (Ph V).pdf

104/337

6 Intelligent Network

6.1.1 IN system shall be provided as per TEC Spec. No S/ING-01/01 JAN’04 read with the additional requirements specified in this tender.

6.1.2 It shall support CAMEL Phase I, II, III & IV. The system shall be upgraded to latest phase & versions of CAMEL finalized any time during the currency of the tender.

6.1.3 The proposed IN shall serve the requirements of multiple licensed service areas. The IN system shall provide system & data segmentation for administering each LSA data independently with access restrictions. It shall be possible for the central administrator to allocate capacities to different LSAs as per the demand arising from time to time.

6.1.4 The bidder shall either expand and upgrade the existing IN systems or swap the existing IN with a new IN system of a total capacity catering for existing capacity along with the new capacity as per the tender requirements. The successful bidder shall be responsible for migration of customer data from the existing IN to the proposed IN, if swap is proposed, with out causing any interruption of service to existing customers. The proposed system for the zone should seamlessly integrate with existing core and IN systems (within & outside the zone).

6.1.5 The Proposed IN System should have commercial and live references for at least 100 Million active GSM Prepaid subscribers distributed across at least 10 countries. Also the proposed IN System should have commercial and live references for one system catering to at least 20 Million GSM Prepaid Subscribers on standard CAMEL protocol. Bidders shall provide the name, address and date of commissioning of the operators where such references exist. There should be at least 3 commercial references where common single IN system is serving 2G and 3G network. The IN systems of M/s Light Bridge & M/s Nokia make supplied under phase-IV of IMPCS expansion project are not acceptable.

6.1.6 The system shall be provided with IN platforms based on GSM 3.78 CAMEL Phase I, II, III & IV supporting all functionalities to provide voice and data services including pre-paid roaming between IN platforms supplied by different vendors. The system shall support number portability. The IN system shall inter-work with different network elements from multiple vendors without any limitations.

6.1.7 The proposed IN system shall be expandable to 30 million subscribers capacity as a monolithic unit with carrier class nodes. Wherever server based IN system is offered, the system shall comply to ATCA architecture.

6.1.8 The SSF functionality at MSC Server/MSC shall be dimensioned for 100% subscribers.

6.1.9 For dimensioning of the IN system BHCC per subscriber shall taken as 3. The CPU load of IN system shall not exceed 70% at the rated BHCC capacity. The CPU load includes all administrative, operations & management functions, online charging functions of all features, and house keeping functions.

6.1.10 The system shall be configured with unlimited subscriber license including SSF functionality restricted only by the total BHCC capacity. All the

Page 105: TENDER DOCUMENT (Ph V).pdf

105/337

necessary hardware and the related software licenses including databases in all the network elements shall be dimensioned and equipped accordingly, except for those network elements for which higher capacity, if any, has been specified elsewhere in the tender.

6.1.11 The IN system should support online charging of all 2.5G and 3G voice & data services based on 3GPP standards seamlessly on the same platform. It should support charging of multiple data services based on content, volume, event & QoS over the same APN. The IN system should support online charging of all 3G Services such as Video Call, Video Conference, Video Mail etc based on QoS for the subscriber.

6.1.12 It should support online data charging and interface to other nodes on various open standard protocols such as Diameter, Parlay, XML, http, Radius etc.

6.1.13 There should not be any proprietary interfaces with any external network elements & for any external transactions.

6.1.14 All IP based interface shall be suitably protected through exclusive Firewall & Intrusion Detection System.

6.1.15 The traffic profile of the pre-paid subscriber shall be same as that of Post-paid subscriber.

6.1.16 The total number of C7 links (64 kbps) required for connecting IN to different network elements shall be calculated at 30% loading of signalling link. The HSL shall be provided wherever number of signalling links are more than 10. The IN shall be connected to redundant signalling gateway nodes. C7 transport on IP shall also be provided with suitable Gateways.

6.1.17 It shall be possible to provide any combination of unprohibited teleservices and supplementary services and data services to the pre-paid subscribers and charge them ON-LINE as per the prescribed tariff. It shall also interface with the LBS Application server for the location based services to the prepaid subscribers on DIAMETER and ensure online charging of such subscribers. The system shall ensure that adequate balance is available in the account of the pre-paid subscriber before the service is provided.

6.1.18 The bidder shall provide all necessary components required for IN based prepaid service including IP-SRP(Intelligent Peripherals) with support of regional languages.. The pre-paid service should have data security features for fraud prevention.

6.1.19 The bidder shall provide a suitable system for revenue assurance by reconciliation of CDRs generated in the various network elements with those generated in IN. The system shall also extract voucher data from VoMS and the recharged data from IN system for reconciliation and shall generate the required reports.

6.1.20 The pre-paid service application should be able to determine the duration of the call to the nearest of 100 m sec and update the subscriber’s account on real time basis to record the new available balance. It should be able to notify subscriber regarding low balance during session or prior to session.

Page 106: TENDER DOCUMENT (Ph V).pdf

106/337

6.1.21 It shall be possible to have personalized tariffing and personalized end user communication within same Class of Service, which can be configured by subscriber himself, at least through IVR, SMS, USSD, WAP and WEB. Information should also be captured in Data Records generated in system. It shall be possible to charge differentially all such customer requests automatically. It shall be possible for the customer to switch between tariff plans at least through IVR, SMS, USSD, WAP, WEB and specially designed/normal recharge coupons in accordance with the business policy of the BSNL. In all such cases suitable security mechanism shall be implemented to prevent fraud & misuse.

6.1.22 Simultaneous provisioning in IN along with HLR and other network elements shall be executed without manual intervention for bulk batch processing, for individual provisioning and as well as for life cycle management.

6.1.23 Friends and Family feature should be applicable for voice, SMS and other data services such as CS data calls.

6.1.24 The bidder shall supply a Service Creation Environment platform as per the clause 1.3.5 of TEC GR No. ING-01/01, Jan’2004. While the GR lists a minimum set of functionalities required, the SCE to be supplied shall have sophisticated & state of art features and functionalities to generate, test & launch innovative new services, to respond actively & proactively to market needs with minimum time to market. The GUI shall be user friendly, easy to understand & operate and shall have capability for multiple concurrent users (minimum 5) to independently develop different services at the same time. Supply of excellent & detailed documentation is a prerequisite and the same shall be supplied along with the equipment.

6.1.25 A Test & Development server should be provided to simulate tariff, promotional and bonus plans before uploading to the live system to ensure accuracy.

6.1.26 The IN Prepaid System should provide various Business and Financial reports. The reports should be easily customizable to meet immediate or periodic requirements. It should have in-built capabilities to enrich the data received from various nodes such as SCP, SDP and VOMs etc. The system should have the capability to work in a multi-vendor network with quick customizations. Following minimum set of reports should be available from one common reporting system in IN by default

• Daily Activations, deletion & modification Report.

• Recharge Report.

• Report on Life Cycle Events e.g. account expiry, credit expiry, Enquiries etc.

• Reports on Revenues accrued from different schemes/plans.

• Promotions and Bonus Report.

• Churn Report.

• Credit/Debit Adjustment Reports etc.

Page 107: TENDER DOCUMENT (Ph V).pdf

107/337

• Financial Report etc.

6.1.27 Accounting of all IN services & inventories shall be in the IN system and it shall be possible to send the consolidated accounting information to B&CCS for the purpose of reconciliation and compilation of accounts. IN systems should have data segmentation and partitioning over market codes & LSA wise with provision for automatic Accounting. Reconciliation of IUC (Interconnect Usage Charges) and charges for the roaming calls should be supported.

6.1.28 The IN shall have automatic subscriber management features to reflect the changes in the credit & life cycle events of the subscriber occurring in the IN on to the HLR and other associated network elements where services are provisioned for the customers.

6.1.29 IN 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 API’s shall support ISO protocol and https connectivity.

6.1.30 All the hardware of IN 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. The IN shall have geographically separated & electronically coupled SCPs that shall access both its own data base as well as the replicated data at disaster recovery site to ensure continued operation.

6.1.31 It shall be possible to award cross product discount in online fashion based on accumulated usage of voice, data, etc.

6.1.32 IN system shall have at-least five multiple balances configured in the same account assigned to different services. It shall be possible to transfer balances within the account under user control. It shall be possible to recharge specific balances through appropriately designed recharge mechanism.

6.1.33 IN shall have family account which can be administered by the primary account holder. The account shall have 5 discreetly identifiable sub accounts with independent balances and associated tariff plans. The sub accounts shall have separate MSISDN & IMSI.

6.1.34 The IN shall have multiple accounting mechanisms for the same account, the debit of which would be dependent on the time of the activity.

6.1.35 The IN shall have group accounts comprising of common balance and individual balances. Calls made within the group shall be debited to the common balance whereas calls outside the group will be debited from the individual accounts. The group account shall have one master account with recharge privilege for all accounts and at-least 100 individual accounts which can be charged by the individual account holders.

Page 108: TENDER DOCUMENT (Ph V).pdf

108/337

6.1.36 IN system shall have separate USSD server providing all prepaid related USSD based enquiries like balance enquiry, last call charge enquiry etc.. It shall provide USSD based recharge both from home and visited networks and would provide end of call notifications after each call. The dimensioning of IN system shall take into account the requirement of the USSD based load at the 70% processing load at the rated BHCC.

6.1.37 IN system shall provide USSD call back service for the customers both in home and visited networks.

6.1.38 IN shall maintain individual count of events for each of the services and shall generate USSD messages based on settable threshold on event count offering upcoming bonus/discounts on the accumulated usage.

6.1.39 Two IP-SRPs shall be supplied per LSA. The IP-SRPs shall be of Stand-alone type and shall provide 50% expansion capability within the same unit. Integrated IP is not acceptable. One portable digital announcement recording machine per LSA together with all accessories and software for manual recording, recording from a file etc. shall be provided which shall have the capability to load the announcement remotely on the IP-SRP. It shall have the functionality to receive and record such announcements.

6.1.40 SCP-HLR interface shall be on MAP V4. Barring/unbarring of services at HLR should be through MAP-ATM/ATI (any time modification/ Interrogation message) based on events in SDP.

6.1.41 VPN service shall also be available to pre-paid subscribers at national level.

6.1.42 IN system should have a unified administration system for service provisioning, service maintenance, service administration, backup & restoration management. All software modules including patch management shall be done from the unified administration system. The administration system shall provide GUI based tools for exception handling of subscriber account with adequate security and logging of transaction. The subscriber management part of administration system shall be provided in each of LSA(at-least two terminals in each LSA) with suitable security & password management. The security & password management of the system shall be with the central administrator. It shall be possible to assign access priviledges based on user name or terminal ID or a combination of both. All administrative transactions impacting services of subscriber shall be logged with user ID & terminal ID.

6.1.43 The proposed IN system should have been subjected to IOT with all the existing SSFs and SSF to be supplied against this tender should have been subjected to IOT test with all the existing INs of BSNL/MTNL network. The PICS (Protocol Interface Conformity Specifications) of ITU-T for IN on CAP III, CAP IV (22.078, 23.078, and 29.078) & DIAMETER shall form part of the techno commercial bid.

6.1.44 The SSF shall conform to all three stages of ETSI specification of CAMEL III, CAP IV (22.078, 23.078, and 29.078) & DIAMETER.

6.1.45 There shall be no restriction in offering all the services available to postpaid customers to prepaid customers.

Page 109: TENDER DOCUMENT (Ph V).pdf

109/337

6.1.46 In case of VPN, there shall not be any restriction on the number & size of VPN accounts that can be created within the total ordered capacity.

6.2 Voucher Management System

6.2.1 The Voucher Management System shall be provided as per TEC GR No GR/VOM-01/01, January 2006.

6.2.2 The capacity of the existing voucher management system should be enhanced or a new VoMS shall be provided to handle total IN capacity of the zone (existing plus new) including the capacity being ordered.

6.2.3 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. The Zonal VoMS should interface/inter-work with any VOMS of the cellone network through C-VOMS for recharging of subscriber while roaming and using voucher of any other circle.

6.2.4 VoMS should be able to generate at least 200K recharge Vouchers per hour without affecting the other activity of VoMS.

6.2.5 It should be possible to recharge the prepaid account from any licensed service area, with the coupon purchased from any other licensed service area within or outside the zone. In such cases, the VoMS shall provide accounting information for automatic reconciliation and settlement of accounts between different licensed service areas on the basis of the sl. No. voucher purchased and the MNC of the mobile to which it is charged.

6.2.6 The VoMS shall maintain separate number series for each of the license areas identified on the first two prefixed digits of the voucher serial number. The LSA wise accounting information shall be built on these prefix digits and all accounting reports shall be based on this. The VoMS shall provide additional reports required for day to day management & operations. Inventory Management and Control for VoMS for end to end accounting and reconciliation of the Vouchers alongwith Distributor-wise management of inventory shall be provided.

6.2.7 The Voucher Management System (VoMS) shall provide facility for topping-up of the pre-paid account over-the-air in conjunction with the existing OTASP/IN servers which are also to be expanded under this proposal. The bidder shall ensure that the OTASP/IN server interfaces with Credit card clearing house, ECS etc with whom BSNL will have/has an agreement. The payment realization and updation of customer account in VoMS/IN with appropriate credit shall also be ensured. It should also be possible to recharge the account through USSD or landline even when the subscriber is roaming anywhere in out side his HPLMN.

6.2.8 The system shall provide all necessary data required for scratch cards. The Scratch card data shall be protected against frauds. The secret code in recharge coupons shall be of 18 digits. The total capacity of

Page 110: TENDER DOCUMENT (Ph V).pdf

110/337

VOMS shall be 12 times the capacity of subscribers capacity envisaged herein.

6.3 Central IN:

6.3.1 The bidder shall supply a central IN platform of capacity 3 million for all the IN services M-VPN, Free Phone, Universal Access Number, Premium rate, Universal Personal Number, Televoting. Both Pre-paid and post-paid subscribers should be able to access all IN services. M-VPN shall be capable to serve mix of post-paid and pre-paid subscribers in same VPN account. There shall be no limitation on the mix of IN services, but shall only be limited by the total capacity ordered. The purchaser reserves the right to decide the location of this IN platform and would accordingly make the procurement decision.

6.3.2 It should provide protection against Network overload as well.

Service Size BHCC 1 M-VPN account 1,00,000 3 Million 2 Free Phone 1,00,000 0.1 Million 3 Premium Rate 10,000 0.01 Million 4 Universal Access

Number 10,000 0.01 Million

5 Universal Personal Number

100,000 0.01 Million

6 Televoting 1,000 2 Million 7 Number Portability 10000 30000 Incoming calls Total 5.16 Million BHCC

6.3.3 M-VPN Dimensioning:

1. Minimum members in one VPN account

3

2. Maximum Members in one VPN account

10000

3. Average members per account 100

6.3.4 FPH Dimensioning

1. Minimum Size of FPH ODRs per account

1

2. Maximum Size of FPH ODRs per account

2500

Page 111: TENDER DOCUMENT (Ph V).pdf

111/337

7 Value Added Services

7.1 SMSC

7.1.1 SMSC shall be common for UMTS and GSM subscribers and shall be as per TEC GR No. GR/SMS-01/01. March 2002 and in compliance with the provisions contained in 3GPP specification TS 23.040 and 23.042, v 6.5.0. or its latest version which, through reference in this DTR shall constitute requirement for this tender.

7.1.2 The new/expanded SMSC shall be provided in such a manner that the entire capacity (new & existing) is available for all the network elements and subscribers with same SMSC address. Standalone SMS MO gateway required for this purpose shall be provided with adequate dimensioning.

7.1.3 It shall be possible to charge the pre-paid & post-paid subscribers differentially for premium messages, on the basis of SMPP port, content of SMS, SMS profile of subscriber, type of SMS, Broadcast list, location from where it is originated and charging of content provider in case of advertisements.

7.1.4 SMS portal Gateway shall be provided for sending SMS through BSNL portal by pre-paid & post-paid subscriber. The registration & authentication of originator shall be carried out for submission of SMS. Charging of pre-paid subscriber from corresponding IN shall be carried out online and in real time.

7.1.5 It shall be possible to schedule the SMSC for acceptance and transmission of push messages from the content providers. It shall also be possible to define priorities for the different ports for acceptance of SMs from Content Providers.

7.1.6 It shall be possible in the SMSC to define criteria based filters to block transmission of SMs satisfying the defined criteria. The SMSC shall route all such messages to an appropriate database and provide an analysis and management report of such messages through interactive and intelligent GUI in the OMC. The report and analysis shall be as per the customization requirements of BSNL.

7.1.7 The SMSC shall have suitable interface (IS 41-C) to inter-work with CDMA systems. It shall be possible for exchange of Short Messages between the CDMA and GSM systems.

7.1.8 SMSC shall provide for multiple local language support in the UNICODE format.

7.1.9 IVR system shall be provided which will be connected to SMSC on SMPP and shall have ISDN PRI interface to connect with PSTN network, to provide SMS services from PSTN network. The system shall be provided in each circle. IVR shall have 200 predefined canned text messages to be selected by user. The subscriber shall have option to select messages in one of the three languages. It shall be possible for the user to input numeric data at an appropriate place as prompted by the IVR message. It shall then be possible to validate such concatenated message by the subscriber before submitting the same as concatenated messages to the SMSC. IVR shall automatically capture CLI of A party from PRA and

Page 112: TENDER DOCUMENT (Ph V).pdf

112/337

convert as sender number of SMS. 3 PRA (90 IVR ports) connectivity shall be provided.

7.1.10 Ten terminals shall be provided for operator Bureau messaging which shall be connected on TCP/IP to SMSC. SMPP client with GUI shall be provided for submitting SMS in one of three languages as selected by user. The system shall automatically capture data from network like A-party number, time, date and mandatory fields like name of caller. Operator bureau shall prepare the log of all operators in secure manner for all transaction made by them for future reference.

7.1.11 It shall be possible for the subscribers to send and receive e-mail messages, as SMS and the same shall be handled by the SMSC through appropriate interface to Sancharnet/E-mail Servers and suitably protected through firewall integrated with SMSC.

7.1.12 The SMSC shall be dimensioned for 100% of the total subscribers with the following requirements:

(i) Five messages (5 MO and 5 MT) per subscriber per day.(Database size)

(ii) Maximum length of SMS message - 160 characters. Messages of size at least equivalent to 10 SMs should be sent as multiple SMs for concatenation at MS and vice-versa.

(iii) The storage buffer for the SMSC shall be 3 times the daily message capacity.

(iv) The re-trial attempts of un-delivered SMs shall not impact BHSM of the SMSC specified in the SoR. The expiry time for the un-delivered message shall be in accordance with that specified in the GR. The re-trial of the un-delivered messages shall be configurable.

(v) The SMSC shall have the facility of SMPP service for interconnectivity to facilitate multiple content providers to extend their services. A minimum of 128 content providers are to be provided access to the SMSC. The SMSC shall have suitable firewall to ensure security of the SMS platform. It should be possible to differentially charge based on the destination number and also based on the content provided by the content providers for both post and prepaid subscriptions. It should accordingly interface with IN platform for ON-LINE charging in real time and shall generate data for differential charging for the prepaid subscribers.

(vi) All signalling messages handling units and database servers , including the storage devices, in the SMSC shall have N+N redundancy. Provision shall exist to ensure that these units work in hot standby and load sharing mode. The SMSC architecture shall support the message routing such that the message received from any signaling link may be routed to any other signaling link of SMSC directly.

Page 113: TENDER DOCUMENT (Ph V).pdf

113/337

7.1.13 Dimensioning

1. MSC CCS 7 Links - MAP on CCS# 7 256

2. HLR CCS 7 Links - MAP on CCS# 7 256

3. CCS# 7 on IS-41 towards CDMA 1x 32

4. B&CCS links – FTAM & FTP on TCP/IP 2

5. Optical drive 2

6. No. of Subscribers 5 million

7. SMPP ports 128

8. SMSC Expandable in steps of 500KBHSM(Max 15000KBHSM)

2500KBHSM

9. Stand alone MO SMS G/W Expandable in steps of 500KBHSM (Max 15000KBHSM)

2500KBHSM

10. Message Buffer Size Expandable in steps of 15000KSM (Max 250000KSM)

75000 K SM

11. Minimum no. of LAN ports FE 10/100Mbps

Expandable in steps of one port.

4

7.2 SMS-Cell Broadcast Centre (SMS-CBC)

7.2.1 The SMS-CBC shall provide PLMN wide Cell broadcast facility as per TEC GR No. G/CBC-01/01, Sep’2003 and in compliance with the provisions contained in 3GPP specification TS 23.041 V 6.2.0 or its latest version which, through reference in this DTR shall constitute requirement for this tender.

7.2.2 The SMS-CBC shall be provided with all critical components in duplicate and working in hot stand-by mode.

7.2.3 It shall be connected directly to all the existing & new BSCs through suitable links and to RNCs on IuBC interface. All the networking components like LAN switches, routers, hub etc at both CBC and BSC/RNC ends shall be supplied as part of the CBC system.

7.2.4 The supply of CBC shall also include a Web server adequately dimensioned with suitable firewall to handle atleast 128 simultaneous user sessions for composing and transferring the cell broadcast message. The web server shall generate CDR for each of the user sessions and shall have suitable accounting mechanism for billing purpose. The web server shall also have a comprehensive reporting tools for analysis of usage pattern by different type of services/users etc. The web server shall provide personalized GUI for each of the user in line with the business requirements and CBC capabilities configured for the users. The web server shall hold the BSS and RNS data suitably linked with the geographical places of interest for administering the broadcast area.

7.2.5 The web server shall have capability through suitable API to access external databases, GIS (geographical information system) etc on-line and retrieve geographical places of interest linked to the BTS/Node B identity. It shall be the sole responsibility of the bidder to implement the API for such access in close coordination with other parties.

Page 114: TENDER DOCUMENT (Ph V).pdf

114/337

7.2.6 The access to Third parties & content providers shall be implemented through standard interfaces as defined in the GRs and full implementation shall be on the standalone basis.

7.2.7 It shall be possible by the system administrator to configure the CBC to define area(s) for cell broadcast for each individual third party users. It shall also be possible for the administrator to allow the user to broadcast at predetermined time bands as per his request. The third party users shall be able to control from his terminal the broadcasting functionality in a specific area within the areas in which he is authorized through web server.

7.2.8 Dimensioning:

1 3Rd party users 1000 2 RAS 2 ISDN PRA Ports

60 dial-up ports 3 License No limitations 4 Transaction 50/sec 5 LAN 10/100Mbps 4

7.3 MMSC

7.3.1 The MMSC shall provide PLMN wide MMS facility as per TEC GR No. G/MMS-01/01, and in compliance with the provisions contained in 3GPP specification TS 22.140 V 6.2.0 and TS 23.140 V 6.2.0 or its latest version which, through reference in this DTR shall constitute requirement for this tender.

7.3.2 Dimensioning:

1. I/F to HSS - MM5 on SIGTRAN (LSL) 128

2. B&CCS links – FTAM/TCP-IP (E1) 2

3. Optical drive 2

4. Number of Subscribers 2M

5. Average MMS per subscriber per day 3

6. Average message size 70 Kbytes

7. No. of ports for Content Providers 128

8. BHMM for P to P services 300K

9. BHMM for C to P services (one to multiple) 300K

10. Minimum no. of FE LAN ports 2 7.3.3 The MMS system shall be able to handle video transcoding for a video

content in MMS to be played as a slide show on a non-video client supporting handsets.

7.3.4 The system shall have interface to connect to a multi media library as defined in the TEC GR remotely over the Internet. placed either in a MM Library of in another MMSC of BSNL. It shall be possible to connect the Value added service providers over Internet using predefined Interfaces in the 3GPP standards/TEC GR.

Page 115: TENDER DOCUMENT (Ph V).pdf

115/337

7.3.5 The new system will be integrated with the existing multi media library through suitable API. The successful bidder is fully responsible for ensuring the implementation of the API at both ends. The contents required for 3G applications shall be provided. Content management system shall also be provided in the Multi media Library.

7.3.6 The MMS system should also be supplied with Push Proxy Gateway (PPG) system. The Push proxy gateway should also be capable of working as a stand-alone WAP gateway for Internet browsing.

7.3.7 It shall be mandatory for the bidder provide the facility for notification to WAP-Push enabled terminals and retrieval via WAP browser interface.

7.3.8 The MMSC shall also support the rating of the MMS messages depending upon the type of the VAS Providers. It shall generate revenue sharing reports for the traffic exchanged with content providers.

7.3.9 The supplier shall provide a comprehensive collection of albums for the Public Library in English, Hindi and in different regional languages of different categories such as Movie, Cricket and other Sports, Historical events, film, classical and devotional songs, stills of prominent personalities, etc. 5000 albums of each category shall be supplied together with servers of suitable size with an initial load and storage of only 30% and the remaining capacity being reserved for subscriber’s library. All these albums shall be viewable through Library Browser to view the albums with good resolution.

7.3.10 It shall be possible to configure the library to categorise the content in different class/types and to associate different price tag. The CDRs generated shall have suitable flag to enable differential charging for both Post-paid and Pre-paid subscribers.

7.3.11 It shall also be possible to differentially charge both post and prepaid subscriptions for the premium contents, based on the destination number and the type of content provided by the content providers. It should accordingly interface with IN platform for ON-LINE charging in real time and Billing platform for post processing.

7.4 UNIFIED MESSAGING SERVICE

7.4.1 UMS shall be common for both UMTS and GSM subscribers.

7.4.2 The UMS shall be dimensioned to provide Voice Messaging Service to 10% subscribers with the storage capacity as specified in the UMS GR/UMS-01/01 August 2000.

7.4.3 The UMS shall be of Distributed Architecture type having remote units of adequate processing and storage capacity co-located with the GMSC in each of the licensed service area. The architecture shall be such that inter-remote and main-remote transfer of data and signals must be minimum for user traffic. The UMS system shall inter-work with the existing UMS Systems of BSNL and the supplier shall be responsible for integration and re-engineering, if necessary, of all the UMS systems.

7.4.4 The UMS shall provide Missed Call Alert (MCA) through SMS for those calls that cannot be completed due to various reasons such as switched-off, not reachable etc. The periodicity of the MCA notification shall be

Page 116: TENDER DOCUMENT (Ph V).pdf

116/337

configurable. The minimum retrial period shall be 15 minutes and the validity period of the MCA shall be at least 36 hours. It shall be possible to get administrative reports from the system.

7.4.5 The UMS shall also provide Missed Call Alert (MCA) through Voice mail Service, on subscription, for those calls that cannot be completed due to various reasons such as switched-off, not reachable etc. The system shall originate a voice call towards the subscriber to be alerted of missed calls and play the CLI to the subscriber in a language to be configured by the subscriber as soon as the subscriber attaches to the system. The minimum retrial period shall be 15 minutes and the validity period of the MCA shall be at least 36 hours (configurable). It shall be possible to get administrative reports from the system.

7.4.6 It shall be possible to generate customer wise VMS utilization report.

7.4.7 The system should have feature of notifying the subscriber over UMS (unified messaging system) regarding any change in service or welcome message once it is provisioned by B&CCS system. The system should also notify the subscribers with a welcome message while registering in the system on roaming.

7.5 Location Services (LCS)

7.5.1 The Location Based Information System and Location Based Application and Services shall be as per GR LBS-01/01 March 2004, TEC GR No. GR/LBA-01/01 and in compliance with the provisions contained in the following 3GPP specifications or its latest version which, through reference in this DTR shall constitute requirement for this tender:

(i) 3GPP TS 22.071v6.7.0: "Location Services (LCS); Service description - Stage 1".

(ii) 3GPP TS 23.002 V6.7.0: “Network architecture”.

(iii) 3GPP TS 23.271: "Functional stage 2 description of location services"

(iv) 3GPP TS 25.305: "Stage 2 functional specification of User Equipment (UE) positioning in UTRAN ".

(v) 3GPP TS 32.271v6.0.0: “Charging management; Location Services (LCS) charging”.

(vi) 3GPP TS 32.296: "Telecommunication management; charging management; Online Charging System (OCS): Applications and interfaces ".

(vii) 3GPP TS 32.299: "Telecommunication management; Charging management; Diameter charging application".

(viii) 3GPP TS 43.059: "Functional Stage 2 description of Location Services in GERAN".

7.5.2 The GMLC shall provide LCS for both GSM and UMTS subscribers.

7.5.3 The LCS solution to be provided by the bidder shall be with standalone SMLC for GERAN, which shall be connected to BSC on Lb interface and shall be integrated with RNC for UTRAN. The standalone SMLC shall also have Iu-pc interface for connection to RNC, if required by BSNL.

Page 117: TENDER DOCUMENT (Ph V).pdf

117/337

7.5.4 The UMTS network shall provide Mobile Terminating Location Services, Mobile Originating Location Services, Network Induced Location Services for Emergency service and Location Services Privacy procedures as per latest version of 3GPP Specification TS 23.171.

7.5.5 The bidder shall ensure that all location services are available to both postpaid and prepaid customers. The charging of prepaid customers shall be on-line for the location services irrespective of whether the customer is in home PLMN or is roaming as per the specified tariff plan.

7.5.6 All the LCS applications and services shall be common for UMTS and GSM subscribers.

7.5.7 The location of the subscriber shall be provided on the digital map which shall be supplied along with the application. For handset not supporting display of maps, the location information in suitable text format shall be provided to subscribers.

7.5.8 All India maps shall be supplied with the points of interest populated for the services specified.

7.5.9 The following table provides the minimum requirement of interface links for the various interfaces. The bidder shall dimension the system for actual number of links based on his implementation to cater to the capacity being planned. Any additional or new links not listed in the table may also be indicated to realise a complete solution for the location applications and services. A detailed design document listing out the assumptions and the calculation shall be furnished as part of the techno-commercial bid:

7.5.9.1 Serving Mobile Location Centre (SMLC)

S.No Items Quantity required

1. Lb, Lu-pc interface (SMSC-BSC/RNC)- CCS# 7 Links 40

2. Lp interface (SMLC-SMLC) - CCS# 7 Links 8

3. CBC-SMLC interface 2

4. Optical drive 2

5. X.25 / TCP/IP port 2

7.5.9.2 Dimensioning:-Gateway Mobile Location Centre (GMLC)

S.No Items Quantity required

1. Le interface (Co-located with Application server) – F.Ethernet Ports

2

Page 118: TENDER DOCUMENT (Ph V).pdf

118/337

2. Le interface (Remotely located from Application server) –E1 serial link

2

3. Lc interface(MLC-SCP) – CAP4 on CCS# 7 Links 32

4. Lg interface(MLC-VLR) – MAP V3 on CCS# 7 Links

32

5. Lh interface (MLC-HLR)– MAP V3 on CCS# 7 Links 32

6. Lr interface(GMLC-GMLC) – MAP V3 on CCS# 7 Links

16

7. Interface to B&CCS - FTAM on X-25 or FTP over TCP/IP

2

8. Optical drive 2

9. OMC-peripherals 2

10. X.25 or TCP/IP port for OMC 2

7.5.10 The bidder shall furnish, as part of the techno-commercial bid, a solution

document detailing the network architecture and the realization of all the applications and services both for postpaid and prepaid scenarios.

7.6 Over The Air (OTA) Platform and Applications

7.6.1 The OTA platform shall conform to the remote file access, management

and security mechanisms of SIM, (U)SIM and (I)SIM Cards specified in the following and other relevant specifications referred to therein:

(i) ETSI TS 102 225: "Smart cards; Secured packet structure for UICC based applications".

(ii) ETSI TS 102 226: "Smart cards; Remote APDU structure for UICC based applications".

(iii) 3GPP TS 02.48: "Security Mechanisms for the SIM Application Toolkit - Stage 1".

(iv) GSM 03.48 (TS 101 181): "Digital cellular telecommunications system (Phase 2+); Security Mechanisms for the SIM Application Toolkit - Stage 2".

(v) 3GPP TS 11.11: "Specification of the Subscriber Identity Module - Mobile Equipment (SIM - ME) interface".

(vi) 3GPP TS 11.14: "Specification of the SIM Application Toolkit for the Subscriber Identity Module - Mobile Equipment (SIM - ME) interface".

(vii) 3GPP TS 22.048: "Security mechanisms for the (Universal) Subscriber Interface Module (U)SIM Application Toolkit; Stage 1".

Page 119: TENDER DOCUMENT (Ph V).pdf

119/337

(viii) 3GPP TS 23.048: "Security Mechanisms for the SIM application toolkit; Stage 2".

(ix) 3GPP TS 31.116: "Remote APDU Structure for (U)SIM Toolkit applications".

(x) 3GPP TS 51.011: "Specification of the Subscriber Identity Module - Mobile Equipment (SIM - ME) interface".

7.6.2 The term “(U/I)SIM” appearing in this DTR and elsewhere in this tender document shall be read as “(U)SIM, (I)SIM and SIM”.

7.6.3 The term “Mobile Devices” appearing in this DTR shall be read as “2G/2.5G MS/3G UE”.

7.6.4 The requirements indicated in this DTR are only indicative and not restrictive. The bidder shall provide a comprehensive solution taking into account the fact that the 3G mobile devices would be very complicated from the perspective of configuring for network specific parameters and settings and the users would be new to the services as well to such mobile devices. The OTA platform shall relieve both the BSNL and its subscribers of this complexity and hide these behind the capabilities of OTA platform to be handled by it.

7.6.5 OTA platform shall not have any dependence on the brand or manufacturer of (U/I)SIM card in delivering the services and realising the applications.

7.6.6 The requirement of OTA platform shall be met by the bidder through any one of the following methodologies:

(i) Upgrade and expand the existing OTA platforms to cater to the entire subscriber base of BSNL; i.e existing and proposed capacity under this tender.

(ii) Upgrade the existing and supply a new OTA platform to cater to the entire subscriber base of BSNL; i.e existing and proposed capacity under this tender.

(iii) Replace the existing with a new OTA platform to cater to the entire subscriber base of BSNL; i.e existing and proposed capacity under this tender.

7.6.7 Notwithstanding option exercised by the bidder as indicated above, the OTA platform shall manage the existing BSNL SIM cards with the same level of service capability.

7.6.8 The OTA platform shall have a Signalling Gateway (SGW) that shall support both SIGTRAN and legacy SS7 stack. The SGW shall be dimensioned to support all the functionalities sought in this tender with only 30% loading on the signalling links.

7.6.9 The OTA platform shall interface directly with GMSC/GMSC-Server and HLR through signalling gateway and shall have Mobility Management functionality using standard and latest MAP protocol to deliver individual messages directly to the Mobile Devices as well perform cell broadcast.

7.6.10 OTA platform shall have the capability to send and receive 7 bit and 8 bit encoded messages.

Page 120: TENDER DOCUMENT (Ph V).pdf

120/337

7.6.11 The OTA platform shall be seamlessly integrated with the existing and new network elements and with the (U/I)SIM/MS/UE to present a user friendly GSM/UMTS network to the customer. The OTA platform shall interwork with the (U/I)SIM as well as with the different browsers provided in the MS/UE.

7.6.12 The OTA platform shall hold the subscriber profile and MS/UE profile in the database to facilitate tracking of the MS/UE-(U/I)SIM bonding. The MS/UE database shall hold the details of all the ME/UE. It shall be possible to update ME/UE repository regularly through user friendly GUI. The OTA platform shall maintain a database of Mobile Device capabilities regarding WAP/MMS/GPRS/Email/PTT and all 3G services related, which must be updated with recent releases at least once every month. It shall also be possible to interrogate the mobile device repository to verify the parameters associated with the ME/UE.

7.6.13 The subscriber profile in the OTA platform shall be created when the subscriber is provisioned in the network. Every modification in the subscriber data shall also be reflected in the OTA platform profile. The profile shall contain all relevant data including whether the subscriber is a prepaid or post paid to facilitate management of (U/I)SIM and/or ME/UE.

7.6.14 The OTA platform shall provide the following functionalities:

(i) Mobile Device (MS/UE) Management Functionality.

(ii) Remote File Management on the (U/I)SIM.

(iii) Remote Application and Applet Management.

(iv) Preferred Roaming Application.

(v) Secure Application Server.

7.6.15 The Mobile Device Management shall detect the change in the handset of the customer from 2G to 3G and update the (U)SIM and (I)SIM application with the required 3G parameter and roaming lists. The OTA platform shall also configure the capabilities of the 3G handset automatically to work with the BSNL’s UMTS network as per the subscription profile registered in the OTA platform at the time of creation of the 3G subscription.

7.6.16 The OTA platform shall automatically detect subscriber’s first use of new or changed mobile device in order to trigger the dispatch of relevant network specific new settings for OTAP mobile device. The OTA platform will automatically set up the MS/UE for WAP/GPRS/MMS/Email/PTT settings / Bookmarks / Wireless Village / SyncML with network specific parameters and settings. For non-OTAP mobile device, the system should be able generate a report and alert a customer care interface of the OTA platform. The customer care interface should present a step by step procedure along with mobile device Graphics which can assist Customer Care Agents to help BSNL customers in setting up their own phones for the relevant settings.

7.6.17 The OTA platform shall be capable of making over the air updates to (U/I)SIM card files independent of the (U/I)SIM brand or manufacturers as per 3GPP specification TS 23.048.

Page 121: TENDER DOCUMENT (Ph V).pdf

121/337

7.6.18 The OTA platform shall be capable of updating the (U/I)SIM menus and applications over the air.

7.6.19 The OTA platform shall provide gateway for the (U/I)SIM card browser to interact with the WML applications on the Web and application servers.

7.6.20 The OTA platform shall support SIM toolkit messaging using Bearer Independent connections for addressing SIM toolkit application on the (U/I)SIM in a uniform manner using a shared data channel, re-using existing toolkit addressing mechanisms, and with support for Proof of Receipt. The OTA platform shall support server-initiated channel setup also.

7.6.21 The OTA platform shall provide Java Applet Management for Remote Applet Management as per 3GPP TS 23.048 for (U/I)SIM. Remote Applet Management shall include the ability to load, install, and remove applets on the (U/I)SIM.

7.6.22 The OTA platform shall be responsible for applying the security mechanisms to the application messages and thus turning them into Secured Packets for over the air exchange.

7.6.23 It shall be possible to specify ME and (U/I)SIM resources the applet instance can use using the toolkit applet specific parameters field defined in 3GPP specification TS 23.048. These resources include the timers, the Bearer Independent protocol channels, menu items for the Set Up Menu and the Minimum Security Level. It shall be possible for BSNL to define the menu position and the menu identifier of the menus activating the applet.

7.6.24 The OTA platform shall be capable of updating (U/I)SIM card files and Browser Menus at the BSNL POS. The bidder shall also supply suitable terminals and (U/I)SIM POS reader hardware for 100 customer care centres for this purpose.

7.6.25 Capability to despatch device settings as per OMA Device Settings Standard for 15% of the subscriber capacity planned in this tender.

7.6.26 It shall be possible for the OTA to send information to external provisioning system after the settings have been delivered to the subscriber or alternately receive the information from a provisioning system and set up the subscriber’s mobile device with settings for WAP/GPRS/CD data/MMS/Email/ Bookmarks/Wireless Village/SyncML etc.

7.6.27 The OTA platform shall provide basic capability for business work flows to be designed for automation of processes related to device management. Capabilities shall have a GUI based business process workflow engine, which will allow BSNL the ability to configure events (example: discovery of a WAP capable handset), define rules (example: check whether the subscription is Prepaid) and define actions (dispatch settings and dispatch a notification to the GPRS provisioning system) etc

7.6.28 It shall be possible to perform batch updates of settings to subscribers using a file with a list of IMEI’s (or MSISDN’s) as input.

7.6.29 OTA Platform Signalling Gateway functionality

Page 122: TENDER DOCUMENT (Ph V).pdf

122/337

7.6.29.1 The OTA platform shall have a network vendor independent signalling gateway, which will provide the following converged functions:

7.6.29.2 The OTA Signalling Gateway will mimic the EIR function and interface with the STP to receive every instance of a Power On location update (10% of subscribers in busy hour) event in order to relay the IMEI (and IMSI OR MSISDN) information to the OTA platform. The Network shall support the delivery of IMEI / IMSI information to the OTA Gateway. An alternate mechanism that produces the same result i.e. discovery of the IMEI/IMSI OR IMEI / MSISDN pairs at each Power On Location Update event, may also be acceptable. The HLR shall support MAP Send Routing Information for LCS.

7.6.29.3 The OTA Signalling Gateway shall be able to intercept/tap roaming links to monitor and discover each event of subscriber registration while roaming in a VPLMN. The OTA Gateway shall send the MSISDN/MNC/MCC discovered at each such event to the OTA platform.

7.6.29.4 The OTA Signalling Gateway shall be able to perform the function of message dispatch and receipt as per ETSI 0338 and ETSI 0348 Standard.

7.6.29.5 OTA Signalling Gateway SS7 interface towards the GMSC/STP shall be with SIGTRAN support of at least 50 messages/second/Million subscriber capacity. It shall be the sole responsibility of the bidder to adequately dimension the signalling links in line with the signalling requirements of the solution offered.

7.6.30 OTA Secure Applications Server

7.6.30.1 The OTA Secure Applications Server shall manage the distribution of secure (U)SIM certificates OTA in conjunction with a Certification Authority.

7.6.30.2 The OTA platform shall be able to perform validation for DES / 3 DES signatures performed by a secure key on a (U)SIM card prepared as per the TEC GR No. GR/SIM-03/01. APR 05.

7.6.30.3 The OTA platform shall be capable of receiving (U)SIM browser encrypted and signed application data as per the PKCS7 standard for non-repudiable mobile commerce transactions using (U)SIM based private keys stored on the (U)SIM card as per PKCS15 standards for handing over to the concerned application over SSL.

7.6.31 The OTA platform shall be capable of storing network information, such as to provide cell-id / landmark based subscriber location information to (U/I)SIM browser applications.

7.6.32 OTA platform shall have interfaces to directly interconnect with gateway MSCs/Common Core Network of each licensed service area.

7.6.33 OTA platform shall have the functionality to receive MO messages over SMPP interface.

7.6.34 OTA platform shall have GUI interfaces for operations management and administration activities

7.6.35 OTA platform shall support message concatenation

Page 123: TENDER DOCUMENT (Ph V).pdf

123/337

7.6.36 OTA platform shall have “More Messages to Send” feature to enable faster delivery of concatenated messages

7.6.37 OTA platform shall provide service menu management on the (U/I)SIM card for at least two levels. I.e. it should be possible to modify a service by adding or deleting second level (U/I)SIM Service Menus, without deleting or adding the Main Service Menu.

7.6.38 OTA platform shall provide self-provisioning feature for the subscriber on web interface as well as by the subscriber on (U/I)SIM card using the menu options. OTA platform shall be suitably protected through a firewall.

7.6.39 Preferred Roaming Application

7.6.39.1 The OTA server must have capability to provide BSNL a Preferred Roaming application, that enables its subscribers to remain in the Preferred Roaming networks configured in the subscribers SIM, while roaming.

7.6.39.2 The Roaming Management capability in OTA shall be able to facilitate automatic (without subscriber intervention or knowledge) preferred network selection in a visited Network, where GSM service exists from two or more GSM Service Providers, and BSNL has Roaming agreements with those other networks.

7.6.39.3 The OTA shall be able to connect to the SS7 roaming links of BSNL, and use dynamic network information such as VLR registration, to detect a subscriber’s PLMN selection, check the (U/I)SIM subscription information for preferred networks, and be able to make OTA updates to the (U/I)SIM card attributes, that facilitates the movement of subscriber from the non-preferred network to the Preferred Network in real time.

7.6.39.4 The Preferred Roaming application should be able to make differential (U/I)SIM updates depending on the mobile device capability. The mobile device capability shall be either discovered automatically in real time, or be configurable in the OTA database such as to make the (U/I)SIM update procedure selection in real time.

7.6.39.5 The purchaser must be able to configure such timers, as can facilitate masking of the (U/I)SIM updates for a time since the last (U/I)SIM update activity. The purchaser must also be able to configure the preferred vs Non-preferred PLMN information on the OTA database. It shall also be able to configure a set of ‘In consequential’ PLMNs, where no (U/I)SIM update activity is carried out for purposes of Roaming Management.

7.7 Advertisement Push Server

7.7.1 The server shall interface towards WAP server and OTA server. The solution shall be able to dispatch Video Clips, Movie trailers, WML pages, carrying New Applications or Promotional Messages, to a targeted set of subscribers. Such messages should provide an interactive capability for the subscriber to respond with the click of a Menu Item to reach Internet Pages embedded in the WML page.

7.7.2 Advertisement Push Server shall be capable of sending at least 5000 short video clips and 10000 SMS per second.

Page 124: TENDER DOCUMENT (Ph V).pdf

124/337

7.7.3 It should able to generate necessary reports required for settlement with the third party service provider.

7.7.4 It shall have suitable security mechanism through firewall and IDS integrated in the system.

7.7.5 The Advertisement Push Server shall also have interface to Service Delivery Platform (SDP) for delivery of advertisements etc through different network elements for both GSM and UMTS subscribers.

7.7.6 The Advertisement Push Server shall have the following functionalities:

(i) Schedule Promotion campaigns for BSNL’s subscribers

(ii) Accept a flat file with Subscriber MSISDN’s to execute campaigns.

(iii) The message text for the Campaign may be input as a text file or directly from a GUI

(iv) Enable automated execution of Campaigns at a pre-defined time, as also provide functionality for rescheduling and cancellation of campaigns

(v) The Campaign message may be 7 bit plain text, WML pages or WAP service messages

(vi) Web based GUI to manage campaigns with secured access using password

(vii) Web based GUI to add and delete users for administrator purposes

(viii) Web based GUI to provide access rights to enable launch of campaigns by BSNL authorized content providers/agencies.

7.8 WAP

7.8.1 WAP network elements shall be provided as per the TEC GR No. G/WAP-01/01.JUN 2000 with support for WAP versions WAP.1.x, WAP.2.x and the latest version of WAP that becomes available on the date of NIT.

7.8.2 The requirement of WAP network shall be met by the bidder through any one of the following methodologies:

(i) Upgrade and expand the existing WAP network to cater to the combined capacity of the existing WAP and that proposed under this tender.

(ii) Upgrade the existing and supply a new WAP network to cater to the combined capacity of the existing WAP and that proposed under this tender. It is the responsibility of the bidder to ensure that the existing and the new WAP networks are integrated into a single entity.

(iii) Replace the existing with a new WAP network to cater to the combined capacity of the existing WAP and that proposed under this tender.

Page 125: TENDER DOCUMENT (Ph V).pdf

125/337

Irrespective of the methodology adapted to realise the capacity requirement, the bidder shall ensure that services, features and facilities offered by the WAP network shall be same across the entire mobile subscriber base of BSNL; existing and new to be added through this tender.

7.8.3 The WAP gateway shall support event and subscription based charging mechanisms. The system shall support advanced Integrated Service Subscription Environment. The system shall also support advice of charge methods to support service subscription environment. The integrated subscription environment shall provide, as a minimum, the following features:

(i) Allow or deny, suspend or resume the access of WAP service across the subscriber base.

(ii) Control on what a subscriber can browse using the WAP service

(iii) Charge the subscriber based on what the subscriber is browsing

(iv) Suspend or resume the subscription of a subscriber

(v) Get detailed reports from the system

(vi) Allow on-line self-subscription by subscribers to various services launched and to manage their subscriptions on their own

(vii) Advise the subscribers about the services and its charges to facilitate the subscriber to use online subscription of the services.

7.8.4 The WAP network shall be dimensioned for 100% WCDMA and 40% GSM subscribers capacity being tendered and with the following parameters:

S.No Parameter Value Remarks

a. Number of sessions per day per subscriber

2

b. Number of transactions per session

12

c. Busy hour Transactions as percentage of day’s traffic

16%

d. Average Transaction Data Size 50KB

e. WAP 2x : WAP 1x Traffic Ratio 70 : 30

GPRS 50%

EDGE 25%

f. Bearer Mix

3G 25%

Page 126: TENDER DOCUMENT (Ph V).pdf

126/337

��� ������������ ����������������� �������

7.9.1 The IMPS solution to be supplied shall be fully compliant with OMA

IMPS Ver 1.3 specifications or later and offer a comprehensive functionality set for Presence and Instant messaging Services. It shall provide full backward compatibility with the Wireless Village 1.1 specifications.

7.9.2 The Solution should provide a rich set of IMPS features and functionality. The following features and functionality, as a minimum, shall be provided:

(i) Instant Messaging

(ii) Presence

(iii) Groups

(iv) Value Added Services

(v) Interoperability Services

7.9.3 The bidder shall provide an end to end solution that shall, among other required elements, shall comprise of IMPS Server, Gateway node for interconnecting other IMPS solutions and Internet based Instant Messaging Services and downloadable Instant messaging clients on Java, Smart-phone and Desktop. The bidder shall build and supply native IM clients on feature phones, as per BSNL requirements as part of IMPS system.

7.9.4 IMPS shall support creation and usage of Virtual Buddies. One such buddy example is SMS based VAS services - “keyword” based pull services similar to existing SMS based pull services and all current keyword based SMS based pull services shall be mapped and made available as part of the IMPS service.

7.9.5 The IMPS solution shall also support “push” based services and bidder shall offer at least three push based IMPS applications to the satisfaction of BSNL. The bidder shall provide detailed description of these three applications as part of the bid.

7.9.6 The IMPS System shall provide support for event (or message) and subscription based charging mechanisms. The system shall support advanced Integrated Service Subscription Environment. The system should support advice of charge methods to support service subscription environment.

7.9.7 The IMPS solution shall be dimensioned suitably to offer services to 10% of the GPRS+50% of EDGE +50% of 3G subscriber base and shall support 100 TPS(transactions/sec) capacity. The solution offered shall be designed for high availability and scalable and shall be engineered with fully redundancy.

Page 127: TENDER DOCUMENT (Ph V).pdf

127/337

7.10 Push to Talk over Cellular (PoC)

7.10.1 The PoC system shall be provided as per 3GPP TS 23.979 v 6.1.0.

7.10.2 The PoC system should be based on OMA-PoC standards.

7.10.3 The system components should be built on IMS standards and the system should include the Call Session Control Function (CSCF), Home Subscriber Server (HSS), Media Resource Function (MRF), Presence Server and the PTT Application Server.

7.10.4 The supplied PoC system shall be able to provide the PTT services to end users who have OMA-PoC compliant terminals over GPRS or WCDMA packet switched networks.

7.10.5 The bidder shall propose complete provisioning solution whereby the Business System shall only issue a single subscriber provisioning order and the system shall ensure that subscriber is correctly provisioned in HSS, DNS server as well as in Application server.

7.10.6 The offered system shall generate the charging data in ASN.1 format to allow charging of the PoC users. The charging CDRs should include following as a minimum:

7.10.6.1 Talk session identifier

7.10.6.2 Participant identity, both sender and receiver(s)

7.10.6.3 Time and date

7.10.6.4 Accounting-Request (event) for Talk burst duration

7.10.6.5 Accounting-Request (interim) is used for long duration sessions.

7.10.6.6 Number of Talk bursts

7.10.6.7 Total amount of RTP data transferred in Octets

7.10.6.8 Total amount of data as reported by the EIT Client

7.10.7 The PTT system shall provide Compression technologies for SIP signalling compression.

7.10.8 The PTT system shall support the following end-user functionalities as a minimum:

7.10.8.1 Users shall be able to set up a call as a two party PoC call.

7.10.8.2 Instant Group Talk: Users should be able to establish PoC with all members defined of a pre-defined group by selecting this group and establishing an IMS PoC session.

7.10.8.3 Ad-Hoc Instant Group Talk: A user shall be able to selects contacts from the contact list and instantly initiate a one-to-many PoC session.

7.10.8.4 Add users to an ongoing PoC session: During an ongoing PoC session a participant can add other users or pre-defined groups to the session. J

7.10.8.5 Join/Rejoin to Ongoing PoC Session: It shall be possible for a PoC user to join/re-join an already ongoing group session, if the user is a member of the group.

Page 128: TENDER DOCUMENT (Ph V).pdf

128/337

7.10.8.6 Automatic answer mode: A user shall be able to set the mode to automatically accept incoming calls from selected contacts and thereby use PoC as a regular walkie-talkie.

7.10.8.7 Manual answer mode: Alternatively user should be able to select a mode to have the option to accept or reject to join a PoC session, when the invitation alert is presented to the user.

7.10.8.8 Do-Not-Disturb: Users shall have the ability to reject communication with any user before communication is initiated. Users are also able to block all users by rejecting all communication.

7.10.8.9 Access Lists: Access lists are used to block certain users or to grant them specific access for example when Do-Not-Disturb is active. This can for example be used to grant your family members access when Do-Not-Disturb is active.

7.10.8.10 Talker, User, Participant and Group Identification Presentation: When a user receives an incoming PoC session request, the user will also receive the identity of the inviting user or the group the invitation is connected to. It is possible to identify which participant that is joining/leaving a group session as well as the participant that is currently sending a Talk burst.

7.10.8.11 Instant Personal Alert: A user shall be able to request another user to initiate an Instant Personal Talk back to him/her.

7.10.8.12 Group and List Management: The PoC solution shall enable users to define users and groups that are saved in the contact list in the mobile device. The List and Group Management Server, which shall be a part of Push-to-Talk solution from vendor shall automatically synchronize contact and group information between the mobile device and the IMS PoC Application Server. This functionality shall be compliant to the OMA PAG specifications and shall be able to be used for other IMS services.

7.10.8.13 Talk Burst Control: PoC sessions shall have Talk burst control that is compliant to OMA PoC. Talk burst control shall ensure that only one participant at a time is allowed to Talk, by only accepting one RTP stream at any given time.

7.10.8.14 Presence: PoC shall contain presence feature compliant to OMA PAG specification. Presence shall allow subscribers to see who is available for a PoC session. The presence status shall be offered through the end-user’s contact list or similar on the terminal.

7.10.8.15 The system shall be designed for a capacity of 200K subscribers and expandable in steps of 100K

7.11 Video Gateway and Streaming Server

7.11.1 Video Gateway shall handle call control and media translation functionality between the 3G.324M mobile core network and H.323/SIP (Session Initiation Protocol network) and also between 3G.324M mobile core network and streaming protocols e.g. RTP/RTSP.

7.11.2 The Video gateway shall provide interfaces for different business solutions i.e. CS streaming and Multi-party Conferencing.

Page 129: TENDER DOCUMENT (Ph V).pdf

129/337

7.11.3 The Video gateway solution shall provide following main video call scenarios for IP network and mobile users:

7.11.3.1 Video call from H.323 or SIP compliant terminal to 3G.324M compliant handset (mobile)

7.11.3.2 Video call from 3G.324M compliant handset to H.323 or SIP compliant terminal

7.11.3.3 Call from 3G.324M compliant handset to 3G.324M compliant handset (mobile)

7.11.3.4 It shall be possible to stream services from streaming servers.

7.11.4 The Video gateway solution shall have following main features and services:

7.11.4.1 The system shall support following Codecs:

(i) GSM AMR

(ii) G.723.1

(iii) G.711 A-law and �-law

(iv) Silence suppression (VAD, DTX/SID, CNG)

(v) H.263 version 1.

(vi) H.263 version 2, including annexes I, J, K and T.

(vii) MPEG-4 Simple Visual Profile @ Level 0

7.11.4.2 Advanced telephony services such as calling line identification, outgoing call barring and call forwarding

7.11.4.3 Advanced call routing facilities for routing calls based on E.164 or user e-mail addresses

7.11.4.4 It should support Interface to video messaging and conferencing systems

7.11.5 Fall-back to Voice: The Video gateway shall reinitialize a call as a pure voice call towards the 3G client when the 3G network first receives a call as a multimedia call and releases it due to the mobile terminal is not video capable or it is outside the 3G coverage.

7.11.6 Single graphical interface management console for the management of the entire ViG network

7.11.7 ViG shall support interface to video messaging/video conferencing system.

7.11.8 The ViG shall support simultaneously 1000 P to P calls and 2500 P to C calls. The video Gateway shall also support streaming function.

7.11.9 The system should generate CDRs containing all necessary required information for charging of the subscribers.

7.12 Streaming Solution:

7.12.1 The vendor shall provide the streaming content delivery solution for the high bandwidth data networks i.e. EDGE and WCDMA.

7.12.2 The system shall provide the following functionalities:

Page 130: TENDER DOCUMENT (Ph V).pdf

130/337

(i) The system shall support session management, traffic control and QoS monitoring.

(ii) The system shall create charging data and provide an interface to the support nodes that perform Billing, Authentication, Authorization, Accounting (AAA), Content Management, Operation and Maintenance (O&M), as well as Subscriber Management.

(iii) The system shall retrieve data streams from storage for multimedia presentations, converting these presentations into data packets that can be sent over the underlying network for delivery to the end-user. The system shall support both Real and 3GPP streaming clients.

(iv) The system shall include a Web Server for still images, SMIL files, and static text information as a front end for end-subscribers to browse and access streaming content stored or accessible from this solution.

(v) The system shall include a Directory Server to provide a central repository for storing and managing identity profiles, access privileges and application information, and enables access to the Subscriber and Content Information Databases.

(vi) The system shall have an FTP Upload Server allowing BSNL content partners to upload content to streaming system. It shall provide standard FTP functions for the upload as well as storage capacity for the uploaded content.

(vii) The system shall include the encoders for converting the raw content into a streaming digital content. The system shall to provide industry grade two Batch encoders and two live streaming encoders.

7.12.3 The system shall support Circuit switched streaming towards the 3G.324 WCDMA terminals through a Video gateway.

7.12.4 The system shall in addition to live streaming, also support the video content download and progressive downloads.

7.12.5 The system shall extend the SNMP based alarms and events to O&M systems.

7.12.6 The system shall provide the CDRs as well as Diameter based real-time charging towards IN systems.

7.12.7 The system shall support the QoS mechanisms to ensure guaranteed service experience to end-users. Following QoS mechanisms shall be implemented:

7.12.7.1 Initial control and limitation of presentation bandwidth based on subscription data.

7.12.7.2 Regulation of total system bandwidth consumption, by prioritization of ongoing streaming sessions over new ones.

Page 131: TENDER DOCUMENT (Ph V).pdf

131/337

7.12.8 Support for Differentiated Services (DiffServe) for prioritization of time-critical IP traffic enabling End-To-End QoS in combination with Radio Network QoS bearers

7.12.9 The supplied WCDMA system shall be capable of supporting Peer to Peer Video calls.

���� ������������������ !"������

7.13.1 The SDP shall offer a complete solution for the value added service delivery requirements. It shall put a layer between the network and the services as a gateway to access the enablers and resources in a controlled manner. It shall connect to the network resources with industry standard and legacy interfaces, and allows the applications to use them as defined in business process automation and SLA.

7.13.2 The SDP shall provide necessary integration capability to the Operations Support System/Business Support Systems (OSS/BSS).

7.13.3 The SDP shall be redundant, fault tolerant, scalable and load balancing between various components.

7.13.4 The SDP shall act as an integration point for various shared enablers, such as device management, transcoding, DRM etc. These functionalities shall be offered as a part of the complete Platform solution.

7.13.5 The SDP shall define different roles and components during introducing a new service.

7.13.6 The content providers and the application providers shall be separated, in order to identify different activities between these two parties such as providing content for “any” service, and building up application logic of the service, which may or may not utilize the available content on the SDP. The SDP shall allow reusing the content in different services with different application logic (such as using the same song in music download and in ring back tone service etc) or utilizing the same application logic in different services (such as using the same application in MMS, Game, Wallpaper downloads etc).

7.13.7 It shall be possible to make necessary service configurations, such as defining the short codes, URLs, the tariff, and also setting up the access to the shared enablers.

7.13.8 The system shall provide ability for branding of the service, not only the marketing activities, but also defining per service naming, descriptions, the WEB/WAP portal appearance etc.

7.13.9 The SDP shall broadly have the following subsystems with the specified functional Requirements:

7.13.9.1 SDP Management

The SDP Management shall be responsible to handle any management and monitoring activities on the whole system. It shall provide WEB based management portals and tools to manage different areas of the platform. It shall handle the accounts and profiles of the system components, the services, the partners and the subscribers. It shall also

Page 132: TENDER DOCUMENT (Ph V).pdf

132/337

be possible to create new workflows, apply them for different actions and actors on the system.

7.13.9.2 System Management:

(i) System Management shall handle the Platform’s general configuration and management. It shall be responsible for the general system monitoring and diagnostics. The users of the system with the proper access rights shall be able to take actions on the system through system management. System Management shall provide the following features:

(a) Monitor the general system status

(b) Manage the software configuration of the system

(c) Manage the hardware configuration of the system

(d) Manage the processes running on the system

(e) Access to the alarms generated by the system

(f) Access to the logs generated by the system

(g) Access to the traces generated by the system

(h) System or component upgrade

(i) System or component rollback

(j) System backup

7.13.9.3 Service Management:

(i) Service Management shall be responsible to provision the services on top of platform, using the service life cycle. The ASP level users shall be able to utilize the service life cycle to publish new services on the system. The ASP partners and the system owner users shall be able to take the following activities based on their right set:

(a) Introduce a new service

(b) Send Service to approval

(c) Approve Service

(d) Validate Service

(e) Publish Service

(f) Retire Service

(g) Delete Service

(h) Activate a service

(i) Deactivate a service

(j) Edit Service (Edit service type, Edit service resources (within the defined SLA of the ASP), Edit service limits (within the defined SLA of the ASP), Edit publish dates, Edit charging information, Edit service number, Edit service metadata, Set service access from WEB, Set service access from WAP, Set service access from IVR, Set service access from SMS, Set service access from USSD)

Page 133: TENDER DOCUMENT (Ph V).pdf

133/337

(ii) Service management shall also provide the following monitoring and reporting information to the ASPs and the system owner users:

(a) Service Monitoring - Number of active services, Number of active service instances, Number of connections to the service interfaces, Native Application server memory and CPU usage, Active resource usage per service, Errors and Exceptions and Alarms etc

(b) Reports - Hit rate per service (within the indicated time intervals), Success rate per service (within the indicated time intervals), Failures per service (within the indicated time intervals), Resource usage per service (within the indicated time intervals) etc.

7.13.9.4 Partner Management:

(i) Partner Management shall support at least three levels of hierarchical structure for the partners defined on the system. These partners shall be able take the following roles:

(a) System Owner (Level 1)

(b) Application Service Provider (Level 2)

(c) Application Developer (Level 3)

(d) Content Provider (Level 3)

(ii) Each of the partners shall have its own right user/user group space and access rights on the system, which are defined by the partner management. Partner Management shall handle the following activities:

(a) Creation of partners in the ASP level

(b) Defining the access rights of the ASP partners – Manage sub partners, users of the partner, services under the ASP, content under the ASP, subscriber pool under the ASP, WEB portal of the ASP, WAP portal of the ASP, and IVR portal of the ASP

(c) Defining the SLA of the ASP

(d) The resources usable by the ASP - Service Interfaces, Shared Enablers, and Network Interfaces.

(e) OSS/BSS Interfaces - The limitation to the access to the resources, the number of services, the content categories accessible by the ASP, the service numbers assigned to the ASP, the revenue shares of the ASP and reports accessible by the ASP

(f) Creating partners in the Application Developer level.

(g) Defining the access rights of the Application Developer partners - Manage users of the partner, Manage services, Access staging environment, Access to the native service creation environment, The revenue shares of the Application Developer and Reports accessible by the Application Developer

Page 134: TENDER DOCUMENT (Ph V).pdf

134/337

(h) Creating partners in the Content Provider level

(i) Defining the access rights of the Content Provider partner - Manage users of the partner, Manage content, Access rights to the content categories, Access to the staging environment, The revenue shares of the Content Provider, and Reports accessible by the Content Provider

(j) Contract and SLA agreement automation

(k) Trouble Ticketing and problem tracking

(l) Generating reports and statistics about the partners - The partner performance evaluation, The partner reports based on services, The partner reports based on content, The partner reports based on subscribers, The partner reports based on revenues and Revenue settlement reports.

7.13.9.5 Subscriber Management

(i) The SDP shall define different subscriber pool for each of the ASP on the system. The ASPs shall be able to manage the subscribers, define various target market groups and collects information from subscriber profiling. The SDP shall allow the ASPs the following actions on the subscriber management:

(a) Blacklisting of the subscriber

o System wide o Per Service

(b) Grouping subscribers

(c) Activating subscriber

(d) Deactivating subscriber

(e) Deleting subscriber

(f) See the history of the subscriber

(ii) The system shall also provide a built in CRM module which allows the call center agents to access various subscriber information, based on their access level. The call center agents shall be able to take the following actions:

(a) Activating subscriber

(b) Deactivating subscriber

(c) Deleting subscriber

(d) See the history of the subscriber

(e) Check customer balance

(f) Resend password

(g) Send new password

(h) See/edit subscriber secret question

(i) Send content as gift

(j) Resend content

Page 135: TENDER DOCUMENT (Ph V).pdf

135/337

(k) Subscribe to a service

(l) Unsubscribe to a service

7.13.9.6 Workflow Management

(i) Workflow Management shall work closely with the workflow engine and the business process automation to realize and create various workflows and lifecycles for the management related activities. The workflow management shall provide the following features:

(a) Create a new workflow for a task

(b) Update a workflow for a task

(c) Delete a workflow for a task

(d) Define default workflow

(e) Define the role of a user in the workflow

(f) Define the role of a partner in the workflow.

(ii) The created workflows shall be realized on the workflow engine in the business logic.

7.13.10 Content Management

Content Management shall provide a complete content management suite, integrated with the other SDP capabilities. It shall support any content type which can be used in the services in the mobile networks, fixed networks and next generation networks. The content management shall support content types such as Voice, SMS, MMS, Operator Logo & Picture Messages, Ring Tone, Polyphonic Ring Tone, Realtones, J2ME, Symbian, Mophun, Smartphone, Video, MP3, HTML & xHTML and WML. The content management shall support the packaging of the various content types into single content structure.

7.13.10.1 Content life cycle

(i) The content life cycle shall allow taking the following actions by the content provider users, the ASP users and the system owner users with the proper access rights:

(a) Introduce/Create/Upload a new content

(b) Send content to approval

(c) Approve content

(d) Validate Content

(e) Publish Content

(f) Retire Content

(g) Delete Content

(h) Activate a content

(i) Deactivate a content

(j) Edit Content - Edit content parts, Edit content sequence, Edit publish dates, Edit charging information (which overrides the related service charging for the premium content), Set DRM

Page 136: TENDER DOCUMENT (Ph V).pdf

136/337

information, Set supported device information, Edit content metadata, Set content display from WEB, Set content delivery from WEB, Set content display from WAP, Set content delivery from WAP, Set content display from Thin Client, Set content delivery from Thin Client, Set content delivery from IVR, Set content delivery from SMS, and Set content delivery from USSD

7.13.10.2 Content categorisation

(i) Content Categorization shall handle various organizations of the content entities, the metadata association with the content and handles the access of the third parties and the services in a controlled manner. The content categorization shall be responsible for packaging the content entities coming from different sources into content structures usable in the service association. The content categorization shall support the following actions:

(a) Create new category

(b) Set access rights for the category

(c) Copy category

(d) Move Category

(e) Delete Category

(f) Activate Category

(g) Deactivate Category

(h) Edit Category - Edit Category Name, Edit Category Metadata, Set category display/browsing from WEB, Set category display/browsing from WAP, Set category display/browsing from Thin Client, and Set category browsing from IVR.

7.13.10.3 Content aggregation

(i) Content Aggregation shall be the various content interfaces for the third parties and the existing content sources to feed content to the system in an automated way. It shall offer XML based interfaces, RSS feed handling and thin API sets. Content Aggregation shall provide the following functionalities:

(a) Access to the content aggregation from a external system

(b) Authentication of the user

(c) Authorization of the user

(d) Content injection in the selected status

(e) Content update

(f) XML interface access

(g) Thin API access

(ii) Content Aggregation shall also include a “Crawler” which is capable to browse and fetch content from a given URL, or an RSS feed based on the script

7.13.10.4 Service Association

Page 137: TENDER DOCUMENT (Ph V).pdf

137/337

(i) Service Association shall focus on utilizing the existing content in various services. Service Association shall handle not only simple content download services, but shall also enable more sophisticated services to use the content in the service flows as well. The service association shall provide the following functionalities:

(a) Bind categories under a service

(b) Unbind categories under a service

(c) Content key validation under a service

(d) Display services bound to a category

(e) Display categories bound to a service

7.13.11 Applications

Applications shall be the logical part of the services in Platform. Platform shall let the application providers to create their application in different environments, also provide a robust flexible Service Creation Environment as well.

7.13.11.1 Trusted Application Server and Native Service Creation Environment (SCE)

(i) Platform shall offer a Trusted Application server and a Native Service Creation Environment, build up to handle the needs of the telecommunications world. The services built with the Native SCE shall be deployed on the trusted application server and can handle the service requests in a reliable and scalable way. The trusted application server shall provide the following features:

(a) Java based architecture

(b) Design to satisfy the needs of %99.999 uptime for telco grade operations

(c) Automatic load distribution

(d) Automatic fault recovery

(e) Support of connectivity to different resources via resource adapters

(f) Availability of adding new resource adapters

(g) Offered services by the application server – Execution, Scheduling, Monitoring, Statistics Collection, Log / Trace Collection, Timer Facilities, and Service Debugging

(ii) Auto discover the available web services from the UDDI registries and create the necessary Resource Adapters

(iii) Exposing a scenario flow as a WEB service.

(iv) The service creation environment shall provide the following features:

(a) Drag and Drop GUI to create services with the predefined service building blocks

(b) Ability of adding new service building blocks to the system

Page 138: TENDER DOCUMENT (Ph V).pdf

138/337

(c) Ability to group a part of the service flow and assign to a new service building block

(d) The predefined service building blocks associated with the resource adapters and control logic - Call Blocks, SMS Blocks, MMS Blocks, USSD Blocks, Voice Blocks, Content Blocks, Location Blocks, HTTP Blocks, WEB Services Blocks, TCP Blocks, Email Block, Telnet Block, FTP Blocks, Database Blocks, Charging Blocks, File Blocks, Variable Blocks, Miscellaneous Blocks, Signal Blocks, Synchronization Blocks, and SCE Blocks

(e) Auto discover the available web services from the UDDI registries and create the necessary Service Building Blocks

(f) Online help for the Application Developers

7.13.11.2 Third Party Application Servers and IDE & SDKs

(i) Platform shall allow the third party application servers to connect to the system via the exposed service interfaces in a controlled and a managed way.

(ii) Market available IDEs shall be used to develop applications, following the industry standard interface connections available in the service interfaces.

(iii) Third Party applications on the third party servers shall also be handled in the service management

7.13.11.3 Web Service Application Server and SDK

(i) Platform shall support a set of Web Service Interfaces, which are accessible from Web Service based applications to ease the development and integration.

(ii) The Web Services shall be used by utilizing integrated UDDI server.

(iii) Platform shall secure the access rights and policies to these Web Server interfaces in the general partner management framework in the platform management component

7.13.12 Service Interfaces

Platform shall offer three different service interfaces to the outer world addressing different needs. The access and usage policies for these service interfaces shall be managed form a common place. These different interface packs shall be used to fulfill the needs to integrate a platform based on operator’s targets and needs or, a hybrid system covering a wider scope.

7.13.12.1 OSA Interfaces

(i) The OSA interfaces shall be provided as follows:

Parlay Interfaces - Multiparty Call Control SCF, Generic User Interaction SCF (both call and non call based –SMS/USSD), Mobility SCF, Generic Messaging SCF, Charging SCF, Multimedia Call Control SCF, Conference Call Control SCF, Terminal Capabilities SCF, Data Session Control SCF, and Connectivity Manager SCF,

-ParlayX Interfaces.

Page 139: TENDER DOCUMENT (Ph V).pdf

139/337

7.13.12.2 Legacy Interfaces: SMPP 3.4 for SMS, SMPP 3.4 for USSD, MM7, LIF and XML/HTTP

7.13.12.3 Web Service Interfaces

(i) The Web Service Interfaces shall allow the developers to implement Web Service based services by using the exposed capabilities. The developers shall also be able to use these services in a hybrid way by using the native SCE. Various services such as access to the shared enablers are available from these Web Service interfaces.

(ii) The Web Service interfaces shall provide the following features:

(a) ParlayX interfaces

(b) The support web service interfaces

(c) The exposed web service interfaces of the shared enablers

(iii) The UDDI server for the exposed web service interfaces.

7.13.13 Business Logic

Business Logic area shall handle the SDP actor and component relationships on the system. The business logic components shall be managed by the SDP Management components. The business logic shall have minimum role during the service delivery, in order to guarantee the performance.

7.13.13.1 Policy Engine

(i) Policy Engine shall keep access right information, to authorize the actors on the system.

(ii) Policy Engine shall work in concert with the Business Process Automation and Workflow Subsystem to ensure that the system is accessed by different parties properly.

(iii) The policy engine shall provide the following features:

(a) Keep the access rights of the partners, users and applications

(b) Authorize the partners, users and applications based on the access rights

(c) Export the access rights

(d) Import the access rights

(e) Cross check of the interdependencies between the access rights of the partner, user and the application.

7.13.13.2 SLA & QoS

(i) SLA & QoS shall define the figures for the SDP third parties to access the operator enablers in controlled way within the SLA definitions.

(ii) SLA & QoS shall be responsible for defining the system usage rules for the channels.

(iii) SLA & QoS shall guarantee that the system is providing resources to the provider in a proper way as stated in the agreement and enters

Page 140: TENDER DOCUMENT (Ph V).pdf

140/337

proper information to the Business Process Automation and Workflow Subsystem

(iv) The SLA & QoS shall provide the following features:

(a) Realize the SLA figures defined in the partner management

(b) Allow access to the resources based on the SLA

(c) Allow access to the resources within the limits defined in the SLA

(d) Keep track of the usage of the resources within the limits defined in the SLA

(e) Block access to the resources if the limits are exceeded.

(f) Handle the resource sharing / load distribution and the throttling

7.13.13.3 Content & Service Delivery

(i) Content & Service Delivery shall handle the roles of download and alerting servers, the WEB server for WEB and WAP delivery

(ii) Content & Service Delivery shall also be the responsible integration point for external systems such as streaming server.

(iii) Content & Service Delivery shall be the responsible part which handles necessary protocol conversions.

(iv) The Content & Service Delivery shall provide the following features:

(a) WEB download server

(b) WAP download server

(c) Streaming server integrity

(d) Message keyword parser

(e) Protocol converter

7.13.13.4 Business Process Automation

(i) Business Process Automation shall be a compilation of out of the box and system owner created workflows to realize the business relation between different parties.

(ii) The following workflows shall be ready to use in the business process automation:

(a) Content Lifecycle

(b) Service Lifecycle

(c) Partner creation and profiling

(d) User creation and profiling

(e) Revenue settlement model creation

(f) SLA template creation

(g) Contract template creation

7.13.13.5 Revenue Assurance

Page 141: TENDER DOCUMENT (Ph V).pdf

141/337

(i) Revenue Assurance shall be the part where revenue sharing models are created, applied to different parties and proper reports are generated based on the service and content usage.

(ii) Revenue Assurance shall communicate with the OSS/BSS components to provide necessary financial information and include the accounting data into the system.

(iii) The revenue assurance shall provide the following features

(a) Revenue calculation

(b) Revenue sharing report generation

(c) Revenue sharing settlement

7.13.13.6 Workflow Engine

(i) Workflow Engine shall be the component where the business workflows are executed.

(ii) The workflow engine shall provide the following features:

(a) Ability to communicate with different components

(b) Load sharing

(c) Fault recovery

(d) Log workflow executions.

7.13.14 Shared Enablers

7.13.14.1 Portal Framework

(i) Portal Framework shall be a compilation of STRUTS based libraries, which can be integrated in the ASP’s and operator’s own portal, or a new portal can be build up from scratch.

(ii) On The SDP, each ASP shall be allowed to have their own WEB and WAP portal, also having their own subscriber pool.

(iii) The services shall be able to utilize the capabilities exposed by the portal framework to build up per service WEB and WAP interfaces.

(iv) The portal framework shall provide the following functionalities:

(a) Access service information/metadata from predefined tags

(b) Access content information/metadata from predefined tags

(c) Display the content/service in the order of the preference dynamically

(d) Allow subscriber to access to a service

(e) Allow subscriber to access to a content

(f) Allow subscriber to subscribe to a service

(g) Allow subscriber to access “My Services” section

(h) Allow subscriber to access subscriber history

(i) Allow subscriber to create own content

(j) Allow subscriber initiate a content download

Page 142: TENDER DOCUMENT (Ph V).pdf

142/337

(k) Allow subscriber send gift content to a friend

(l) Allow subscriber send gift service subscription to a friend.

(m) Register to the portal

(n) Change password

(o) Change secret question

(p) Display service list in the WEB portal

(q) Display service list in the WAP portal

(r) Recognize subscriber from the MSISDN in the WAP portal

(s) Support single sign on using the SSO enabler.

7.13.14.2 Thin Client Connectivity

(i) The SDP shall offer thin client connectivity for the delivery and the presentation of the services on the handset as “portlets”.

(ii) These portlets shall use the J2ME or Macromedia Flash technologies for service presentation.

(iii) The thin client connectivity shall provide the following features:

(a) Easy to use thin clients for the J2ME and Macromedia Flash capable phones

(b) Ability to display available services

(c) Ability to display available content

(d) Initiate content download

(e) Initiate service usage

(f) Subscription to a service

(g) Automatic update of the thin clients

(h) “Always connected” or “Connect on Demand” policies.

7.13.14.3 Transcoding

(i) Transcoding shall be responsible to generate best fit content and service appearance based on the client capabilities.

(ii) The transcoding engine shall provide the following capabilities:

(a) Supports OMA STI 1.0 interface

(b) Supports the following formats:

(1) Video

• Animated GIF (.gif) • DivX [PCM] (.avi) • H.263, Profile 0, Level 10 [AMR-NB, AMR-WB, AAC] (.3gp, .mp4) • H.263, Profile 0, Level 10 [AMR-NB, AMR-WB, AAC, QCELP,

EVRC] (.3g2) • H.263, Profile 3, Level 10 [AMR-NB, AMR WB, AAC] (.3gp, .mp4) • H.263, Profile 3, Level 10 [AMR-NB, AMR-WB, AAC, QCELP,

EVRC] (.3g2) • I420/ IYUV [PCM] (.avi)

Page 143: TENDER DOCUMENT (Ph V).pdf

143/337

• MPEG-1 [MPEG Audio Layer-1/2/3] (.mpeg, .mpg) • MPEG-2 [MPEG Audio Layer-1/2/3] (.mpg, .mpeg) • MPEG-2.5 [MPEG Audio Layer-1/2/3] (.mpg, .mpeg) • MPEG-4 [AMR-NB, AMR-WB, AAC] (.3gp, .mp4) • MPEG-4 [AAC, AMR-NB, AMR-WB, EVRC, QCELP] (.3g2) • MPEG-4 [QCELP] (.amc for AMC_EZmovie) • QuickTime [multiple video and audio codecs] (.mov, .qt) • RGB [PCM] (.avi) • Windows Media Video [multiple video and audio codecs]

(.wmv, .asf, .avi) • XviD [PCM] (.avi)

(2) Images

• BMP (.bmp) • GIF 87a (.gif) • GIF 87a Interlaced (.gif) • GIF 89a (.gif) • GIF 89a Interlaced (.gif) • JPEG Baseline (.jpg) • JPEG Progressive (.jpg) • OTA Bitmap (.otb) • Photoshop (.psd, .pdd) • PNG (.png) • SVG (.svg) • Targa (.icb, .tga, .vda, .vst) • TIFF (.tif, .tiff) • WBMP (.wbmp)

(3) Audio

• AAC LC (.aac, .3gp, .3g2, .mp4) • ACELP.net (.wma) • AMR-NB (.wav, .amr, .amrnb, .3g2, .3gp, .mp4) • AMR-WB (.amr, .3g2, .3gp, .mp4) • AMR-WB+ (.3gp) • EVRC (.evrc, .evc, .qcp, .3g2) • G.711, A-Law (.wav, .g711, .avi) • G.711, �-Law (.wav, .g711mu, .avi) • G.723.1(.g723) • G.726, ADPCM (.g726) • G.729 (.wav, .g729) • GSM-FR (.gsmfr) • GSM-MS (.gsmms, .wav) • MPEG Layer 1 (.mpg, .mpeg) • MPEG Layer 2 (.mpg, .mpeg, .mp2, .wav) • MPEG Layer 3 [MP3] (.avi, .mp3, .mpg, .mpeg, .wav) • Ogg Vorbis (.ogg) • QCELP, Q13 (.q13, .qcp, .3g2, .mp4, .amc) • Quick Time Audio (.qt, .mov) • PCM (.wav, .au, .avi, .mov,. qt) • Windows Media Audio (.wma, .asf, .asx, .avi) • eMelody (.emy) • i-Melody (.imy) • MIDI (.mid, .midi) • RTTTL (.rtttl) • SMAF (.mmf) • Smart Messaging Ringtone (.smrt, .nok, .nokia) • SP-MIDI (.mid, .midi)

Page 144: TENDER DOCUMENT (Ph V).pdf

144/337

7.13.14.4 Device Management

(i) The device management shall provide information about the available devices, to make necessary modifications, to define the defaults for various devices and to map them with various content formats.

(ii) The device management shall provide a common management and device database for all of the services.

(iii) The device management shall provide the following features:

(a) Support for UAProf 2.0 (b) Support for WURFL device definition 2.0.1 (c) Local Device Database (d) Device grouping for the similar device capabilities (e) Fall back to the unsupported device types (f) Online update using UAProf 2.0 (g) Online update of the WURFL device definitions. (h) Manual update/alteration of the device capabilities from the

WEB interface (i) Manual grouping of the devices from the WEB interface.

7.13.14.5 Digital Rights Management

(i) DRM shall be used for the content delivery, to make sure that the content is not misused by the subscriber.

(ii) DRM shall also provide input for the Revenue Settlement about the DRM enabled content.

(iii) The SDP shall be compatible with the DRM servers available on the market to handle the DRM needs of the services.

(iv) The SDP shall follow the OMA DRM v2.0 specifications.

7.13.14.6 Single Sign On

(i) The SDP shall provide a framework for the services to enable the subscribers access them with unique id and login.

(ii) Single Sign On shall abstract the login functionality from the service, and enables different services work together.

(iii) It shall be able to integrate the operator’s existing authentication and authorization systems.

(iv) It shall work integrated with provisioning, and provides opaque id solutions when the subscriber identity should be kept unknown for the services.

(v) The SDP shall follow the Liberty Alliance ID-FF 1.2 Specifications.

7.13.15 Network Interfaces

(i) Network Interfaces shall be the components where the system connects to operator network.

(ii) These Interfaces shall be carried to the top, to the service interfaces, by applying necessary restrictions and rules, also

Page 145: TENDER DOCUMENT (Ph V).pdf

145/337

handling various protocol conversions through the business logic layer.

(iii) The following interfaces shall be supported

(a) CAP (b) LIF (c) HTTP (d) MM7 (e) SMPP (f) VoiceXML/ CCXML (g) SIP (h) Parlay (i) ParlayX (j) CS (k) MAP

7.13.16 OSS/BSS Interfaces

(i) OSS/BSS Interfaces shall be the connection point of the SDP to the operator’s back office.

(ii) The SDP shall support SNMP for the network management and configuration,

(iii) The SDP shall generate CDRs and communicate with the third party charging systems for prepaid purposes.

(iv) The SDP shall generate reports or allows the data warehousing solutions to gather information from the system’s statistics database.

(v) For the AAA and Provisioning purposes, the SDP shall communicate with the operator’s own systems.

(vi) The following interfaces shall be supported

(a) SNMP v2.0 and v3.0 (b) Diameter for AAA (c) Radius for AAA (d) LDAP for provisioning database access (e) JDBC for provisioning database access (f) CDR generation with various formats with the format

generators and filters. (g) Hotbilling using the protocols: (h) Diameter (i) ORGA (j) Siemens Charge@Once (k) Lightbridge (l) Sysdate (m) It shall be possible to add new charging protocols with the

development of the charging adapters, abstracted from the other components.

(n) JDBC, ODBC access to the statistics database for the third party reporting tools.

7.13.17 The SDP shall be dimensioned to handle the entire existing subscriber base and the capacity being envisaged under this tender. The

Page 146: TENDER DOCUMENT (Ph V).pdf

146/337

responsibility of populating the existing subscriber data on to the SDP shall rest with the bidder.

7.13.18 Detailed design of the SDP shall be done by the bidder based on the capacity, traffic profile of the subscribers, capacity of the existing and new network elements, and the content and application providers. The number of content providers shall be assumed to be 1000 for SMS based services, 500 for MMS based services, 200 for LCS and 100 for video, audio and other streaming services.

7.13.19 The bidder shall provide 16 OAM terminals per system which can be placed in different LSAs. The OAM system shall have data segmentation for at least 8 licensed service areas.

7.13.20 The bidder shall include, as part of the system, all the networking elements such as routers, switches, hub etc. All the interfaces mentioned above in various sections shall be dimensioned adequately and indicated in the bid.

7.13.21 The bidder, as part of the Techno-commercial bid, shall submit a detailed solution document with full design assumptions and engineering details.

8 ANTENNA SYSTEM

8.1 The Antenna system comprises of the following:

(i) Antenna.

(ii) Remote Electrical Tilt (RET) sub-system.

(iii) RF Cables

8.2 The antennas to be supplied shall generally conform to TEC GR No. GR/ANT-20/02. NOV 2005 except for the frequency operation and other parameters specified herein.

8.3 The antennas to be supplied for GSM and UMTS systems shall operate in the following frequency bands:

(i) GSM (900): 890 - 960 MHz.

(ii) GSM (1800): 1710 - 1880 MHz.

(iii) UMTS: 1920 – 2170 MHz. The frequency band of operation is subject to clearance by WPC of Government of India.

8.4 The antennas shall be of multi-band and dual polarised with remote electrical tilt with the beamwidths specified below:

Single band Dual band Tri-band

GSM900 GSM900/1800 Paramet

er Type-I Type-2 900 1800

GSM1800/UMTS GSM900 GSM1800 UMTS

Gain (dbi) min

21 18 18 18.5 18 17.5 17.5 17

HBW (deg) min

33 65 65 65 65 65 65 65

Page 147: TENDER DOCUMENT (Ph V).pdf

147/337

VBW (deg) min

8 10 10 5 6.5 7 5 5

RET (deg) 0-8 0-8 0-10 0-8 0-10 2-10 0-10 0-10

8.5 All the antennas supplied shall be of bottom feed and with electrical tilt.

8.6 The single and dual band GSM antennas shall be with adjustable electrical tilt.

8.7 All dual and tri-band GSM/UMTS antennas shall be with RET.

8.8 The remote control unit shall be light and fast responding (Typical adjustment time of 30 Sec) with a motor activated power consumption of less than 10W. No separate power feed cables shall be used. The RET system shall be complete with the Remote Control Unit, Central Control Unit, Portable Control Unit, Control cables, DC power and Signal splitter, Lightning protection unit, Earthing Clamps, and ‘Tee’s to feed control signals and power supply onto the RF cables. The RET system shall not interfere with the normal operation of the Antenna system including RF feeder cables.

8.9 The lightning protection unit shall be equipped with devices suitable enough to handle worst hazards caused by the lightning and ensure safety of the entire installation.

8.10 Masthead/Tower Mounted Amplifiers shall not be used for UTRAN for design purposes.

8.11 It is preferable, not to use any jumper cable in the RF feeder at the antenna end. In case the supplier’s construction practice recommends use of jumper cable to adjust the antenna mounting height, then all the connectors to be supplied for this purpose shall be specially water-tight to prevent rain water and moisture from entering RF feeder cable and the connected equipments.

9 Transmission Systems

9.1 Microwave System

9.1.1 The Microwave system shall be required for connecting BSC to BTS, BTS to BTS, Node-B to Node-B and Node-B to RNC. The bidder shall quote for such microwave links in 15GHZ and 18GHz band. The transmission equipment proposed shall conform to relevant TEC specifications/ GR complete with Antenna, feeder and installation material.

9.1.2 The system shall be in 1+ Hot standby configuration.

9.1.3 The 15 GHz MW system shall be 34Mbps radio system and 18 GHz MW system shall be in 2X4 Mbps configuration. The 15GHz 34 Mbps system shall be equipped with drop insert facility for any combination of 8 Mbps and 2Mbps tributaries.

Page 148: TENDER DOCUMENT (Ph V).pdf

148/337

10 FRAUD MANAGEMENT AND CONTROL CENTRE

10.1 The FMCC system shall effectively detect, analyse, control and report various possible frauds presently identified and also likely to arise in future on account of introduction of new services of both GSM and UMTS based PLMN of BSNL. The system shall effectively deal with frauds arising out of both prepaid and postpaid subscription.

10.2 The Fraud management and Control Centre (FMCC) shall provide Zone-wise network-wide facilities as per G/FMC-01/02. MAR 2004 and shall include the requirements of both hardware and software for implementation of the Fraud Information Gathering System (FIGS), and service limitation controls such as Operator Determined Barring (ODB) and Immediate Service Termination (IST) as specified in the 3GPP specifications TS 22.031v6.0.0 or later, TS 23.031 and TS 42.031.

10.3 The tender seeks three FMCC systems each of 10 million lines to be installed at locations to be decided by BSNL in North, East and West Zones and shall integrate these systems with the system ordered under Phase-IV IMPCS expansion project of BSNL. The existing system shall be expanded/redeployed to make it a zonal system and to meet the requirements of the specified in the tender. While the entire capacity of 40 million lines as mentioned above shall function like a single entity for detection, analysis, control and reporting, the facilities and features for operation, administration and maintenance of the system shall b provided in the respective zones.

10.4 The realisation of FMCC shall be as per one of the methodologies detailed below:

(i) Expand the existing FMCC by another 30 million lines by adding 3 Central Sites with associated remote sites.

(ii) Replace the existing system with a completely new system catering to 40 million lines having 4 Central Sites and associated remote sites and equipments.

10.5 The system shall detect frauds at different stages and occurring in different network elements of the systems. Some of the most important systems are detailed below:

(i) MSC/MGW/GMSC/GMGW/SGW/MSC-S etc

(ii) IN/VoMS/SMSC/MMSC/SGSN/GGSN/GMLC/PoC/WAP

(iii) Mediation in Billing System.

(iv) Billing System.

(v) Roaming/Interconnect Billing system.

(vi) Any other network element that generate call data records or capable of establishing communication – either data or voice.

10.6 The bidder shall meet the following enhancements on the requirements specified in the under mentioned clauses of TEC GR G/FMC-01/01 JUL 99:

10.6.1 The term “DoT” appearing in the GR may be read as “BSNL”.

Page 149: TENDER DOCUMENT (Ph V).pdf

149/337

10.6.2 The term “CCS-7 links” appearing in the GR shall read as “CCS-7 and other Signalling links”.

10.6.3 The terms “billing and commercial systems of billing system or commercial system” appearing in the GR shall be read as “Billing and Customer Care System” as specified in latest version of TEC GR No. GR/BCS-01/01. DEC.2000 and, IN, VoMS, SMS, MMS, UMS, SGSN, GGSN, WAP/PoC and Commercial systems.

10.6.4 The architecture of the FMCC to be implemented shall broadly as per Clause 4.1(i). Typically each circle shall be a remote site in the architecture.

10.6.5 It shall be mandatory for the bidder to meet the requirements specified under clause 2.2.3.9.

10.6.6 The FMCC shall build the Call Detail Records (CDRs) from the CCS-7 signalling links on the routes viz., Inter-PLMN POIs, PLMN-PSTN POIs (both NLD/ILD), Intra-PLMN switching nodes. The signalling links may be LSL, HSL (as per ITU standard) and SIGTRAN etc.

10.6.7 The FMCC shall have inputs from Billing and Customer Care System instead of from the commercial system defined in 3.3.4.1(ii). The inputs shall be subscriber databases, rated CDRs, Bill image, Revenue Assurance databases etc.

10.6.8 The access to the switching systems required under clause 3.4.1 shall be through the Service Provisioning module of the B&CCS.

10.6.9 It shall be mandatory for the bidder to provide Interface to other Central Sites specified in Clause 4.2.3.1(f).

10.6.10 It shall be mandatory for the bidder to provide necessary interface for transmitting data between CSPs of other Central Sites as specified in Clause 4.2.3.6.

10.6.11 The following points shall be considered by the bidder as regards the volume of data specified in Clause 7.6:

(i) The volume of data in CCS-7: LSL/HSL/SIGTRAN links shall be taken as 0.6 Erlang.

(ii) The Transaction log/OMC log, Databases of analysis, routing, charging, subscriber Class of Service/entitlement are vendor dependent and shall be specified by the bidder and dimensioned accordingly.

(iii) The volume of data from the billing system shall be extracted from the design and sizing of the billing hardware and Kenan FX software.

(iv) The volume of the data extracted from other NEs like IN, VoMS, SMS, MMS, WAP, SGSN/GGSN, Charging Gateways, WAP, PoC etc shall also be vendor specific and shall be specified by the bidder.

10.6.12 In case any temporary staging area (Storage) is required at any of the network elements like B&CCS, IN, VoMS etc before pulling the required data into the FMCC mediation, the bidder shall dimension all such NEs

Page 150: TENDER DOCUMENT (Ph V).pdf

150/337

with the additional requirement as part of the supply with appropriate RAID configuration.

10.6.13 There shall be no impact on the performance requirements of the network elements due to interfacing with FMCC.

10.6.14 The bidder shall determine the no. of probes required to cover both the existing and all the new network elements planned as per the signalling design of the concerned NE. However, each of the remote sites shall be provided with a minimum of 1024 probes.

10.7 The mediation devices to be supplied for FMCC shall be suitably dimensioned to ensure that all required interfaces and protocol stacks are available to extract and send data to tall the NEs needing interconnection.

10.8 The system shall ensure detection and monitoring of the following mobile specific frauds:

(i) Roaming Frauds – National and International

(ii) SIM card and Scratch card - Duplicate and cloning

(iii) Detection of Organised fraudsters

(iv) Call volume/ Duration Frauds

(v) Detection of fraud on packet services

(vi) Subscription frauds

(vii) Abnormal behavior

10.9 The system shall ensure that apart from detection and monitoring of frauds, it needs to provide management reports and also shall be configurable in the field to ensure defining rule based detection and monitoring. System shall be upgradeable to manage new and evolving fraud methods.

10.10 The fraud management and detection shall be in real time.

10.11 The bidder shall provide a comprehensive solution document as part of the bid, detailing the system design, engineering, dimensioning and networking. The purchaser shall issue order initially for one of the three systems for implementation and for validation. The bidder shall install, integrate, test and commission the system within the stipulated time. BSNL reserve the right not to order the remaining systems and to return to the bidder system under testing, in case the system fails to meet the BSNL requirements without any commercial implication on BSNL.

10.12 The systems to be supplied shall be scalable to a capacity of 30 million lines and BSNL reserves the right to order additional capacity in any or in all the 4 systems to reach the ultimate capacity of 30 million lines per system. The bidder shall furnish the details of hardware and software required to expand the system to its ultimate capacity.

Page 151: TENDER DOCUMENT (Ph V).pdf

151/337

11 DECISION SUPPORT SYSTEM

11.1 The Decision Support System (DSS) shall be Zone-wise, network-wide and shall be as per as per TEC GR No. GR/BCS-01/01. DEC.2000. The supply shall include all the requirements of both hardware and software essential for comprehensive implementation of system. The DSS system shall essentially be an integral part of and shall be co-located with B&CCS system.

11.2 BSNL has a Decision Support System ordered as part of the Phase-IV expansion project being installed at Hyderabad. The requirements of this tender shall be met in one of the following methodologies:

(i) Upgrade and expand the existing system by adding 3 more sites and integrate all the sites.

(ii) Upgrade the existing DSS, supply another 30 million lines by adding 3 new systems of different vendor and integrate all the systems.

(iii) Replace the existing system with a completely new systems catering to 40 million lines at 4 sites and integrate them.

11.3 The supply for DSS shall include independent mediation devices required to groom the data received from upstream entities. The mediation shall provide user friendly drag, drop and assemble GUI to adapt data format of the upstream entities to that required by DSS. It shall be possible for the BSNL personnel to perform this function.

11.4 Staging area, if any, required, in any of the network elements including B&CCS before polling the data by the DSS mediation shall be appropriately dimensioned and supplied by the bidder as part of the DSS proposal.

12 DISASTER RECOVERY AND BUSINESS CONTINUITY SYSTEM

12.1 The tender seeks a comprehensive Disaster Recovery (DR) and Business Continuity system (BCS) that shall exhaustively address the data replication requirements to ensure zero data loss for critical applications, data reconstruction on the standby site from the recovery storage to ensure continuity of sensitive applications and processes and restoration of the production site for normal operation. The data replication technique would include both synchronous FC replication for zero data loss using dark fibres as well as IP based asynchronous data replication for data vaulting at the standby site and for restoration of the production site.

12.2 There shall be two DR-BCS sites; one for the west and south zones and another for north and east zones. The DR-BCS site for west and south zone is at Hyderabad. However, the DR-BCS site for north and east zones, which shall be different from the current locations of the B&CCS will be decided by the purchaser along with the finalisation of the bid.

12.3 The proposed DR-BCS shall provide a two tiered continuity and recovery mechanism with the following Recovery Time Objective (RTO) and Recovery Point Objective (RPO):

(i) For business critical applications, the RTO shall not be more than 6 hours and RPO is to provide no data loss.

Page 152: TENDER DOCUMENT (Ph V).pdf

152/337

(ii) For other application and processes, the RTO shall not exceed 48 hours and the RPO shall be limited to data that are on transit for replication at the time of occurrence of the disaster.

12.4 The business critical applications and business processes that need continuity of operation at times of disaster are:

(i) Service Provisioning.

(ii) Trouble Ticketing.

(iii) Mediation.

(iv) TAP OUT modules.

12.5 The applications that shall run at the DR-BCS site shall be the entire B&CCS.

12.6 The purchaser seeks two alternate proposals with the following objectives:

(i) Synchronous Data Replication using FC for zero data loss in case of business critical applications at an intermediate site and IP based asynchronous replication for other applications at the DR-BCS. All the data that are received from network elements (CDR) shall be replicated and updated. Backup servers shall be available at the DR-BCS site.

(ii) Asynchronous data Replication of both critical and all other data at the DR-BCS site with backup servers to run all the applications.

12.7 The performance reduction at the DR site when it become live with application shall not exceed 50% of that specified for the production sites.

12.8 The intranet built for interconnecting the various network elements with B&CCS shall be available fully for the DR site through appropriately placed networking components like routers, switches and hub etc.

12.9 The NMS of the intranet shall be suitably configured such that by running a predefined script, it shall be possible to change the to and fro feed on the intranet from the production site to the DR-BCS site.

12.10 It shall also be possible to restore the intranet to connect the production site to the network elements.

12.11 The bidder shall provide all the configurations and scripts for switching the connection of the intranet between the production and DR-BCS sites.

12.12 The requirement of HW and SW for DR-BCS shall be aligned with the requirements defined in the appropriate clauses for B&CCS elsewhere in the tender.

12.13 The restoration of the production site shall not take more time than that specified for activation of the DR-BCS site to run the respective applications.

12.14 The synchronous replication site shall be at a distance of not more than the distance permitted by the link budget of the dark fibre link, usually not less than 50 Kms. There shall be no restriction on the distance of the asynchronous replication cum backup site.

Page 153: TENDER DOCUMENT (Ph V).pdf

153/337

12.15 The staging area, Business Continuity Volumes (BCVs) and Point in Time Volumes (PiTVs) required for the implementation of the DR and BCS shall be suitably dimensioned in the B&CCS system.

12.16 The bidder shall submit a comprehensive solution document detailing the complete solution together with all dependencies and BSNL deliverables. The responsibility of BSNL shall be limited only to those specifically mentioned and the responsibility to meet all other requirements for successful implementation of the system shall rest solely with the supplier.

13 LAWFUL INTERCEPTION SYSTEM (LIS)

13.1 GENERAL

13.1.1 The system shall provide Lawful Interception facility for both GSM and UMTS based PLMN of BSNL.

13.1.2 The Legal Intercept System (LIS) shall provide PLMN-wise network-wide interception facility as per TEC GR LIS-02/01/March 2004 and in compliance with the provisions contained in the following documents or their latest version which, through reference in this DTR, shall constitute requirements of this tender:

(i) ETSI TS 101 331: "Telecommunications security; Lawful Interception (LI); Requirements of Law Enforcement Agencies".

(ii) ETSI ES 201 158: "Lawful Interception; Requirements for network functions".

(iii) ETSI ES 201 671: "Handover Interface for the lawful interception of telecommunications traffic".

(iv) 3GPP TS 33.106 v6.1.0: "3rd Generation Partnership Project; Technical Specification Group Services and System Aspects; 3G Security; Lawful interception requirements".

(v) 3GPP TS 33.107 v6.5.0: "3rd Generation Partnership Project; Technical Specification Group Services and System Aspects; 3G Security; Lawful interception architecture and functions".

(vi) 3GPP TS 33.108 v6.9.0: "3rd Generation Partnership Project; Technical Specification Group Services and System Aspects; 3G Security; Handover interface for Lawful Interception".

(vii) 3GPP TS 41.033 v6.0.0: "Digital cellular telecommunications system (Phase 2+); Lawful Interception requirements for GSM".

(viii) 3GPP TS 42.033 v6.0.0: "Digital cellular telecommunications system (Phase 2+); Lawful Interception stage 1".

(ix) 3GPP TS 43.033 v6.0.0: "Digital cellular telecommunications system (Phase 2+); Lawful Interception stage 2".

13.1.3 Compliance to the requirements specified above is a prerequisite for participation in the tender and offers, if any, received without full compliance is liable to be summarily rejected and EMD shall be forfeited.

13.2 In supersession of clause 2.1(i) of TEC GR LIS-02/01/March 2004, the system shall support simultaneously interception of at least 210 lines per each of

Page 154: TENDER DOCUMENT (Ph V).pdf

154/337

the Network Elements of the PLMN. It shall be possible to define up to a maximum of 600 targets in each of the NE. Where a NE serves more than one LSA, the interception capacity of such NEs shall be suitably augmented.

13.3 In addition to those requirements specified in the GR and under clause 12.1.3 above, the system shall also provide extension of online monitoring of target mobile calls/numbers (IMSI, MSISDN, IMEI) in real time through call conferencing facility to any designated mobile/PSTN/CDMA telephone with CLIP/COLP. The system shall be capable of monitoring 210 mobile calls/numbers per MGW simultaneously in each PLMN through call conferencing facility at any time irrespective of service area of switch or MGW deployed in the network from different technologies. The system shall also provide online as well as archive Intercept Related Information (IRI) such as date, time, call duration, IMSI no., IMEI no., cell ID, calling & called no., Location Update, Invocation and use of Supplementary Services etc. The system shall monitor all the Value Added and Data Services provided currently by BSNL and also those specified in this tender.

13.4 The system shall be capable of converting raw data of value added services/data services as per ETS 201 671 format and as per requirements of Law Enforcement Agencies (LEA). The proposed system together with the existing system shall form an integrated solution for the Lawful interception system.

13.5 The bidder shall meet the following enhancements on the requirements specified in TEC GR LIS-02/01/March 2004:

13.5.1 The words “call related data, Network related data and call associated data” appearing, wherever in the above GR, shall be read as “Intercept Related Information”.

13.5.2 Intercept Related Information (IRI) shall be the collection of information or data associated with telecommunication services involving the target identity, specifically communication associated information or data (e.g. unsuccessful communication attempts), service associated information or data, and location information. IRI shall also include all events associated with the invocation and use of supplementary services, location update information and data regarding the target while in the home PLMN as well as in the visited PLMN.

13.5.3 Target, which is the subject of interception, shall be a subscriber of home PLMN or an in-roamer from another PLMN.

13.5.4 The intercept related information and the intercept product shall be delivered in real time. The bidder shall indicate, as part of the Techno-commercial bid, the details of the mechanism for generation, processing, storing and delivery of the IRI to the entitled LEAs.

13.5.5 The Functional Architecture specified in Clause.4 of 3GPP TS 33.107 v6.5.0 for the different intercept configuration and the reference configuration specified in Clause.4 of 3GPP TS 43.033 v6.0.0 shall supplement the functional and physical entities shown schematically in the Annexure of the TEC GR LIS-02/01/March 2004.

Page 155: TENDER DOCUMENT (Ph V).pdf

155/337

13.5.6 It shall also be possible to intercept Video Telephony calls [Circuit Switched Data] and Group 4 Fax in addition to those services listed in Clause 1.4.1 of TEC GR LIS-02/01/March 2004.

13.5.7 Invocation and use of all supplementary services during idle and mid-call shall also be delivered as IRI.

13.5.8 The application of any of the supplementary services shall have no impact on the interception function.

13.5.9 Any change in the subscriber data such as change in category of the target etc shall be indicated to the LEMF through IRI.

13.5.10 The Content of Communication (CC) and the IRI shall be made available to the LEMF immediately and on real time. This overrides the delay provided for transfer of IRI in clause 1.4.4(i), 2.2.2(iii) of the said GR.

13.5.11 Lawful Interception System shall have sophisticated password management and access priviledges configuration management function. The authenticity of the LEMF shall be established before opening data transfer session for streaming the IRI.

13.5.12 It shall be possible to implement a variety of security policies for transfer of IRI and intercept product based on the IP address of the LEMF, authentication through username, password combination etc.

13.5.13 It shall be possible to assign separate and designated timeslot for each of the target on the link from the mediation device to the LEMF.

13.5.14 In case TFO or TrFO function is used in the communication session of the target, the MSC/MGW/Mediation Device shall ensure that the content of communication is delivered to the LEMF according to ITU-T recommendations G.711, A-law encoding.

13.5.15 It shall be mandatory for the bidder to meet the requirement specified in Clause 2.2.1(iv) of the TEC GR LIS-02/01/March 2004.

13.5.16 The network and the Mediation Devices shall support ISUP 2000 signalling in addition to those specified in Clause 2.2.1(v) of the TEC GR LIS-02/01/ March 2004.

13.5.17 The interface between the PLMN [Mediation Device of the LIS] and the equipment at the LEMF for transmission of IRI to LEA in real-time shall support FTAM over TCP/IP in addition to those interfaces and protocols sought vide clause 2.2.2(i) of TEC GR LIS-02/01/ March 2004.

13.5.18 The IRI relating to SMS/MMS/GPRS etc shall be retained in the Mediation Device of the LIS LEA-wise for two weeks even after its successful transmission to the LEMF.

13.5.19 It shall be possible to “Modify” the intercept related administrative data of the target in addition to the operations specified in clause 2.3(i) of the said GR. However, all such MML transactions shall be logged in the system.

13.5.20 It shall be mandatory for the bidder to support secondary supply input of nominal - 48 V DC (from –40 to -57 V) for the LIS and all associated equipments.

Page 156: TENDER DOCUMENT (Ph V).pdf

156/337

13.6 It shall be mandatory to provide separate mediation devices for transferring the Content of Communication (CC) and the Intercept related Information (IRI).

13.7 The mediation Device for CC shall support Delivery Function 3 [DF3] for both bearer and signalling for at least 30 network elements. The MD(CC) shall have all the functionalities required to aggregate the CC received from different network elements concerning the targets being intercepted by each of the LEA and transfer the LEA-wise aggregated CC on to the designated link of the concerned LEMF.

13.8 The MD shall interface with the SMSC, MMSC etc to retrieve the messages originating from and destined to the target directly and to transfer the same on line to the LEMF in real time.

13.9 The LIS shall support Data Segmentation for each of the LEA and shall facilitate the following administrative functions to carry out the lawful interception:

(i) LEA administration.

(ii) PLMN administration

(iii) Target administration

(iv) LIS administration

13.10 The LIS shall support at least 7 remote administrative terminals, the supply of which shall be made as part of the system.

13.11 The LIS shall provide a single Lawful Intercept Point of Interconnect at a physical location to all LEAs from where both the intercept product and intercept related information is made available on line and in real time to each of the LEMF. The LI-PoI shall be the preferred location for the MD-CC and MD-IRI.

13.12 The Delivery Function 3 (DF3) of the MD(CC) shall process the signalling information received on X3 interface from all the network elements, identify the target and shall switch the bearer for transferring the CC on to the appropriate link on the HI3 interface of the LI-POI associated with the LEA authorised to intercept the target.

13.13 The Delivery Function 2 (DF2) of the MD(IRI) shall receive, process, sort, aggregate and store the IRI received from all the network elements of the PLMN and deliver the same on the designated link on the HI2 interface for on line streaming of the IRI to the concerned LEA in real time.

13.14 The equipment supplied for LIS shall be complete and shall include networking equipments like routers, switches, Firewall hub etc required to set up a secure transport for the IRI from NE to the Mediation Device.

13.15 LIS shall be dimensioned for the following configurations:

Category of the LIS No. Item

A B C Remarks

Total 30 20 15 1 Network Elements Circuit Switched 20 12 8

Page 157: TENDER DOCUMENT (Ph V).pdf

157/337

Packet Switched 4 3 3

VAS & Common NE 6 5 4

2 Signalling Links 40 24 16

3 No. of E1s per Circuit Switching NE 7 7 7

4 No. of E1s per Packet Switching NE 2 2 2

5 No. of E1 per VAS and Common NE 1 1 1

14 TOOLS & TESTERS AND TESTING FACILITY

14.1 General

14.1.1 The MSC-Server, MGW, RNC, BSC etc. shall provide in-built tracer for taking trace of CCS# 7 (ISUP, MTP, SCCP, TCAP and CAP), SIP, H.323, H.324, Radius, Diameter etc and other protocol signals used in the on the specified time slot as well as on the HSL and SIGTRAN signalling streams such as E1, STM-1 and Ethernet transports. It should be possible to take the trace of CCS# 7 in HSL. Suitable ODF having optical cross connect need to be provided to tap and connect optical STMs to the tester without affecting working systems.

14.1.2 The Signalling Gateway shall provide trace facility for each of its protocol stack and the output of the trace mechanism shall be decoded and displayed in a user friendly GUI with description for each of the message fields. The message in its original form shall also be displayed along with the decoded display in the GUI.

14.1.3 Any of the Network Elements that exchange signals and not providing in-built trace facility shall be supplied with an external protocol analyser that shall form part of its bill of materials.

14.1.4 The network elements such as MSC Server, MGW, and SGSNs etc. shall have facility to establish directed calls from a specific MSISDN/IMSI to a specific circuit in IuCS, IuPS, A-Interface, A-ter Interface, E - interface and on PSTN interface to facilitate easy trouble shooting. The trace on the directed calls shall be done by default and it shall be possible to switch ON/OFF the trace either through the MML command used to set up the directed call or through separate MML commands.

14.1.5 Wherever TEC specifications are not available, ISO 9002 certified tools, testers, simulators, and instruments etc. shall be supplied.

14.1.6 In cases where TEC specifications have not been specified, TEC type approved equipment is not available and also ISO 9002 certified tools and testers are not available; ISI certified tools and testers from reputed manufacturers shall be supplied. Full details about these manufacturers shall be given along with the bid.

14.1.7 Traffic Generator for generating 512 Simultaneous calls (256 originating and 256 terminating) on A-interface/IuCS interface together with compatible PCs/Laptop (With Laser printer) shall be supplied as part of the supplies for carrying out the load test of the network equipments.

14.1.8 One complete set of Tool kit including 5 numbers each of Portable E1 BER tester, Optical Power Meter & Laser Source, ½’’ & 7/8’’ Feeder cable

Page 158: TENDER DOCUMENT (Ph V).pdf

158/337

cutting tool, Microwave connector adaptor set, digital AC & DC Multi-meter, AC/DC Current shunt meter, Digital Earth Megger, Tower Climbing safety equipments like safety belt & helmet, Power Factor meter etc is to be provided for each MSC-S , MGW, RNC & BSC site for the maintenance of these equipments and associated BTS sites . The set also should include one SDH analyser (STM-16) with jitter having both optical and electrical STM ports for each MSC site. A list of items proposed to be supplied in the tool kit is to be submitted along with the bid. This shall invariably contain all specialised tools that are required to operate the hardware that are supplied.

14.1.9 All the accessories required for comprehensive use of the Measuring Instruments/Planning and allied tools shall be included as part of this package.

14.1.10 The calibration, if required, of any testing instrument supplied shall be done during the rollout phase and during the currency of Warranty and AMC without any commercial implications to BSNL.

14.1.11 Wherever the word GSM is written in this GR/DTR, it includes all the functionalities of GPRS and EDGE and the word WCDMA includes functional requirement of HSDPA, HSUPA and IMS (Release 6) –If support for the some of the functionalities are not available at the time of bidding, then the list of such functionalities along with their timeline for the provision in the tool may be provided. All such upgrade shall be provided to BSNL with out any commercial implications in due course.

14.1.12 The software of tools shall be licensed in the name of BSNL (unlimited period).

14.1.13 The supplier will provide advanced practical and theoretical training on drive test tool, Planning tool, Post processing tool, BTS testers and Protocol analyzers against each supplied unit ensuring that BSNL officers are fully trained with the operations of these tools in respective circles.

14.1.14 The bidders will also quote prices for upgradation (to the new specification) of the existing planning tool, Drive test tool, post processing tools and protocol analyser with BSNL which will include software upgradation, which BSNL will order as per its circle specific requirements. The bidder will also indicate in the bid about the all the software and hardware requirements for upgradation.

14.1.15 All the tools and testers ordered must be supplied within 3 months of placement of purchase order.

14.2 Planning Tool

14.2.1 The planning tool to be supplied shall be for complete radio planning of GERAN, UTRAN, Microwave, and shall be licensed for a minimum of 10 user licenses for each of the modules of the tool. The user shall be able to deploy the planning tool either in stand-alone mode or in the server mode. The license shall be in the name of BSNL for perpetual period and shall be based on soft keys and not on hardware lock.

14.2.2 In addition to the server based licenses at least 3 desktop licenses also shall be provided.

Page 159: TENDER DOCUMENT (Ph V).pdf

159/337

14.2.3 The planning tool shall have modules for traffic planning. It shall be possible to import/input data from OMC-R into the planning tool which shall then provide analysis such as Erlang/Sq Km in the covered areas and also the necessary TRX planning at each site for future growth.

14.2.4 The planning tool shall support all the technologies that would be supplied against this tender and those existing in the BSNL network.

14.2.5 The planning tool shall essentially have the feature for automatic frequency (& code planning in WCDMA) planning to get the best C/I values and minimize interference. This shall include automatic combined planning of both GSM & WCDMA frequency, BSIC, neighbor list, HSN, MAIO etc.

14.2.6 The planning tool shall also be able to import the actual data (like interference values on different time slots) from the OMC-R and do automatic frequency and parameter planning for the entire network and the same can be further uploaded into the OMC-R for implementation in the network. It shall be possible to perform this for the whole network or part of it. In case this product is available as intelligent optimisation service and not a stand alone product with hardware /Software, the said service must be rendered on the network on half yearly basis during the roll out (thrice) and then during currency of guarantee and AMC. This exercise shall be aligned fully with the execution of network optimisation obligations.

14.2.7 Planning capability on all different frequency bands internationally in use for GERAN/UTRAN networks shall be provided and supplied including 900, 1800, 1900 and UMTS bands.

14.2.8 The tool shall be supplied with a high end server and 5 desktop PCs, two laptops with one color laser printer of A3 size and one plotter of A0 size. The PCs and Printers shall be of latest configuration, must have a minimum of 2 GB RAM (for desktop & Laptops PCs) and shall be supplied with required operating software. The laptop shall a optical drive (Read-Write) with file compression software

14.2.9 The hard ware supplied shall be sufficient to analyse the present network of the largest circle including the capacity provided up to and including this expansion.

14.2.10 The necessary tools for in-building coverage prediction also shall be supplied as a module or as a separate product

14.2.11 Two LCD/DLP multimedia projectors of minimum 2000 ANSI Lumens with XGA 1024 x 768 resolution, USB for Wireless Mouse Control and with Wireless Presentation features shall be supplied as part of each planning tool. While one of the two projectors shall be roof mountable, the other shall be portable.

14.2.12 The supply of the tool shall be complete with LAN cables & Accessories, Hub, LAN switch, UPS, power cables etc. The complete onsite installation and commissioning of the system shall be done by the supplier.

14.2.13 The Radio Planning tool shall be able to perform GERAN and UTRAN Network Planning on the same platform simultaneously without having to switch between different modes.

Page 160: TENDER DOCUMENT (Ph V).pdf

160/337

14.2.14 The RF Planning Tool shall support full GERAN and UTRAN integration including joint technology neighbour planning and joint technology Monte Carlo simulations, providing planners with the ability to accurately plan 2G, 2.5G and 3G handover scenarios.

14.2.15 The RF Tool shall support Joint Simulation of GSM/GPRS/UMTS Networks. The Tool shall be able to simulate and analyze combined GSM and UMTS Networks.

14.2.16 The RF Planning Tool shall be able to perform Automatic Cell Planning and Network optimization

14.2.17 The tool shall have all the necessary features to do accurate model tuning and all the necessary hardware for conducting the CW test in various type of cities like CW generator, Antenna etc shall be supplied (One set per circle). The planning tool model shall be automatically updated using the data from the drive test tool.

14.2.18 RF planning tool shall be able to automatically optimize the physical network configuration to maximize capacity for the range of services and traffic demands.

14.2.19 RF planning tool shall be able to Automatically optimize design parameters like antenna and power settings for multi-technology networks

14.2.20 RF planning tool shall be able to utilize an extensive range of survey measurement and network statistics data to tune the modelled network and facilitate area performance optimization.

14.2.21 Accurately simulate current and future capacity scenarios using static and dynamic simulators

14.2.22 The tool shall support Monte Carlo analysis of complex multi service networks-

14.2.23 Phased Scrambling Code Planning shall be supported by the tool.

14.2.24 The tool shall be able to import/export to ASCII text/Excel/Mapinfo files for all network data (carriers, layers, cells, sites, links, prediction models etc)

14.2.25 The planning tool shall have a plug-in tool for import of switch based data. Switch data can either be provided as ASCII or Excel. Switch based data can be used in various areas of the application including traffic map generation, neighbour list generation and Interference Matrix generation. The tool shall also facilitate the thematic display of network data by displaying network performance KPI in ranges of colours on a per sector basis.

14.2.26 Demographic Analysis Tool: The planning tool shall be supplied with a demographic analysis tool. This tool would enable users to combine network coverage information and demographic information so as to visualize the relationship between service and population being served across the network. Using analysis layers (such as Best Serving Transmitter or Best Serving Class) and demographic information for the area covered by the project, a user shall be able determine information such as how many subscribers are best served by a given transmitter. The

Page 161: TENDER DOCUMENT (Ph V).pdf

161/337

output of the tool shall be in terms of tabular data or in terms of a distribution density map. The tool shall allow the user to input population data as point layer or as polygon layer or in grid format ( all three options shall be available in the tool).

14.2.27 The MW planning module should have full features including LoS, Intererference and Link Budget calculations for all relevant frequency bands such as 7, 11, 13, 15 and 18 Ghz

14.3 Drive Test Tool

14.3.1 Phone and Digital Receiver based drive test tool with at least four phones and GPS receiver for achieving optimization of the Network and its expansions together shall be provided.

14.3.2 Drive test tool shall be supplied along with minimum following equipments –

14.3.2.1 Drive test software with perpetual license in the name of BSNL to support all technologies including GSM, GPRS, EDGE, WCDMA, HSDPA, HSUPA etc.

14.3.2.2 With 4 No. of phones (Engineering handsets) supporting GSM, GPRS, EDGE, WCDMA, HSDPA, HSUPA, IMS networks as envisioned in this tender. The phones shall have stand-by batteries and hands-free kits.

14.3.2.3 Digital Receiver for interface measurement for GSM and WCDMA network. It shall have built in GPS receiver.

14.3.2.4 Documentation in English

14.3.2.5 Lap top (Min 80 GB Hard disk, 2 GB RAM, CD RW, stand-by battery, Carrying case) with required Operating system, any required application software, required cabling and appropriate size UPS for the entire DTT set up.

14.3.2.6 Necessary hub for easy and compact interconnection of all phones, laptops, receivers, GPS etc with in-built battery as per requirement.

14.3.2.7 Hand Held GPS

14.3.2.8 External Antennae for all the phones, GPS and Digital Receiver

14.3.2.9 Digital camera of minimum 8 Mega pixel resolution.

14.3.3 The drive test tool shall be supplied with the capability of updating the Planning tool including choosing the propagation model for further model tuning and planning. ALL the required hardware for CW testing and model tuning will be supplied as part of the Planning tool and any software component that is required in the drive test tool shall be provided.

14.3.4 The Engineering Handsets (phones) supplied with drive test tool shall be of latest model and the model number of the handset shall be specified in the bid.

14.3.5 The drive test tool shall have capability of real time troubleshooting and real time mapping of multiple parameters simultaneously from the same or different device.

Page 162: TENDER DOCUMENT (Ph V).pdf

162/337

14.3.6 The receivers shall provide accurate C/I , Eb/No for hopping /non-hopping networks in dedicated/idle mode. It shall be able to check and identify co-channel interferers on both BCCH and TCH.

14.3.7 The tool shall support phones of at least 4 different manufacturers and digital receivers from at least 2 different manufacturers.

14.3.8 Digital receivers shall be able to provide multi-frequency scanning, Pilot Pollution indication and neighbor optimization options.

14.3.9 Ability to verify intersystem handovers and cell-reselection shall be available, along with a display of WCDMA and GSM neighbors together to check for Inter-RAT and compressed mode behavior.

14.3.10 For GPRS /EDGE testing tool shall provide important GSM radio data channel measurements like C/I burst, BER and PDCH Utilization for uplink and downlink to show performance and utilization of each timeslot in GPRS services. Also application testing of WAP, SMS, MMS, WEB and FTP using engineering handset shall be present.

14.3.11 With each license of drive test tool a facility to post-process multiple log files shall be provided. It shall be possible to analyze data for GSM/GPRS/EDGE and WCDMA networks.

14.3.12 A Protocol stack browser for viewing air-interface messages shall be available. Also facility to view data in Maps, Graphs and reports shall be provided.

14.3.13 Standard applications like WCDMA Missing Neighbor, Pilot Pollution, Soft Handover Analysis and co-channel adjacent channel interference analysis shall be provided.

14.3.14 Facility to view GSM/GPRS/WCDMA radio parameters and layer 3 messages shall be available.

14.3.15 The system shall provide speech quality testing using standard ITU P.862 algorithms like PESQ for both uplink and downlink speech paths. Data testing using applications like FTP, HTTP, SMS etc shall be provided.

14.3.16 A Map handling software such as Mapinfo shall be supplied with the drive test tool.

14.4 Automatic Network Monitoring System (ANMS)

14.4.1 The ANMS shall provide a complete automated network optimisation, benchmarking and monitoring facility. The system should have the following features.

(i) The automatic network monitoring system should provide automated radio network data collection , analysis , statistical benchmarking , presentation and reporting in one system

(ii) The system should support GSM, GPRS , CDMA and WCDMA

(iii) Data will be collected using remote test probes with inbuilt GPS and phone that can be installed in remote vehicles. The probes shall be rugged in construction and shall withstand rough handling and unattended operation in public and/or private transport vehicles without the need for air-conditioning.

Page 163: TENDER DOCUMENT (Ph V).pdf

163/337

(iv) Collected log files will be uploaded remotely to a central server by the test probe using a standard Radio bearer like GPRS, CSD .

(v) The process of data collection and upload to central server will be automatic and will not require the probes to be brought back for manual data extraction.

(vi) The system should provide facility to control the remote probes , including facility to set call patterns, measurement parameters , and upload methods , from the central server.

(vii) The log files collected should be processed automatically , and should be available to view as individual route or combined binned statistics in the MAP interface.

(viii) The database should have facility to provide statistics and information to view for a large span of time , filterable by each day, week, month or year.

(ix) Facility to analyse and view GSM/GPRS/WCDMA radio parameters including layer 3 messages should be available through a presentation client view using a Map interface .

(x) The map interface in the presentation client should have facility to show associated log files/contributing routes for events on the map.

(xi) Facility to draw polygons and perform area wise analysis should be available in the Presentation tool.

(xii) The Presentation client should provide statistical benchmarking plots , and should be able to show in each bin best operator and the corresponding difference.

(xiii) A report client should be available with facility to customize and generate reports for different levels of the organization like Management, Engineering, Marketing, Quality etc.

(xiv) The report client should have the feature to access the latest statistics and email the reports based on customized templates automatically to selected email addresses on daily basis through selected preferences.

(xv) The system should provide end to end Speech Quality testing , using ITU parameters like PESQ (ITU P.862) , MOS for both uplink and downlink .

(xvi) The system should provide data testing facility by running tests on FTP, HTTP applications.

(xvii) The hardware and software configuration supplied should have the server and a minimum of 50 probes along with all the requirements for complete networking and commissioning of the setup. The system should be commissioned and operated for a minimum of three months after at least 50% of the new BTSs are commissioned in the applicable city. The vendor should arrange on-site dedicated expert during the said period to analyse and use the results productively in full co-ordination with BSNL team so that tool can be further utilized effectively.

Page 164: TENDER DOCUMENT (Ph V).pdf

164/337

14.5 Post processing Tools (For Drive Test Tool Data)

14.5.2 The hardware for the system shall comprise of 4 nos. of suitable Desk Top Computer configuration with all hardware dimensioned for best performance including a 17-inch LCD display. It shall be supplied with four perpetual licenses per LSA.

14.5.3 It shall import and export data from/to drive test tools to be supplied by the bidders and also from/to the existing drive test tools like Agilent E6474 A, TEMS etc and also Planning Tools like NETPLAN, PLANET, I-Planner, Wizard etc. without any restrictions. The tool shall enable drive-test data files to be automatically concatenated

14.5.4 The system shall be able to display maps, Charts and spreadsheets. It shall interface with Maplnfo to view the results on a map. Latest version of Mapinfo Professional with required licenses shall be supplied and loaded for the said purpose along with each post processing tool license.

14.5.5 It shall be possible to analyse data from all generations up to and including the latest of GSM, GPRS, EDGE and WCDMA networks.

14.5.6 The tool shall provide Protocol stack browser for viewing air-interface messages.

14.5.7 The system shall give tabular as well as graphical reports for single or multiple (of same or different technologies) mobile networks. All industry standard reports for quality evaluation and bench marking shall be available. A partial list of reports is given below:

14.5.7.1 Service availability (Percentage of time during which service was available for each network)

14.5.7.2 Call statistics (Total calls, Blocked calls, Dropped calls, etc.)

14.5.7.3 Phone state (On call, Idle, out of range, etc)

14.5.7.4 RF Coverage (Percentage of time during which each slab of Received Signal was available)

14.5.7.5 Call Quality (Rx Qual Sub levels Vs Percentage of duration for each slab)

14.5.7.6 Tx Power (Tx Power levels Vs Percentage of duration for each slab)

14.5.7.7 Neighbour Availability Statistics, Best neighbour level analysis, Missing neighbours etc.

14.5.7.8 TA, Hopping state, FER, AMR, DTX State, RLTC, analysis.

14.5.7.9 TA Vs Coverage (Signal Level) analysis.

14.5.7.10 Handover quality analysis.

14.5.7.11 Handover cause analysis and failure cause analysis.

14.5.7.12 Co-channel and Adjacent Channel interference analysis, Interference on each channel analysis, Analysis to help to identify the interferer.

14.5.8 The tool shall have full set of features for Optimisation of Network Performance, Validation and Acceptance Testing of new features, Problem resolution, Benchmarking of various networks etc.

Page 165: TENDER DOCUMENT (Ph V).pdf

165/337

14.5.9 The Post Processing tool shall be able to load and analyse data from 2G, 2.5G and 3G Networks.

14.5.10 The Post Processing tool shall support integrated 2G/3G Data Analysis.

14.5.11 The Post Processing tool shall be able to perform Analysis of virtually any Scanned or UE (User Equipment) data format including Agilent, Anritsu, NEMO, TEMS, NEPTUNE, NEC VTB and VTX, Comarco and Swissqual

14.5.12 The Post Processing tool shall be able to perform Bulk load and management of drive test data -automatic loading of multiple types of drive files with ability to monitor load progress (simply copy the file to a PC connected to the network and it is checked, parsed and loaded)

14.5.13 The Post Processing tool shall have an Extremely flexible filtering system - enabling custom queries to be setup using the user friendly wizard for the fast selection of data of interest It also allows for custom queries to be built up using a user-friendly wizard for quick and easy selection of data

14.5.14 The Post Processing tool shall have Quick and easy polygon filtering and optional data manipulation methods (binning/averaging)

14.5.15 The Post Processing tool shall have a powerful and flexible graphing system with replay functionality

14.5.16 Any data can easily be displayed on the 2D View - indicate best server Ec, Ec/Io, pilot polluted areas, throughputs, call drops, call failures etc

14.5.17 The Post Processing tool shall be able to perform Layer 3 decoding and analysis with easy to use search and find capabilities

14.5.18 The Post Processing tool shall be able to perform Comparison and synchronisation of Scanner and UE (User Equipment) data

14.5.19 The Post Processing tool shall have Benchmarking capabilities - compare 2 or more networks

14.5.20 The Post Processing tool shall be capable of Reporting via MS excel generated reports, shipped with a standard set of reports ( Ec, Ec_Io distribution, Bler distribution, neighbour analysis, drop analysis etc) but shall also allow custom reports to be created

14.5.21 The Post Processing tool shall enable overlay of network performance stats and planning data

14.5.22 The Post Processing tool shall be able to easily correlate SC and Cell ID and overlay drive test data onto network statistics data

14.5.23 RANOPT GSM Features-

14.5.23.1 Replay Features for GSM-

(i) Rx Level & Rx Quality Graph

(ii) FER Graph

(iii) SIR Graph

(iv) Handset Timing advance graph

(v) Neighbour & serving cell Graph

Page 166: TENDER DOCUMENT (Ph V).pdf

166/337

(vi) Rx Level & Rx Qual Line Graph by BSIC /BCCH for serving & Neighbour cell

(vii) Layer 3 Network Messages.

14.5.23.2 Chart View Features for GSM-

(i) Call Completion & Drop Rate

(ii) Call Setup success Rate

(iii) FER Distribution

(iv) GSM Tx power distribution

(v) Handover Success Rate

(vi) Interference

(vii) Timing Advance Distribution

(viii) Call Setup Time Distribution

(ix) Rx Level & Rx Qual Distribution

(x) Rx Level Vs Time ,Rx Qual Vs Time Distribution

(xi) Rx Level & Rx Qual CDF & PDF Distribution.

(xii) C/I Distribution

(xiii) C/I Distribution for Nth Best

14.5.23.3 Reports for GSM

(i) Handset GSM uplink Power Distribution

(ii) Handset Number of Neighbors detected

(iii) Handset Rx Level & Rx Qual

(iv) Handset Timing Advance Distribution

(v) Handset Rx Level Vs Rx Quality Distribution

(vi) Handset Call Events.

(vii) Scanner C/I Distribution

(viii) Scanner Number of BSIC’s Detected

(ix) Scanner Rx Level Distribution

(x) Scanner Rx Level Vs C/I Distribution

14.5.23.4 2D-View Feature for GSM-

(i) Call Dropped/Call Ended/Call Setup complete ,Initiated/ Call setup Failure

(ii) Handover Success/Attempt

(iii) Handset GSM L3 Messages- Channel Assignment /Immediate Assignment /User Defined GSM Messages

(iv) DTX/FER/Number of Neighbors Detected/Timing Advance/TX Power

(v) Rx Level & Rx Qual (Full/Sub) for serving as well as nth Best Neighbour

Page 167: TENDER DOCUMENT (Ph V).pdf

167/337

(vi) Rx Level & Rx Qual for BSIC

(vii) Serving Cell BCCH/BSIC

14.5.24 RANOPT UMTS Features-

14.5.24.1 Replay Features for UMTS-

(i) GSM Neighbour Cells

(ii) Active Set Graph

(iii) Detected set Graph

(iv) Monitored Set Graph

(v) Ec Graph

(vi) Ec/Io Graph

(vii) Rx Level & Rx Quality Graph

(viii) Ec & Ec /Io Line Graph by Sc

(ix) BLER Graph

(x) FER Graph

(xi) SIR Graph

(xii) Timing advance Graph

(xiii) GSM serving cell Graph

(xiv) Layer 3 Network Messages.

(xv) Sc’s Detected

14.5.24.2 Chart View Features for UMTS-

(i) BLER Vs Time

(ii) Ec & Ec Io Distribution

(iii) Ec & Ec Io CDF & PDF Distribution

(iv) Ec & Ec Io CDF & PDF Distribution for Nth Best server

(v) Ec Vs Ec Io Distribution

(vi) Ec Vs Ec Io Distribution Nth Best server

(vii) Ec/Io Vs Time

(viii) Ec Vs EcIo Distribution for SC Nth Best server.

(ix) Delay Spread

(x) Sc Detected

(xi) SIR

(xii) W-CDMA Uplink & Downlink Throughput Distribution

(xiii) Rx Level & Rx Qual Distribution

(xiv) Rx Level Vs Time ,Rx Qual Vs Time Distribution

(xv) Rx Level & Rx Qual CDF & PDF Distribution.

Page 168: TENDER DOCUMENT (Ph V).pdf

168/337

14.5.24.3 Reports for UMTS

Handset/Scanner-

(i) Call setup Time Distribution

(ii) Handset BLER Distribution

(iii) Handset/Scanner Ec & Ec/Io Distribution

(iv) Handset/Scanner Ec Vs Ec/Io Distribution

(v) Handset/Scanner Number of SC Detected

(vi) Handset Throughput Distribution

(vii) Handset Uplink Power Distribution

(viii) Handset/Scanner Neighbor analyzer

(ix) RRC Analyser

(x) Serving Cell

(xi) Handset/Scanner SIR Distribution

(xii) UL Interference Distribution

(xiii) Pilot Pollution

14.5.24.4 The tool shall provide Protocol stack browser for viewing air-interface messages.

14.6 Protocol Analyzers

Protocol Analyzer in conformity with the TEC GR along with GSM/WCDMA applications and facility to analyse all the GSM/WCDMA interface protocols e.g. (ISUP v2 &v3, MAP v2&v3, CAP v2& v3, Gb, IuCS, IuPS, Mc, Nb, Nc, A, A-bis etc) including the proprietary ones, if any, used in the existing network and in the current expansion.

14.7 Protocol Analyzers – (PC Based)

A laptop based protocol analyzer per circle should be supplied with, which supports common transport techniques like STM-1, PCM, ATM, IMA, Ethernet etc. having analysis capability for WCDMA, EDGE, GPRS and GSM. Suitable electrical and optical adapters should be provided for connecting STM and E1 to the laptop’s PCMCIA slot with appropriate supplied card etc. Facility to analyse all the GSM/WCDMA interface protocols e.g. (ISUP v2 &v3, MAP v2&v3, CAP v2& v3, Gb, IuCS, IuPS, Mc, Nb, Nc, A, A-bis etc) including the proprietary ones, if any, used in the existing network and in the current expansion should be available.

14.8 BTS Testers

BTS with WCDMA/GSM scanner, WCDMA/GSM transmitter measurement (with a high power measurement accuracy greater than ± 0.05 dbm), Spectrum Analyzer, E1 testing, CW generator, Digital VSWR Cum Power Meter Cum Waveguide fault detector meter with distance to fault measurement facility, and GPS receiver. It shall be a single handheld compact unit working on battery and portable in nature. The calibration of the unit shall be done during the rollout phase and during the currency of Warranty and AMC without any extra cost.

Page 169: TENDER DOCUMENT (Ph V).pdf

169/337

14.9 Engineering Handset

THE ENGINEERING HANDSET shall be capable of BCCH and TCH Scanning of both 900MHz, 1800MHz and UMTS bands, Forced Handover and reselection, Suppress handovers, Cell Bar access, display of network parameters such as cell-id (in decimals), neighbour list, RX_LEV_ACCESS_MIN, BSIC, BCCH, Rx Level of serving cells & neighbour cells, Rx level of TCH carrier as well as BCCH carrier of serving cell in dedicated mode, RX_QUAL, TA, LAI etc. Measurements shall be possible in both dedicated and idle modes. It shall be possible to make GPRS specific parameter measurements. External antenna, hands-free kit and additional battery also shall be supplied along with other standard accessories. Along with the handset a GSM/GPRS&EDGE based PCMCIA data card (EGPRS Multi slot Class-10 Or better) shall be supplied for dedicated laptop connectivity.

14.10 GPS

Handheld GPS Receiver shall have a position accuracy of 1-15 meters. The GPS receiver casing shall be waterproof. While the GPS Receiver shall operate with AA size batteries, it shall be supplied with Cigarette Lighter Adapter, necessary cables and accessories to connect to the 12-Volt DC car power supply. Data transfer cable for facilitating data transfer between GPS receivers and PC Kit interface cable for connection to the PC through the USB port shall also be supplied. Any software for the PC required to extract and import the data from GPS receiver shall also be supplied. The GPS shall be provided with external antenna and the GPS shall be paired with an electronic compass which shall accurately indicate the North – South direction even when stationary.

14.11 Through Line Digital Power Meter

a) All necessary through line directional power sensor, (Freq 2-3500 MHz Minimum, accuracy ± 5%) sensors, terminations, attenuators, dummy loads, adaptors, good quality cables also shall be supplied for making terminated power measurements as well as thru line measurements. This shall be capable of measurements in all CDMA, GSM & WCDMA bands. All the required elements for 900, 1800 and UMTS bands shall be given in low power and high power ratings (typically 5W and 50W). The software for uploading, storing and analyzing the data with PC shall be supplied.

b) The meter shall be battery (NiMH rechargeable) operated with at least 100 hrs back-up. AC adaptor also shall be supplied. The unit shall weigh less than 1 kg.

c) All the required tools and accessories for accurate calibration need to be supplied.

15 Operational Support System (OSS)

15.1 OSS shall be provided to cater for existing and new 2G and 3 G network elements as per 3GPP TS 32.101 and 32.102. OSS shall have functionalities for Fault Management, Configuration Management, Performance management, Security management and Reporting.

Page 170: TENDER DOCUMENT (Ph V).pdf

170/337

15.2 All Integration Reference Points (IRPs) shall be as per 3GPP TS 32.150. Fault management, Configuration management, Performance management and security management shall be provided as per 3GPP TS 32.111, 32.600 & 32.401 respectively.

15.3 OSS shall serve in multiple vendor, multiple technology environment. Suitable up-gradation or additional elements required for existing elements shall be provided by the bidder.

15.4 OSS shall also provide following functionalities:

15.4.1 Fault Management

15.4.2 Configuration Management

15.4.3 Performance Management

15.4.4 Security Management for IP switches, routers including MPLS network requirement under this tender

15.4.5 Diagnostics

15.4.6 Software Management

15.4.7 Statistical information

15.5 OSS domain shall be Radio access network i.e. RNCs, Node Bs, Antenna, RRH and Core network-CS i.e. MSC- Server, MGWs, GMGWs, HLRs, HSS, EIRs, IMS, Core network-PS elements i.e. SGSN, GGSN, DNS, DHCP, NTP, RADIUS server, Diameter server, OCS, Charging Gateway, Firewall, SCP, IP-SRPs, IVRS and it will also serve for all application & VAS server i.e. SMSCs, MMSCs, UMS, LBS, LBA, PTT, Video Mail server, PRBT server

15.6 OSS shall also be integrated with BSNL’s existing network elements of Access network i.e. 2G BSCs and BTS, GERAN, Core Network-CS i.e. MSC, HLR, EIR, etc, Core Network- PS i.e. SGSN, GGSN, DNS, DHCP, NTP etc, VAS elements i.e. SMSC, SMS-CB, MMSC, UMS, LBS, LBA., MMS library, SCPs, IP-SRPs, IVRS.

15.7 OSS shall have following:

15.7.1 Element manager: The element manager shall be deployed in domains and shall consist of dedicated hardware for each component of domain.

15.7.2 Network Manager: The Network Manager shall be responsible for managing the entire network i.e. existing, new 2G & 3G core & radio and VAS network of each LSA.

15.7.3 Service Manager

15.7.4 Business Manager

15.7.5 Ethernet switch: The Ethernet switch shall be used for interconnecting the element managers, Network Managers, local terminals (workstations), Service Manager and Business Manager. The Ethernet switch shall be as per TEC GR no. GR/LSW-01

15.7.6 Firewall: The firewall shall provide the perimeter security to the OSS and shall be as per TEC GR No. GR/FWS-01.

Page 171: TENDER DOCUMENT (Ph V).pdf

171/337

15.8 OSS shall provide customized adhoc, standard and user definable various reports. All reports should be consolidated LSA wise and break-up reports for SSA wise or network element wise or defined group of network element wise across multiple vendors, multiple technologies shall also be supported.

15.9 OSS shall be able to offer new services to new and existing customers quickly & efficiently and shall be designed to provide carrier class performance.

15.10 Fault Management:

15.10.1 Network Surveillance, an alarm manager providing support for efficient fault management, including visibility of topology and the alarm status of OSS domain in one LSA shall be available.

15.10.2 It shall provide an option to user to configure to communicate one or more alarm streams based on standard 3GPP TS 32.xxx protocols to upper level management networks.

15.10.3 OSS shall have the capability to define an information model of the network sources. The OSS shall support correlation (filtering and suppression) to avoid multiple alarms from a single source of failure within the network.

15.10.4 The OSS shall provide the visual presentation of the Network Element’s states and alarms. It shall also present the complete map of the network domain with suitable icons and in suitable colour.

15.10.5 The OSS shall support the alarm delivery from the domain elements. It shall allow the acknowledgement of the alarms and events. The network elements shall have the current alarm list and accessible through 3GPP TS 32.xxx protocols and reference points. It shall be able to list all alarms that can be logged. It shall also support operator-defined severity of alarms.

15.10.6 It shall be possible to make any network element of OSS domain defined in clause 8.5 out of service & in service from OSS. It shall also be possible to restart any element from OSS.

15.10.7 The OSS shall carry out the systematic health monitoring of the elements of OSS domain. Check on the health of the card or sub-system of any element of OSS domain through MML command.

15.10.8 The following Fault management functions shall be supported:

(i) Network Surveillance shall handle all events and alarms from all network elements.

(ii) The fault, event and alarm information shall be displayed until the operator acknowledges the fault

15.10.9 Configuration Management:

(i) The Configuration management shall support I/O logic command handling tool to perform various tasks such as installation, configuration, functional change, administration, creation, deletion etc of the OSS Domain Data which shall be residing at OSS and also

Page 172: TENDER DOCUMENT (Ph V).pdf

172/337

in the Elements, in a centralized operation and maintenance environment.

(ii) It shall be able to buffer recent commands and be re-displayed, re-edited and re-issued on request.

(iii) It shall provide automatic end to end connection management functions for the MPLS network.

(iv) Configuration Management shall also support the management of all the interfaces connected to MGW.

(v) Configuration Management shall allow connection to network elements for service provisioning, assurance, network inventory, topology as well as other connection management functions.

(vi) Connection Management module shall be provided as an integrated component of the OSS.

(vii) The OSS shall support Auto recognition of configuration of any network element.

(viii) Re-initialisation of the network element shall be possible from OSS. This shall be equivalent to manual start-up (physical jack-out and jack-in) of the network element in case of a complete or partial network element stoppage due to hardware/software failures.

(ix) It shall provide the graphical layout of the network elements with modules drawn using different colours to indicate their status.

(x) It shall indicate the absence or presence of any physical module in hardware elements. It shall also indicate the usage of module i.e. how many ports are in use, which interface is in use and which are free to be used etc.

(xi) The OSS shall be back-out from the operation if not completed successfully i.e. the OSS shall delete all creation/modification from all involved network elements for all the commands which has been carried out as part of a task which was not completed successfully and involved many network Elements and commands.

(xii) It shall support macro command/subroutine facility to carry out the same kind of operation on a group of interfaces by a single command. It shall be possible to generate a macro program which integrates the various operations in an intelligent sequence to carry out complex tasks of creation, modification and deletion of entities like Trunks, Software control of Elements etc. It shall also support import of Macro programs/ routines from a program written as a text file from external drive e.g. floppy/CD.

15.10.10 Performance Management:

(i) The OSS shall support tasks related to accounting management like Tariff profile, Metering table for a route, time depending charging etc. The Billing information like CDRs shall be directly transported from the Network Element to the Billing System.

(ii) Performance management shall enable to create and initiate performance measurements in the network elements, collect and

Page 173: TENDER DOCUMENT (Ph V).pdf

173/337

format network performance data and output standard and customized reports for network planning and dimensioning.

(iii) It shall supply flexible output formats and interfaces to supply data to upstream systems for network management or data warehouse applications.

(iv) Performance management shall support the measurement for performances indices for different Network Elements as per standard report or in adhoc report for some or all services in OSS domain.

(v) The system shall be able to create measurement types, i.e. specify which counters to read. The system shall be able to create periodical measurement, i.e. reading of counters at defined intervals and shall be able to send measurement results to a configurable IP address.

(vi) The OSS shall support scheduling of the Performance measurement, collection, storage and transfer of the performance statistics. It shall also support presentation of the performance statistics in graphical and text mode as and when requested and at repeated interval automatically.

(vii) Performance Management of MPLS network/ Interface.

(viii) It shall be possible to activate/deactivate, modify the performance monitoring of the network/interface for collection of various statistics.

15.10.11 Security Management:

(i) The network and the network management system shall be protected against intentional or accidental abuse, unauthorized access and loss of communication.

(ii) Network management security features shall include operator authentication, command, menu restriction and operator privileges. The OSS shall support four level passwords.

(iii) OSS shall allow the System administrator to define the level of access to the network capabilities or features for each assigned password. The OSS shall block the access to the operator in case of unauthorized commands being tried for five consecutive times. The OSS shall also not allow the entry into the OSS in case wrong password is provided more than three consecutive times during the login.

(iv) The supervisor shall be able to monitor and log all operator activities in the OSS and Local Management Terminal.

(v) The dynamic password facility shall be provided in which the Operator may change his password at any time.

(vi) The OSS shall have the feature of idle time disconnection which shall be configurable.

Page 174: TENDER DOCUMENT (Ph V).pdf

174/337

(vii) The man-machine communication programs shall have the facility of restricting the use of certain commands or procedures to certain passwords and terminals.

15.10.12 Diagnostics:

(i) Diagnostics shall be possible to run on all the cards/subsystem/system after taking it out of service.

(ii) Diagnostics shall be possible on all the common control elements active or standby after taking it out of service.

(iii) It shall preferably be possible to diagnose to single PCB level in at least 95% of the type of PCBs.

(iv) Detailed diagnostics report shall be stored, displayed & printed. The detail shall contain date, time, card no & nature of fault.

(v) Port loop testing shall be possible through command.

15.10.13 Software Management: It shall be possible to carry out the following tasks under the software management function:

(i) Loading of new system software.

(ii) Manage different versions of software

(iii) Shall have the capability of managing multiple versions of software for individual elements.

(iv) Installation of software patches.

(v) Examine contents of all system memory and disk memory.

(vi) At the time of downloading the software, the message shall be displayed that the software has been downloaded successfully or failed and at what stage.

(vii) The OSS shall support FTP for downloading of Software, configuration, patches etc to the network Element.

15.10.14 Statistical Information

(i) The OSS shall be able to extract statistical information regarding OSS domain. It shall support the activation/deactivation, collection, storage and presentation of statistics for all the Network Element of OSS domain.

(ii) It shall also maintain per port and per connection statistics. The per port statistics provide the information regarding the physical layer, data and network layer data. The statistics per connection shall provide at least the following information :

(a) Discarded frame

(b) Total discarded frames.

(c) Received frames.

(d) Total received frames

(e) Transmitted frames.

(f) Tagged frames.

Page 175: TENDER DOCUMENT (Ph V).pdf

175/337

(g) Switching Fabric congestion statistics.

(h) Switching Fabric error statistics.

(i) CPU utilization in percentage.

(iii) It shall provide the consolidated report for performance and Operator initiated measurement for the busy hour or for any hour or for programmed duration for the network element, Domain and Network. Time granularity of the report shall be at 15 minutes interval or any multiple thereof.

(iv) The OSS shall enable viewing of the availability of the network elements as part of the network and also as individual elements. It shall be possible to drill down to subsystem of a network element from network map being displayed at the OSS.

(v) The traffic measurement shall also include the performance of the core network with statistical information like packets sent, packets received, packets rejected due to an error, time delay for a packet to be sent across the network, jitter, delay experienced by RTP streams etc.

(vi) The traffic measurement shall also include the commands for viewing the performance of Media Gateway, Signaling Gateway, MSC server, SGSN etc for processing of calls on the basis of E. 164 Number & IP Address, signaling Links, incoming and outgoing junctions etc.

(vii) It shall be possible to analyse the unsuccessful calls handled by the MSC server or SGSN so as to find out the exact cause of the call failure, whether the call has failed in the MPLS network or the call has failed due to congestion in the Core Network or RAN component or the call has failed on the PSTN network interface etc.

(viii) The OSS shall support functions relating to the traffic and charging administration. These are required, for instance, when changes in tariff of concessional period have to made.

(ix) The OSS shall enable operations like changing the system configuration, reconfiguration of input and output device, loading a new software package, etc. Both automatic and manual reconfiguration capabilities shall be available.

(x) In the addition to the day-to-day administration of the system, there shall be the requirement to introduce new services, which shall also not cause any interruption to service.

(xi) All commands which are executed over Network program or data shall be logged in a file (read only) and it shall be possible to retrieve the same on demand whenever required, using Man-Machine Commands. The file usage of upto 50%, 75% and 90% shall generate alarms of suitable category prompting the operator to initiate the backup operation.

(xii) It shall be possible through a single MML Command to obtain a list and the total number of equipment of a particular domain in a state (e.g. in-service, blocked etc).

Page 176: TENDER DOCUMENT (Ph V).pdf

176/337

(xiii) It shall be possible to read or modify the data related to a group of trunks by a single command.

(xiv) It shall be possible to store at least the last 20 commands on the screen and by scrolling and editing any command shall be re-executable.

(xv) It shall be possible to store all the performance and traffic statistics for a month. It shall also be possible to generate daily, weekly, monthly reports for the individual element as wall as complete domain. The report generation shall be supported for text and graphic reports.

15.10.15 Calendar Management:

It shall be possible to execute any command at any time by attaching a time tag to the command and it shall be executed when Network real time matches the tag. It shall be possible to define both time and date. If no date is mentioned, the command shall be executed daily at the time indicated.

16 Towers & PRE-FAB

16.1 General Requirements

16.1.1 The Steel used in All the Towers and poles, their installation material and in their foundation shall be standard TMT/Tor steel like TATA/SAIL. Further OPC cement will be used in the work.

16.1.2 The aviation lamp provided on towers shall meet the requirements of International Civil Aviation Organisation.

16.1.3 Additional antenna fixtures, Wave guide (feeder cable) racks (horizontal and vertical), gantry, Lightening arrestor, platforms with hand rails for the new and existing towers ( GBT or RTT) , wherever required, shall be provided by the bidder as per the actual requirements. All such items, which are to be deployed in outdoor conditions, shall be made of hot-dip galvanized material.

16.1.4 The bidder shall be responsible to keep informed BSNL the progress on foundation of towers & execution of the same. The intimation shall be at the following stages and BSNL reserves the right to inspect the quality at each of the stages by a representative of BSNL of respective circles.

(i) After completion of excavation work

(ii) After completion of reinforcement of the raft of the foundation.

(iii) During the casting of the concrete.

(iv) After completion of the reinforcement of the columns and fixing in position of the bolts.

(v) During the final casting.

Page 177: TENDER DOCUMENT (Ph V).pdf

177/337

(vi) Final completion of foundation work including dressing of site.

16.1.5 The material used in the execution of foundation work will be examined visually and in case of apparent defects the same has to undergo lab testing and the cost of the same has to be borne by the bidder.

16.2 ROOF TOP TOWER

16.2.1 The Roof top towers shall be supplied and installed by the bidder wherever ordered. The design of the towers shall be SERC approved, if no TEC GR is available for that height, otherwise all RTTs are to be supplied as per relevant TEC GR. At 200 KMPH wind speed, the RTTs supplied shall be capable of carrying a minimum of at least 12 GSM/WLL antennae along with 2 numbers of 0.6M dish antennae for 15/18 GHz access Microwave. The RTT shall survive a wind velocity of upto 210 KMPH for short duration.

16.2.2 The foundation of the roof top towers should be designed and certified by a qualified Structural Engineer for the wind speed of 200 KMPH and supplier shall submit a certificate from structural Engineer at the time of Acceptance testing.

16.2.3 The foundation design of the roof top towers at the rooftop should also have provision of space for installation of Engine Alternators. This is necessary wherever BSNL has made provision of Engine alternators on roof top sites.

16.2.4 For Roof Top Tower sites, THREE PIT EARTH or better shall be provided. The earthing arrangement at each BTS site/tower, both existing and new, including tower earthing in all BSNL and Non-BSNL sites should be the bidder’s responsibility.

16.3 GROUND BASE TOWERS

16.3.1 Ground based towers shall be ordered as per the requirement at the time of the ordering and shall conform to the relevant TEC GRs in the tender. 60M GBTs for 180 KMPH wind speed, wherever ordered, are to be supplied as per SERC design as TEC GR for the same is not available .

16.3.2 The Ground base towers at the applicable wind speed shall be capable of carrying a minimum of at least 12 GSM/WLL antennae along with 2 numbers of 0.6M dish antennae for 15/18 GHz access Microwave.

16.3.3 For GBT sites, RING EARTH shall be used. The earthing arrangement at each BTS site/tower, both existing and new, including tower earthing in all BSNL and Non-BSNL sites should be the bidder’s responsibility. It shall be ensured that each site is provided with the necessary surge protections as required. Necessary corrective actions including supply and installation of required devices will have to be done by the bidder to ensure that the site is fully and comprehensively protected against all kinds of high voltage and lightning hazards.

16.4 POLES (ROOF TOP AND WALL MOUNTED)

16.4.1 In multi BTS cities, vendor will supply and install poles on roof top for hoisting of antenna on high rise buildings, wherever required. These poles

Page 178: TENDER DOCUMENT (Ph V).pdf

178/337

will be of 6 M height and will be supplied along with associated runways, wave guide racks, clamps and any other required installation materials.

16.4.2 The Poles for hoisting of antennas on walls of high-rise building shall be provided as per the actual site requirement. This wall mounting arrangement will be supplied with runways, wave guide racks etc along with required installation materials as per site requirements.

16.4.3 Any required civil work for these poles /wall mounting arrangement will be the responsibility of the supplier

16.4.4 One set of Poles /Antenna wall mounting arrangement shall cater for hoisting upto 6 GSM /UMTS Antennas in three directions as per actual site requirements

16.5 PRE- FABRICATED BTS SHELTER

16.5.1 The prefab structure shall be a portable cabin meeting the requirement of TEC GR No. GR/BSH-01/01 Jan 06 for BTS shelter. Supply and installation of the shelter including required civil work will be the responsibility of the vendor.

16.5.2 The UV resistant PU paint shall be used for outside painting and shall have minimum 80% thermal reflection.

16.5.3 Type I and II prefab BTS Shelter should be supplied with floor loading of 1000 kg/m2 and Type III prefab Shelter should be supplied with floor loading of 1500 kg/m2

16.5.4 Prefab shelter will have sufficient electric lighting arrangement both Internal as well as External lightning with fittings and Suitable no. of power points. The prefab shall be supplied with necessary fire detection through Double Ionization type Smoke Detectors interfaced through controlled panel, and powered by battery backup of BTS/Node B with provisions of audible alarm & provision of extending the same to a remote location. Further, fire extinguishers of 2 Kg dry powder type, ½ Kg BCF/Halon shall be provided. In case of mains failure the independent emergency lighting arrangement shall become operative.

16.5.5 The prefab shall have arrangement to manage the internal environment with sufficient cooling through DC fans which shall start immediately after the mains failure so as to ensure that the Genset is not required to be operated for a specific period of at-least six hours for operation of BTS in the final TRX configuration in case of power failure. The DC fans shall automatically stop in case of restoration of mains power or Engine supply or drainage of battery below 44 V DC.

16.5.6 The prefab shall have suitable control arrangement to trigger AMF panel to start the Genset, either on the battery backup getting discharged to 40% of its rated capacity or the internal ambient temperature rising above 40 deg C.

16.5.7 The shelter shall have an alarm distribution panel for collection and distribution of 16 alarms so as to enable alarm extension from Air conditioner, engine alternator, fire detection etc.

Page 179: TENDER DOCUMENT (Ph V).pdf

179/337

17 ELECTRICAL SYSTEMS:

17.2 SMPS POWER PLANT AND MFVRLA BATTERY SETS:

17.2.1 SMPS power plant is to be provided as per TEC specification G/SMP-01/05 JAN.2005 and MF VRLA battery sets as per G/BAT-01/03 MAR.2004 with amendments thereto. The turnkey supplier should source the equipment (both MFVRLA batteries and SMPS power plants) from TEC approved Indigenous manufacturers who have service network across the country to service both hardware and software components of the Power Plants and MF VRLA Batteries.

17.2.2 Only 100 amp power modules shall be provided.

17.2.3 The cabinet of Power plant supplied at MSC Server, MGW, RNC & BSC locations shall be of at least 2 times the capacity sought. It shall be possible to increase the capacity of power plant by just addition of 100 amp modules. The price of 100 amp modules should be quoted separately.

17.2.4 Minimum of 100A Modules of SMPS Power Plants are to be provided for MSC server, MGW, RNC and BSC locations and minimum 100A Modules of SMPS power plants are to be provided for BTS locations. SMPS Power plants are to be compatible with VRLA batteries and are to be with Battery Health Check systems and Remote Monitoring facility.

17.2.5 Capacity of the Battery sets shall be planned such that the battery sets are not required to be discharged beyond 80% of their rated capacity at any time to meet 100% load.

17.2.6 For MSC Server, MGW/XCDR, RNC, and BSC locations, it is to be ensured that a total of 06 hours back up is provided through two battery banks at each location. Therefore, each battery bank of 3X equipment load in DC Amps/0.8 AH capacity will be required, where 0.8 is the permissible depth of discharge at 3Hr discharge rate of battery to an end cell voltage of 1.75Volts per cell. For BTS & NodeB locations, it is to be ensured that a total of 08 hours back up is provided through two battery banks at each location. Therefore, each battery bank of 4X equipment load in DC Amps/0.8 AH capacity will be required, where 0.8 is the permissible depth of discharge at 4Hr discharge rate of battery to an end cell voltage of 1.75Volts per cell. Each battery bank should not be less than 400AH.

17.2.7 Suitable switching arrangement for inter connection between various items of SMPS Power Plants, MFVRLA Battery sets and their interconnection in switching cubicle and further power distribution to equipment as required for the ultimate capacity shall be provided.

17.2.8 A minimum of 30 meter per length of power cable between equipment room and power plant room shall be provided for each site. Power cable rate per meter length shall be quoted and price of 30-metre cable length will be considered for tender evaluation purposes.

17.2.9 SMPS Power Plant capacity should be such that it is to take following loads simultaneously:-

(i) 10% of rated capacity of MFVRLA battery, (battery float load for all sets)

Page 180: TENDER DOCUMENT (Ph V).pdf

180/337

(ii) Equipment load during busy hour (Detailed calculations to be given for all configurations).

17.2.10 SMPS Rectifier efficiency is to be taken as 90%.

17.2.11 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 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:

17.2.12 Cost for upgradation of existing power plant by way of adding Modules is also to be quoted in the SOR

17.2.13 Maintenance spares including spares for control panel and spare fuses should also be provided.

17.2.14 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 the supplier.

17.2.15 The power cable and bus bar shall be rated at 2 Amp/Sq. mm.

17.2.16 Only TEC approved equipment/Modules are to be provided.

17.2.17 One 1 KVA inverter for three PCs including monitors or part thereof shall be supplied to each site as per TEC Spec.No.G/INV-01/03.JAN.2001.

17.2.18 Complete power plant and battery calculations and information regarding inter-connecting arrangements and layout shall be given. Ultimate capacity of SMPS-Power Plant as approved by TEC for SMPS modules of 100A, 200A etc. capacity, is to be indicated.

SMPS module as calculated vide Para 22.10

Spare SMPS Module (H/SBY) Required

1. Upto 7 1 2. 8-12 2 3. 13-17 3 4. 18-22 4 5. 23-27 5 6. 28-32 and so on. 6

Page 181: TENDER DOCUMENT (Ph V).pdf

181/337

17.2.19 The price for each component such as SMPS modules, control rack, auxiliary rack/ expansion rack, battery health check system to monitor each 2V cell of the battery bank, remote monitoring facility, power cable, cable trays, all types of fuse required, lugs, DCDB etc. shall be quoted.

17.2.20 Out door power plant and battery are to be supplied for the outdoor BTSs and their rates have to be separately quoted. These should meet IP56 and QM555 specifications.

17.2.21 In the SOR, bidder has to quote rate of the appropriate Power plants and battery size considering the load of their respective equipment and dimensioning the same as per above guidelines and relevant TEC GRs. The dimensioning should be in the standard units as defined in the TEC GR. For the convenience of ordering by BSNL, rate of some standard battery and power plants of higher sizes are also to be quoted in the SOR enabling BSNL to order higher size battery and power plants wherever multiple equipments are located.

17.2.22 BSNL will verify the dimensioning of battery and power plants at validation sites where equipments will be installed along with respective offered power plants and battery only.

17.2.23 Power plant and batteries for BTS/Node B location will take care of additional DC load of around 10A for OFC equipment / Radio Link / Optical Modem

17.2.24 The battery and power plants will be for a warranty of one year from the date of taking over

17.3 SPECIFICATIONS FOR AC

17.3.1 DESIGN CRITERIA FOR 2 x 1.5 TR / 2 x 2 TR HIGH SENSIBLE HEAT TYPE AC UNITS.

The air-cooled AC unit should be designed as per following conditions:

1. Rated capacity 2 x 1.5 TR / 2 x 2 TR 2. Flow direction Front end throw 3. Air inlet temp. (Return Air) 25 deg C (DB)

4. Saturated Suction Temp. Between 9 deg C and 10 deg.C

5. Saturated discharge Temp. Maximum 53 deg.C(at

ambient of 43 deg.C)

6.

Ambient air design temperature (Entering the condenser)

43 deg.C(However the system should be able to work with ambient upto 50 deg.C)

7. Air Quantity Air quantity : >550 CFM/TR 8. Supply Air Temperature < 16 deg. C 9. No. of refrigerant circuits Two

10. Filters EU-2 filter having efficiency

of 90% down to 20 microns.

11. Face velocity across the Cooling coil

< 2.5 m/sec

Page 182: TENDER DOCUMENT (Ph V).pdf

182/337

12.

Type of load The exchanges are having high sensible heat Load. The Sensible heat factor should be more than 0.90 (i.e. S.H.F. > 0.90).

13.

Min. Cooling capacity 2 x 4500 Kcal / hr for 2 x 1.5 TR & 2 X 6000 Kcal / hr for 2 x 2 TR at 43 deg. ambient.

17.3.2 SCOPE & REQUIREMENT: AC units supply should be corresponding to

design criteria and operating conditions mentioned above ,comprising of scroll compressor, air-Cooled condenser with motor and fan, evaporator with motor and fan, refrigerant circuits, air filter, electrical control unit, electronic O/L protection, controls for all motors, indicating panel, protective fuses, including insulation (for A/C unit) of blower section etc. as required including provision of small foundation/ framework with pads.

17.3.3 The Prototype unit should be got approved by Electrical Wing of BSNL Corporate Office.

17.3.4 CABINET:-The Cabinet should be constructed from best quality sheet steel of thickness not less than 1.6 mm (16 gauge) thick / double skin sandwiched insulation between sheet steel panels of 1 mm & 0.7 mm thickness ( except for the front and side grill panels which should be of minimum 1.2 mm thickness) suitably treated for weather protection, corrosion and shall be powder coated.

17.3.5 Coil and blower sections should be insulated internally for both acoustics and thermal purposes with 12 mm thick resin bonded Fibre Glass / 15 mm thick polyethylene of density not less than 24 Kg/ m3 covered with glass cloth of fire proof grade.

17.3.6 Lugs should be provided for lifting/easy handling of machines.

17.3.7 COMPRESSOR (SCROLL)

(i) Compressor should be two in numbers having independent refrigerant circuit each rated for 50% capacity i.e. 1.5 TR each in case of 3 TR AC unit & 2 TR each in case of 4 TR unit.

(ii) The compressor should be of approved makes.

(iii) Compressor should be suitable for operation on R-22.

(iv) Compressor Motor should be suitable for operation on 230 + 10% variations, 50 Hz, 1 phase, AC supply.

(v) The compressors should be located in such a way that removal of one compressor should not affect the operation of the other circuit.

(vi) Compressors should be installed on spring mounted floating platform/rubber pads or manufacturer’s recommended approved mounting.

(vii) Overload protection should be provided in compressor.

Page 183: TENDER DOCUMENT (Ph V).pdf

183/337

(a) * Individual accumulator should be provided with each compressor.

(b) *Compressor should be fitted with electrically operated oil heaters. Heaters should be automatically actuated when the compressor is stopped.

* To be provided as per compressor manufacturer’s recommendation and to be decided at the time of approval of prototype model.

17.3.8 EVAPORATOR SECTION

17.3.8.1 Evaporator Coil.

(i) Evaporator coil should be two in numbers one for each refrigerant circuit. Each coil should be rated for 50% of TR rating of package unit.

(ii) Evaporator coil should be constructed out of copper tubes not less than 0.355 mm (29 gauge) thick expanded on to aluminum fins to give a good mechanical bond for maximum heat transfer. Approximately 12 to 13 numbers of fins per inch should be provided. Fin thickness should not be less than 0.16 mm. Alternately Fins having 0.12 mm thickness with hydrophilic coating are also acceptable.

(iii) Face area of coil should be selected corresponding to air velocity not exceeding 2.5 m/sec.

(iv) A condensate drip tray of stainless steel construction of minimum 18 SWG thick alongwith a Special plastic pipe to drain out condensate water should be provided.

17.3.9 Blower Section

(i) Blower fans should be statically and dynamically balanced.

(ii) Fan Motor Assembly

(a) Fan should driven by a weather proof electric Motor suitable for operation on 230V+10% variation, 1 phase, 50Hz, AC supply. The motor housing shall be of IP 54 grade.

(b) The fan should be directly coupled/belt driven having a maximum speed of 1400 r.p.m.

(c) Energy efficient motors as per relevant IS. Should be used.

17.3.10 REFRIGERANT PIPING

(i) There should be two self contained independent refrigerant circuits in each AC unit. A totally independent piping hook up for each combination of compressor-evaporator and air cooled condenser constituting one refrigerant circuit.

(ii) Each refrigerant circuit should be suitable for operation on R-22 and should include the following items :-

(a) Suitable capillary for expansion.

Page 184: TENDER DOCUMENT (Ph V).pdf

184/337

(b) Removable liquid line drier/filter/ wire mesh stainer

(c) Hand shut off valves.

(d) Suction and discharge valves for isolation of each Compressor.

(iii) The serviceable/removable components should have union connections for easy removal/assembly.

(iv) All pipe works should be carried out with refrigerant quality copper tubes and where b ends are required these should be completed using either a proprietary bending tool or radius fittings. The minimum thickness of pipe should be 0.9 mm.

17.3.11 WIRING SYSTEM

(i) All individual wires should be of copper and colour coded or should be numbered at their point of termination to facilitate servicing.

(ii) Low voltage control wiring and power wiring should be segregated from each other.

(iii) Protective fuses of suitable rating should be provided in the circuits.

(iv) Contactors of suitable rating for the compressors and suitable rating relays for evaporator & condenser fans.

17.3.12 AC CONTROLLER

(i) AC units should be started / stopped based on sensing of room temperature through a single temperature sensor (having accuracy of 0.5 degree C) provided with in the room.

(ii) The AC controller should start / stop AC units in a systematic manner so that both the AC units are operated based upon the real time temperature as well as running performance of the ACs. In case required room temperature is achieved and both the compressors are off, one blower should run for air circulation. In case of power failure, the controller should have sufficient memory so that the original sequencing of running of AC units should be maintained.

(iii) Programming of AC units shall be based on (i) Equal run hours per day and (ii) if the designated unit is unhealthy, then stop the unhealthy unit and start command shall be passed on to next unit.

(iv) Unhealthy condition :- Current drawn by individual units as well as grill temperature at the individual AC units should be provided simultaneously in the controller. There should be option to program the high and low acceptable levels of both of these parameters (i.e grill temperature as well as current) through front panel depending on the site requirement. In case of fault ,the respective AC unit should be switched OFF and taken out of the running sequence. Alarm should be available for the faulty unit.

(v) The status of various parameters, health of the machine and faults should be displayed on the PC through USB serial port.

Page 185: TENDER DOCUMENT (Ph V).pdf

185/337

and data from AC controller for interfacing with other controller/remote station should follow TCP/IP protocol

(vi) Fault log history for last ten faults should be provided.

(vii) Apart from controlling the AC units , AC controller should also offer protections in terms of overload, initial time delay for starting the machines, High and low voltage protection. For overload protection, the controller shall make attempt to start the unit thrice, declare it as unhealthy and then switch over to next unit.

(viii) HP fault & overload fault should be manual reset, all other faults should be auto reset.

(ix) Separate auto manual switch for each circuit is to be provided for bypassing the controller.

17.3.13 DISPLAY :- Alpha numeric 2 x 16 backlit LCD screen displaying the following parameters for each AC unit :-

(i) Current, Grill temperature, run time and Status of the AC unit (healthy / unhealthy)

(ii) Room temperature and voltage.

(iii) HP / LP Faults

17.3.14 INDICATING PANEL :-

(i) The following indications should be provided on the indicating

panel. (a) Each compressor on.

(b) Each Evaporator fan on.

(c) Each condenser Fan on.

(d) Reset push button in case of alarm.

(e) Fault indication:

(1) For ON’ indications green LEDs should be provided.

(2) For FAULT’ indications red LED should be provided.

(3) The position of indicating lamps should be at the eye level and also just above their respective start/stop push buttons.

17.3.15 AIR COOLED CONDENSER.

(i) For each AC unit there should be two air cooled condenser units; each having a matching heat rejection duty for one refrigerant circuit.

(ii) Condenser unit should incorporate the followings :-

(iii) heat rejecting coil block constructed from copper tubes of not less than 0.355 mm (29 gauge) thick expanded on to straight aluminium fins. Approximately 12 number of fins/inch should be provided. Fin thickness should not be less than 0.16 mm. Alternately Fins having

Page 186: TENDER DOCUMENT (Ph V).pdf

186/337

0.12 mm thickness with hydrophilic coating are also acceptable.

(iv) The condenser should be vertical mounting type with horizontal throw of air for ensuring even air flow over the coil block.

(v) The entire assembly should be supported by a corrosion treated frame.

17.3.16 CONTROLS

Following controls should be provided :-

(i) High pressure trip – Manual reset (for each compressor)

(ii) Low pressure trip – Auto reset (for each compressor)

(iii) Thermostat to control operation of the unit.

17.3.17 SAFETY INTERLOCKS

(i) Interlock between condenser fan motor and compressor motor to prevent starting of compressor without condenser fan in operation.

(ii) Condenser fan should stop along with compressor.

(iii) Provision should also be made to operate the evaporator fan without, the operation of condenser and compressor.

(iv) TIME DELAY of minimum three minutes shall be there for restart of compressor.

17.4 SPECIFICATIONS FOR E/A

17.4.1 SCOPE : The offer should cover complete supply, installation, testing, and commissioning of ready to use diesel engine alternator sets in acoustic enclosure. All minor civil works, electrical and other works associated with installation and commissioning of the set shall be carried out by the tenderer. The tenderer would quote for complete lot to be executed under works contract.

17.4.2 REQUIREMENT: The Engine Alternator supplied should be of ready –to –use type (RTU) ,the BHP of engine may be suitably enhanced as per site conditions in order to deliver the minimum required KVA at site, in case of water cooled engine it should be supplied with first filling of coolant and water mixture as per the manufacturer recommendation . The Engine shall be equipped with governor of class A1 accuracy and all standard fittings, flexible pipe, 12 Volt 120 AH sealed maintenance free lead acid automotive duty battery fixed between base frame, suitable capacity fuel tank for running the E/A set for atleast 24 hours continuously with steel wire braided fuel pipe, silencer, MS exhaust pipe of suitable size and length as per site requirement covered with two layers of 6 m.m. thick asbestos rope, instrument panel equipped with necessary instruments, directly coupled with alternator of suitable capacity on a suitable length of common base frame, channel fixed on necessary AVM pads including required length of 4 X6Sq. mm. Copper conductor unarmoured XLPE cable with cable glands and lugs for inter connection between alternator and control panel, providing tools for normal maintenance and all other accessories complete as required and as per detailed

Page 187: TENDER DOCUMENT (Ph V).pdf

187/337

specifications attached. The Engine and the Enclosure shall confirm to the latest environment (protection) act 1986 (29 of 1986) of ministry of Environment and forest notification No. dated 17th May 2002 and 12th July, 2004 and second amendment of 2002 and 2004 respectively. No set shall be accepted without the CPCB certificate of authorized agencies such as ARAI of Pune, NPL New Delhi, NSTL Vishakapatanam, FCRI Palghat and NAL Bangalore.The make and model no. of Engine and alternator shall be as per BSNL approved product directory available at Enclosure-I & II .

17.4.3 OPERATING CONDITIONS

17.4.3.1 The engine alternator shall be capable of working at any ambient temperature between 00C to 500 C and relative humidity up to 95% condition.

17.4.4 PERFORMANCE REQUIREMENT

17.4.4.1 The working KVA rating at site condition after accounting for de-rating shall be obtained at 0.8 power factor.

17.4.4.2 When there is an electrical main supply failure it will be required to work continuously for a period which may even exceed 24 hour at a time.

17.4.4.3 The set shall be capable of taking 10% overload for a period of one hour during every 12 hours period while operating continuously at full load.

17.4.5 OUT PUT VOLTAGE FREQUENCY AND WAVE FORM

Nominal out put voltage shall be 415 Volt with + 5% manual adjustment at all conditions of the load. Frequency shall be 50 cycle per second +3 % in out put waveform.

17.4.6 DIESEL ENGINE

Engine shall be reciprocating compression ignition engine as per manufacturer standard design and conforming to IS10001-1981& BS5514

17.4.7 LUBRICATION

Lubrication shall be positive pressure type lubricating all moving parts. No moving parts shall require lubrication by hand either prior to the starting of the engine or while it is in operation. Temperature and pressure gauge shall be fitted to the lubricating system.

17.4.8 FUEL TANK

Fuel tank shall be draw out type for easy maintenance provided between base frame or separately installed in case of installation in a canopy . The tank shall have level indicators marked in litres, filling inlet with removable screen, fuel out let located at minimum of 25mm above the bottom at outer face of canopy, drain plug air vent and necessary piping, hand pump for pumping the fuel into the service tank with necessary pipe or tube shall be provided. The outlet of the pump shall be provided with 3-meter long reinforced hosepipe.

17.4.9 FUEL PIPING

Steel wire braided pipe with hydraulically compressed benzo of superior quality shall be provided for fuel piping.

Page 188: TENDER DOCUMENT (Ph V).pdf

188/337

17.4.10 SPEED AND GOVERNING A1’

The engine shall operate on 1500 RPM, and be able to meet site conditions with regard to Voltage, Speed, Frequency and regulation equipped with governor of Class A1 accuracy.

17.4.11 ENGINE START

Engine shall be cold and self-starting type. The starter battery shall have suitable copper connecting lead, sufficient to meet engine starting and control gear requirement as per manufacturer specification.

17.4.12 BATTERY CHARGING

The battery charging shall be done through alternator and solid state battery charger .

17.4.13 THE ENGINE SHALL HAVE FOLLOWING ACCESSORIES: -

(i) Heavy duties fly wheel.

(ii) Coupling with guard.

(iii) Fuel Pump suitable for lifting the fuel from fuel tank provided below E/A sets.

(iv) Governor.

(v) Pre filter.

(vi) Fuel Filter.

(vii) Per-filter in lift pump/button filter.

(viii) Lubricating oil filter.

(ix) Residential exhaust silencer.

(x) Starter.

(xi) Blower fan.

(xii) Alternator.

(xiii) Mechanical type hour meter cum RPM indicator.

17.4.14 ENGINE INSTRUMENT PANEL :-

It shall comprise of the following: - (i) Starting switch with key.

(ii) Lubricating oil temperature gauge.

(iii) Lubricating oil pressure gauge.

(iv) Battery charging ammeter.

17.4.15 ALTERNATOR

(i) The shall be copper wound and totally enclosed for screen protected class-F insulation, designed and constructed to with stand tropical condition. Voltage regulation shall be + 5%. And shall be conforming to IS 13364 (Part I):1992

Page 189: TENDER DOCUMENT (Ph V).pdf

189/337

(ii) The winding shall be star connected and neutral shall be brought out to the terminal box for earth with two independent earths. The terminal of the alternator out put shall be enclosed in the terminal box. The AC/DC wiring shall be separated from each other.

(iii) Radio interference suppressor should be provided in case slip ring type alternator .

17.4.16 AMF CONTROL PANEL

Control panel shall be cubical type made of 16 gauge CRCA sheet with hinged type openable covers mounted above base frame at suitable location of E/A set and supported on both sides on base frame. Rubber pads of 6mm. thickness shall be provided between the base frame and control panel supports. All the control panel wiring should be easily accessible and shall have sufficient working space for making connections of cables etc. A manual bypass switch shall be provided on the control panel for total bypass of the AMF system . The changeover from Mains supply to EA set supply should be possible in manual mode with AMF relay totally bypassed .A tinned copper earth stud of adequate dimension shall be provided. The panel shall be consisting of: - (i) 2Nos. of 4 poles 63A(with adjustable current setting) MCCB.

(ii) Contactors: -2 Nos. minimum, of suitable rating ,4 pole (AC-3 duty) Power Contactors for Main / Diesel EA set (Mechanically interlocked & electrically interlocked) with contactor coil of wide operating range from 170 Volts to 280 Volts .

(iii) Potential free contacts for extension of alarms- (6 Nos.) viz. lack of fuel, LLOP, Mains Fail, Engine Fail to start, Door opening, high cylinder / Water temp.

(iv) Microprocessor based Automatic Mains Failure Controller (suitable for 12VDC), with following functions: (ECI/NB-2 of M/s AVKC – SEGC/ BE – 23N of M/s Bernini, with RS-232 for serial communication interface) :

(a) Switch the load to the engine supply after suitable time delay,

after starting the engine on mains failure/phase failure / low voltage / high voltage.

(b) Switch the load back to the mains supply after suitable time delay, when healthy mains supply is restored and stopping the Engine.

(c) Attempt to start the Engine up to three times on failure of earlier attempts with suitable time intervals.

(v) Connections of control wiring shall be done with screw less connector strips and ferrules for identification on both ends.

(a) AC and DC wiring shall be separated distinctly.

(b) 1No. Multifunctional meter to indicate Voltage, Current, PF, Frequency & kWh.

(c) Push button for stop, reset, test, and acknowledge.

Page 190: TENDER DOCUMENT (Ph V).pdf

190/337

(d) Recess type hooter.

(e) Audiovisual indication for LLOP, HCT / HWT, Over speed, Lack of fuel.

(f) RYB LED indication for indicating Mains / EA Set Supply – 2 sets.

(g) DC. Ammeter [0-15A], DC. Voltmeter [0-30V] of size 96mm x 96mm with selector switch for trickle /boost charging through battery charger and battery charging unit .

(h) Selector switch for Auto /Manual operation .

(i) Battery Charger: Automatic trickle /boost battery charger of SCR or SMPS type to charge the starting battery of DEA set. This charging shall be done through main supply for which a suitable incomer shall be provided in the panel with suitable range of ammeter and voltmeter on the DC side with protective fuses.

17.4.17 SAFETY CONTROL TRIP

(i) Low lubricating oil pressure.

(ii) High cylinder / water temp.

(iii) Lack of fuel.

(iv) Over speed.

17.4.18 SOUND PROOF ENCLOSURE

(i) The canopy should be sound proof, weather proof & environment friendly, conforming to the latest environment (protection) act 1986 (29 of 1986) of ministry of Environment and forest notification No. dated 17th May 2002 and 12th July, 2004 and second amendment of 2002 and 2004 respectively. No set shall be accepted without the CPCB certificate of authorized agencies such as ARAI of Pune, NPL New Delhi, NSTL Visakapattanam, FCRI Palghat and NAL Bangalore.

(ii) The canopy shall be in modular construction with the provision of assembly at site. The acoustic panels shall be fabricated in 2mm thick CRCA sheet. The finished sheet metal component shall undergo seven tank treatment process for degreasing, derusting, phosphatising etc. for longer life and should by Polly polyester based coated inside & outside. The nuts bolts and other hardware shall be Zinc coated. The door shall be provided with high quality EPDN gaskets to avoid leakage of sound. The door handles and hinges shall be Zinc plated & lockable type.

(iii) The Radiator fan of the water cooled Engine shall be used for ventilation. A pusher fan (for air cooled Engines) or in addition to Radiator fan, if required shall also be provided. The motor of this fan shall be of BSNL approved make.

(iv) Adequate ventilation shall be provided to meet the air requirement for combustion & also to expel heat to maintain temperature inside the enclosure within 5 degree Celsius above ambient at 10%

Page 191: TENDER DOCUMENT (Ph V).pdf

191/337

overload with tripping arrangement between (50 – 60 ) degree Celsius.

(v) An arrangement for adequate illumination inside the enclosure shall be provided

(vi) Separate door with locking arrangement for easy access to D.G. set during operation & maintenance should be provided.

(vii) The enclosure shall be guaranteed for a period of 12 months from the date of completion of work against defective materials & rust, welding, painting, smooth functioning of doors, inspection window etc. minor civil work is to be carried out without any extra cost.

(viii) Small see through window for reading meters etc. made of transparent polymer sheet of thickness not less then 10mm shall be provided.

(ix) Radiator bellows to be provided in case of Water Cooled Engines.

(x) Fuel Tank and Control Panel shall be incorporated inside the canopy.

(xi) Two point lifting arrangement.

(xii) Main base frame will be of size 100mm X 50mmX 5mm MS channel welded with 5mm thick MS sheet for bolting arrangement complete as required.

(xiii) Framework will be provided for floor made out of 3mm thick chequered plate i/c welding, painting etc complete around foundation as required.

(xiv) Sound proof enclosure in modular construction will be supplied & erected, made out of 35mmX35mmX5mm angle at every co-inside plane & support of angle 45mmX45mmX5mm at every door structure, and hinged at two points with refrigeration lock arrangement, fitted over the MS plate of 50mmX5mm with nut & bolt i/c cutting, welding, painting complete as required.

(xv) Insulation on enclosure will be provided & fixed of mineral rock wool Slabs of density not less than 96kg/M3 of 75mm thickness, covered with 22 gauge GI sheet having 3mm perforation fitted with strips of AL by hydraulic riveting to support the whole insulation rigidly complete as required. Specially designed sound attenuators shall be provided to control sound at air entry & exit points i/c louvers.

(xvi) The canopy shall be provided with emergency stop button easily approachable from outside.

(xvii) The canopy shall be provided with following meters (visible from outside): -

(a) Lub. Oil pressure gauge.

(b) Water temperature gauge (for water cooled engines only).

(c) Dial type fuel gauge with sensing arrangement.

17.4.19 GENERAL REQUIREMENT

Page 192: TENDER DOCUMENT (Ph V).pdf

192/337

(i) The set shall have minimum vibration and noise under all conditions of load. The set shall be properly dynamically balanced. Anti vibration mounting shall be provided for supporting the set.

(ii) The set shall be fitted with radio interference suppressers in case of slip ring type alternator.

(iii) The size of E.A. set base frame channels shall be of 100 mm X 50 mm. & not less than 5mm. Thick. Each channel shall be provided with 3 ribs in between the ends and also holes for earth connections.

(iv) Control wiring shall be done with 1.5Sq.mm multi strand PVC insulated copper conductor cable.

(v) Earthing provision should be made for earthing all current carrying metal parts of the equipment. Earth lugs of suitable size shall be provided.

(vi) All the exposed moving parts like coupling etc. shall be provided with suitable guards covering.

(vii) All exposed metal parts shall be suitably finished to prohibit corrosion.

(viii) A nameplate showing rating connection diagram should be provided on engine and alternator. All the important and major parts should bear there catalogue number make of the parts etc. All the control wiring shall be provided with letter number ferules at both ends. Three sets of manual giving the details about design, specifications, special features of the equipment schematic and wiring diagram instructions regarding installation and maintenance etc. should be supplied. A laminated control wiring diagram should be pasted in side the control panel.

17.4.20 TESTING AND A/T

The firm shall test the set itself as per the BSNL schedule and practice before offering for acceptance test by B.S.N.L. All the relevant tests to check the performance of the set shall be conducted (A/T) by T&D Circle at site after installation as per the decision of the Engineer-in-charge. Diesel and lubricant oil shall be supplied by the contractor for 8 hours successful Acceptance testing of the set. The necessary artificial load and any other necessary manpower material consumables etc will be provided free of cost by the contractor at the time of testing/A/T.

17.4.21 GUARANTEE ETC:

(i) The entire installation system shall be guaranteed against any inherent defect of faulty workmanship and for its perfect functioning for a period of one year from the date of successful AT of entire system.

(ii) Free services as per manufacturer’s standard practice and norms will be provided free of cost.

Page 193: TENDER DOCUMENT (Ph V).pdf

193/337

(iii) The contractor shall impart training to the operator deputed by the department for operation and attending the minor fault free of cost.

(iv) All work will be executed as per CPWD (Internal / External) specification, relevant IE rules.

17.5 Voltage Stabilizers

17.5.1 Only makes and models approved by Electrical Wing of Corporate Office shall be supplied as per the following specifications

17.5.2 Specifications for Wall mounted wide range Sleek type Automatic Voltage Stabilizer with time delay and thermal / electronic overload relay

1. Input Voltage range 120 V to 280 V

2. Output Voltage range 230 V + 5% 3. Low Voltage cut off 110 V 4. High Voltage cut off 290V (adjustable as per site

requirement) 5. Delay 2 to 4 minutes 6. Protections MCB of suitable rating with breaking

capacity of 10 kA(Minimum) Thermal Overload Relay of suitable

rating as per requirements / Electronic over load relay

Output cut off for over / under voltage & over load

7. Transformer Toroidal type with CRGO core 8. Indications Low Voltage ( 180 V)

Normal Voltage (215 - 240 V) High Voltage (above 240 V) out put on Cut off / delay

9. Switch Delay by pass switch should be provided

10. Internal Connections With rolimate connectors and lugs 11. Enclosure CRCA Sheet of 2.0 mm thickness 12. Colour White powder coated

17.5.3 Other Specifications:

(i) No Load loss at 120 V input shall be within 5 Watts.

(ii) No Load loss at 280 V input shall be within 17.5 Watts.

(iii) Full Load loss at 120 V input shall be with in 100 Watts.

(iv) Full Load loss at 280 V input shall be with in 80 Watts.

(v) CRGO core used shall be M 4 grade.

(vi) All the PCBs used shall be Glass Epoxy insulated for better reliability and enhanced life.

Page 194: TENDER DOCUMENT (Ph V).pdf

194/337

(vii) Control and power wiring shall be carried out with fire retardant superior quality cable.

(viii) The copper wiring used for primary and secondary of toroidal transformer shall be of minimum 17 gauge and 13 gauge respectively.

(ix) The efficiency at full load with input load at 120 V shall be more than 97%.

(x) Arrangement of the components in a sequential and neat lay out with neatly wrapped wiring.

(xi) Mounting base plate shall be used for mounting the contactor.

17.6 TECHNICAL SPECFICATION REQUIREMENTS FOR UNINTERUPPTED POWER

SUPPLY (UPS) :

Sl.

No. TECHNICAL SPECIFICATION REQUIREMENT

UPS Systems upto 10KVA

UPS Systems greater 10KVA

[A]

AC Input Range & Frequency

150V to 275V Single Phase (Nominal 230V) 48 to 52 Hz

320V to 480V Three Phase (Nominal 400V) 48 to 52 Hz

[B] CHARGER (FR/FC) SMPS Technique using Switching Frequencies 20KHz and above.

SMPS Technique using Switching Frequencies 20KHz and above

1 Operation Auto Float-cum-Charge mode.

Auto Float-cum-Charge mode.

2 Charger Voltage (Float /Charge).

Depending upon the Number of Cells used and Cell Voltage (2.25V /2.3V)

Depending upon the Number of Cells used and Cell Voltage (2.25V /2.3V)

3 Charger Efficiency i. At nominal input, output

and load between 75% to 100%

ii. For other specified Input, output conditions & load between 50% to 100%.

Better than 89% Better than 85%

Better than 90% Better than 87%

4 Psophometric Noise (e.m.f weighted at 800Hz) at full rated load and nominal input

Within 2mV (with Battery floated). Within 4mV, when Battery not connected for test purpose.

Within 2mV (with Battery floated). Within 4mV, when Battery not connected for test purpose.

5 Peak to Peak Ripple 300mV at Switching Frequency.

300mV at Switching Frequency.

6 Battery Sealed Maintenance Free VRLA Battery

Sealed Maintenance Free VRLA Battery

7 No. of Cells & Cell voltage Shall be as mentioned in the Ordering Information

Shall be as mentioned in the Ordering Information

8 Battery Back up. Shall be as mentioned in the Ordering Information

Shall be as mentioned in the Ordering Information

9 Battery monitoring Feature 1. Battery Under Voltage 1. Battery Under Voltage

Page 195: TENDER DOCUMENT (Ph V).pdf

195/337

shall be provided : Isolation / reconnection 2. Battery Current Limiting & Battery Temperature compensation.

Isolation / reconnection 2. Battery Current Limiting &

Battery Temperature compensation.

[C] Output Characteristics (Inverter) :

1 Power Capacity 0.5KVA to 10KVA 15KVA to 120KVA For high Power Capacity paralleling with Redundancy is allowed.

2

Output Voltage of Inverter

Shall deliver continuous uninterrupted single phase pure sine wave output at 230V/50Hz.

Shall deliver continuous uninterrupted three phase pure sine wave output at 400V/50Hz

3 Output Voltage Settable Shall be continuously settable at any value between 210V to 230V.

Shall be continuously settable at any value between 400V +/-10V

4 Output Voltage Stability for - 1. input voltage variation in

the range specified. 2. Load current variations

from zero to 100% (full load)

3. Load power factor variations from 0.7 Lag to

Unity.

+/-2% of the Set Voltage +/-2% of the Set Voltage

5 Output Frequency: To get the stabilized frequency the crystal oscillators shall only be used.

50Hz +/-0.5Hz for all specified input and output conditions.

50Hz +/-0.5Hz for all specified input and output conditions.

6 Load Power Factor 0.7 or 0.8 Lag to Unity 0.7 or 0.8 Lag to Unity

7

Inverter Efficiency

- Not less than 85% for load 75% to 100%, input DC voltage of 2.15V/Cell to 2.3V/Cell and output voltage of 230V.

- Not less than 80% for other input, output and load conditions.

- Not less than 85% for load 75% to 100%, input DC voltage of 2.15V/Cell to 2.3V/Cell and output voltage of 400V.

- Not less than 80% for other input, output and load conditions.

8

Transient Response : The transient overshoot shall not exceed 10% with battery floated under the following conditions, provided it gets restored within regulating range within 100ms : 1. Switch ON

2.Step change of input voltage specified and

vice-versa 3.Load change from 100%

to 10% and vice-versa Note :

Same as specified in the

case of UPS Sytems upto

10KVA.

Page 196: TENDER DOCUMENT (Ph V).pdf

196/337

For test purposes, transient overshoot at the output can be up to 30% when the battery not floated at the input, provided it is restored within the limit of 10% under two cycles (40ms) and regulating range within 100ms.

9

Total Harmonic Distortion

i. Total Voltage Harmonic Distortion :

ii. Total Current Harmonic Distortion:

The total line harmonic voltage distortion shall not be more than 3% in conformity with CIGREs (International Conference on Large High Voltage Electric Systems) limits.

The total current harmonic distortion, contributed by the unit at the output, shall not exceed 5% for all working conditions.

Same as specified in the case of UPS Sytems upto 10KVA.

Same as specified in the case of UPS Sytems upto 10KVA.

10 Static Transfer Switch (If provided)

Static Transfer Switch, capable of handling 120% Load of the rated system capacity shall be provided to transfer the load automatically within 5 mS to AC Commercial /Stand-by mains through isolation arrangement, in case the inverter fails to take load due to any reason. However, the transfer of the load back to inverter shall be manual.

Static Transfer Switch, capable of handling 120% Load of the rated system capacity shall be provided to transfer the load automatically within 5 mS to AC Commercial /Stand-by mains through isolation arrangement, in case the inverter fails to take load due to any reason. However, the transfer of the load back to inverter shall be manual.

11 Operating Noise The fully equipped UPS system at full load shall not contribute more than 15dB(Weighted) to the ambient noise level taken as 45dBA.

The fully equipped UPS system at full load shall not contribute more than 15dB(Weighted) to the ambient noise level taken as 45dBA.

12 Cooling Arrangement Natural Convention cooling or Forced Cooling.

Forced Cooling

13 Metering Digital meters ( with the resolution enough to read from a distance of 1 metre) : i) AC input & Output

Voltage/Current ii) DC Output & input Current iii) DC Output & Input

Voltage.

Digital meters ( with the resolution enough to read from a distance of 1 metre) : i) AC input Voltage & AC

Output Voltage/Current ii) DC Output & input Current iii) DC Output & Input

Voltage.

Page 197: TENDER DOCUMENT (Ph V).pdf

197/337

iv) Output Frequency iv) Output Frequency

14 Protections : Adequate Protections shall be provided For :

1. Reverse Polarity at input 2. Input Under Voltage 3. Input Over Voltage 4. Output Voltage High 5. Output Voltage Low 6. Output Frequency Out of

Range.

1. Reverse Polarity at input 2. Input Under Voltage 3. Input Over Voltage 4. Output Voltage High 5. Output Voltage Low 6. Output Frequency Out of

Range.

15 Over Load : Shall be capable of taking 110% of its full rated load for one hour. In case of excessive over load or short circuit at the output the inverter shall be isolated at the input.

Shall be capable of taking 110% of its full rated load for one hour. In case of excessive over load or short circuit at the output the inverter shall be isolated at the input.

16 Monitoring Alarms and indications (Preferred) :

A).Functional Indications : 1. Mains available 2. Charger on (Boost / Float) 3. Load on Inverter 4. Load on Standby Power B) Alarm Indications : 1) Mains Fail / Mains out of

range 2) Charger (FR/FC) Fail 3) Inverter Fail 4) Fan Fail 5) Battery Fail or No

Battery (separate for each Battery)

6) System Over Load 7) Temp. Comp Fail

A) Functional Indications : 1.Mains available (R/Y/B) 2. Charger on (Boost / Float) 3. Load on Inverter 4. Load on Standby Power B) Alarm Indications : 1) Mains Fail / Mains out of

range / Phase Fail 2) Charger (FR/FC) Fail 3) Inverter Fail 4) Fan Fail 5) Battery Fail or No Battery (separate for each

Battery) 6) System Over Load 7) Temp. Comp Fail

17 Audio alarm Every Alarm shall be accompanied with an Audio alarm with audio cut-off facility with a cut-off key.

Every Alarm shall be accompanied with an Audio alarm with audio cut-off facility with a cut-off key.

17 Operating Temperature & RH

0 to 50 Deg C & RH 95% Non condensing

0 to 50 Deg C & RH 95% Non condensing

18

Lightning & Surge Protections (First Stage & Second Stage)

The Ordering information shall specify Lightning & Surge Protections (First Stage & Second Stage) Depending upon the Site requirements.

The Ordering information shall specify Lightning & Surge Protections (First Stage & Second Stage) Depending upon the Site requirements.

Page 198: TENDER DOCUMENT (Ph V).pdf

198/337

Enclosure-I

PRODUCT DIRECTORY

LIST OF APPROVED MAKES FOR 15 KVA EA SET

1. ENGINE (with A1 Governing only)

Cummins / Escorts (G 15 up to 31.12.06) / Koel / Cater Pillar / Ashok Leyland /Greaves / Mahindra & Mahindra (3255 GM up to 31.12.06) / Eicher (322 ES up to 16.05.06)

2. ALTERNATOR Kirloskar / NGEF / Stamford / Electrodyne (upto 100 KVA) / ELGI (EGS418S1A)

3. MCCB Switchgear Siemens /L&T/GE Power Controls/Control & Switchgear / Crompton

4. CONTACTORS Siemens / L&T / GE Power Controls / Crompton / MEI

5. CT AE / IMP / Marshal / Pactil / Kappa / L&T / Ashmor / Indcoil / Waco / Meco

6. PF Meter IMP / AE / Reshabh / Meco / Universal / Digitron 7. AMMETER /

VOLTMETER AE / IMP / Universal / Reshabh / Kaycee / Meco / Enercon

8. SELECTOR SWITCH L&T / KAYCEE / AE / IMP / Thakoor / Reco / Vaishno / Selzer / Rass Control

9. INDICATING LAMP Vaishno / Siemens / L&T / AE / IMP / Rass Control / (Approx 20 mm dia series / Teknic / Crompton / Kaycee

10. FREQUENCY METER Digitron / Rishabh / Meco / Keltron / IMP / AE 11. LEAD ACID BATTERY

(Sealed maintenance free)

Exide / Standard / Furukawa / AMCO / Pacesetter / Prestolite / Amara Raja Standard / Crompton Greaves / Hitachi/ Nicco

12. GI / MS PIPE BST / TATA / ATL / ITC / ATC / IIA / JST / ITS / JINDAL / ZENITH / GSI / TTA

13. AVM PADS Poly Bond 14. FIRE EXTINGUISHERS ISI mark 15. RUBBER MATTING ISI mark 16. Cables (a) Upto 1.1 KV grade:

ISI mark (b) Above 1.1 KV grade: ISI mark

17. Valve (Only ISI mark) Kirloskar / Fountain / Trishul / Leader

Page 199: TENDER DOCUMENT (Ph V).pdf

199/337

Enclosure-II

PRODUCT DIRECTORY

LIST OF APPROVED MAKES FOR 30 KVA EA SETS

1. ENGINE (with A1 Governing only)

Cummins / Escorts ( G 30 up to 31.12.06) / Koel / Cater Pillar / Ashok Leyland /Greaves / Mahindra & Mahindra (4445 GM up to 31.12.07)

2. ALTERNATOR Kirloskar / NGEF / Leroy Somer/ Stamford / Electrodyne (upto 100 KVA)

3. MCCB Switchgear

Siemens /L&T/GE Power Controls/Control & Switchgear / Crompton

4. CONTACTORS Siemens / L&T / GE Power Controls / Crompton / MEI

5. CT AE / IMP / Marshal / Pactil / Kappa / L&T / Ashmor / Indcoil / Waco / Meco

6. PF Meter IMP / AE / Reshabh / Meco / Universal / Digitron

7. AMMETER / VOLTMETER

AE / IMP / Universal / Reshabh / Kaycee / Meco / Enercon

8. SELECTOR SWITCH L&T / KAYCEE / AE / IMP / Thakoor / Reco / Vaishno / Selzer / Rass Control

9. INDICATING LAMP

Vaishno / Siemens / L&T / AE / IMP / Rass Control / (Approx 20 mm dia series / Teknic / Crompton / Kaycee

10. FREQUENCY METER Digitron / Rishabh / Meco / Keltron / IMP / AE

11. LEAD ACID BATTERY (Sealed maintenance free)

Exide / Standard / Furukawa / AMCO / Pacesetter / Prestolite / Amara Raja Standard / Crompton Greaves / Hitachi/ Nicco

12. GI / MS PIPE BST / TATA / ATL / ITC / ATC / IIA / JST / ITS / JINDAL / ZENITH / GSI / TTA

13. AVM PADS Poly Bond

14. FIRE EXTINGUISHERS ISI mark

15. RUBBER MATTING ISI mark

16. Cables

(a) Upto 1.1 KV grade: ISI mark (b) Above 1.1 KV grade: ISI mark

17. Valve (Only ISI mark) Kirloskar / Fountain / Trishul / Leader

Page 200: TENDER DOCUMENT (Ph V).pdf

200/337

18 Billing and Customer Care System (B&CCS)

BSNL has entered in to a long term agreement with M/s CSG which has now been acquired M/s Comverse, for the license and maintenance of Kenan billing application and other software components. For the purpose of this tender, the Kenan applications and all other third party software shall hereinafter be referred to as B&CCS application and M/s Comverse shall be referred to as B&CCS Vendor.

18.1 B&CCS HARDWARE DIMENSIONING

18.1.1 The purchaser intends to procure only the hardware required for B&CCS through this tender. The list of the B&CCS application software components, the specification/requirement of the B&CCS hardware, Operating System and other software are indicated in the DTR at Table 1. A tentative requirement of hardware for the B&CCS is given in the SoR. Notwithstanding the fact that the hardware requirement have been specified, the bidder shall submit along with the bid, a detailed design document based on their evaluation of the processing performance and storage requirements obtained from the existing systems and the requirement as called for. The processing performance and storage requirements as mentioned in table 2 and 3 thus detailed shall form the bench marking reference for evaluating the hardware performance while running the existing/new B&CCS software components. Bidders also should submit O/S and Database compatibility certificates for B&CCS components from B&CCS vendor along with their bid.

18.1.2 Though the existing B&CCS application software components as listed in DTR shall form the basis for the hardware dimensioning of the requirements being tendered, the purchaser reserves the right to choose a different B&CCS software should such a need arise due to unforeseen circumstance. Under such a contingency, the supplier shall ensure that at least a comparable performance is guaranteed from the hardware while running the new B&CCS software. The supplier shall also be fully responsible for re-configuration of the hardware to suit the environment required for the new B&CCS application software components for optimum performance. The supplier shall furnish an undertaking from the hardware vendor duly underwritten by the supplier to the effect that such hardware preparation and its re-configuration shall be done free of all costs to BSNL during the entire currency of this contract including those periods covered by AMC.

18.1.3 It is proposed to increase the number of CC terminals. These terminals are proposed to be connected over LAN with 100 mbps and for a remote client over WAN minimum 64 kbps per user. Remote client connections are recommended over CITRIX. HW requirement for CITRIX need to be included. The level III routers shall be of the same specifications as that of level II routers except to provide for 2 LAN ports and a BRI port. The level II router shall provide access based on predefined CLIs. The actual number of CC terminals to be supplied for customer care centres is included in the Schedule of Requirements. The CC terminal shall include all the associated equipments, Inverter/UPS with suitable battery for backup, Rack for mounting the equipment, termination boxes etc. The purchaser shall provide 230 V commercial AC

Page 201: TENDER DOCUMENT (Ph V).pdf

201/337

power supplies. Wiring, Earthing and all associated works for installation and commissioning of the CC terminals shall be the responsibility of the supplier. The transmission media (dedicated links) for networking of these customer care centres shall be provided by the purchaser. However, the terminal equipment required shall be supplied and installed by bidder. One printer of Minimum 20 IPM as specified in TEC GR shall be provided per Customer Care Centre. The terminal dimensions are as given in Table 5 as per the latest version of B&CCS components.

18.1.4 The Device for taking the full monthly backup of the B&CCS data shall be adequately dimensioned to ensure that the entire backup operation is performed within 4 hours and without interruptions affecting the normal functioning of the B&CCS components.

18.1.5 The hardware for B&CCS components shall be latest, high end, high availability, Carrier class servers, components and devices suitable for an integrated Mediation, Bill processing and printing, Customer Care, Order Management, Service Provisioning, Inter-connect Billing, Trouble Ticketing, Backup, Testing and Development, SIM inventory management and Accounting platform with support for time critical functions such as polling, processing, guiding and rating of CDR, processing and printing of bills, Acceptance, execution and reporting back of orders from CSR, complaint booking, processing, escalation, clearance, generation of reports etc.

18.1.6 The power plant and battery of suitable sizing shall be provided by the bidder along with the HW supplied for the billing system. The bidder as part of their quote shall include the same for which no separate mention has been made in the SOR.

18.1.7 In phase V.1 the bidder shall expand the existing billing platform (Fx & third party software as indicated in Table -1) to cater to additional capacity envisaged in this tender with corresponding servers, storages, associated connectivity and accessories.

18.1.8 The bidder shall ensure compatibility of existing and new HW through upgrade of existing OS to latest version

18.1.9 The bidder shall ensure performance levels as indicated in Table-2 in the expanded billing platform.

18.1.10 The integration activity of new HW with the existing billing platform should be completed within three months from the date of issue of APO so as to adhere to standard delivery schedule.

18.1.11 If bidder quotes for hardware which shall warrant replacement of the existing hardware with the offered platform to cater to existing & the tendered capacity, which is compatible with the billing application then complete responsibility for replacement of existing HW and performance adherence on new platform is the responsibility of bidder. BSNL shall be liable only for expenses towards additional capacity envisaged in this tender and replacement of such existing capacities are to borne by the bidder at his cost. The complete activity shall have to be completed within three months time to enable the timely integration of core network elements with the billing system as per the delivery schedule mentioned

Page 202: TENDER DOCUMENT (Ph V).pdf

202/337

elsewhere in this tender. The failure to do this shall invite incidental & consequential damages defined elsewhere in this tender.

18.1.12 The architecture for expansion of billing system has to be done in close consultation with BSNL and Billing application vendor.

18.1.13 All recommended hardware dimensioning has been done as per the requirements of FX version in the cellular network of BSNL. The version of software mentioned is tentative and may change as per the newer version availability from the M/s Comverse & third parties as per the terms and conditions of corporate license agreement:

Table 1

Kenan BP 11.7

Kenan OM

Request Handling & Tracking 1.2

Serviceability 1.2

Inventory 1.2

Inventory Replenishment 1.2

Roaming Module 5.0

Advanced Rating -Thresholding Module 3.1

Invoice Designer Module 3.8

Advanced Rating - Rules based rating 2.7

Operations Center Advanced Feature - Log analyzer

Operations Center Advanced Feature – Mobile Access

Operations Center Advanced Feature – Billing Intelligent Controller

Operations Center Advanced Feature – SNMP Support

1.7

1.7

1.7

1.7

CSG Application Integrator

IPDR (NDM-U v3.1.1) Adaptor for CSG Application Integrator

CORBA Adapter for CSG Application Integrator

Adapter Development Kit for CSG Application Integrator

3.2

3.2

3.2

3.2

API Transaction Set

User Defined Transactions

2.2

2.2

CSG Data Mediation –

Edit/ Validation for Mediation

10.1

10.1

Page 203: TENDER DOCUMENT (Ph V).pdf

203/337

Formatting for Mediation

Correlation for Mediation

10.1

10.1

Kenan Revenue Settlements 1.2

Total Care - EBPP, Self care 4.8

Trouble ticketing, Remedy 5.0

Provisioning (Hughes)- Version 4.5

Mediation (Hughes)- Version 4.6

Lucent provisioning module- Navis Wireless Activation Manager-13.0

ICB-BPL

18.1.14 The bidder may collect data appropriate for dimensioning the hardware from the existing processor dwell time/occupancy/ performance and storage requirements of the running systems and guarantee that the hardware sizing would not pose any limitation in realizing the performance sought.

18.1.15 The following assumptions have been made while estimating the hardware requirements, however the final BSNL may change these specification and shall intimate before final submission date of tender response:

Table 2

Section Parameter Value

1. General Assumptions

1.01 Total Post+ Prepaid subs North – 31,200,000

East – 21,600,000

West – 31,200,000

South – 36,000,000

1.02 Total Post North – 12,480,000

East – 8,640,000

West – 12,480,000

South – 14,400,000

1.03 Retention of billed data 6 months for bill image and billed usage

1.04 Retention of unbilled data 2 months for unbilled usage

1.05 Billable CDRs/day/subscriber 20

1.06 Bill Cycles 8

1.07 CDR split factor 1.2

Page 204: TENDER DOCUMENT (Ph V).pdf

204/337

1.08 Usage size 742

1.09 Rate prepaid CDRs No

1.10 Treatment of prepaid CDRs Stored in the data warehouse (doesn't enter billing system)

1.11 Type of accounts Mixed

1.12 Avg Invoices/Bill Cycle (No. PostPaid accounts / BillCycles per month)

North – 1,560,000

East – 1,080,000

West – 1,560,000

South – 1,800,000

1.13 Raw CDRs (Bytes) 220

1.14 Number of Accounts = Number of Service Instances

North – 12,480,000

East – 8,640,000

West – 12,480,000

South –14,400,000

1.15 % Accounts receiving Detail Bills 70%

1.16 Avg Non-Detail Pages per Bill 4

1.17 Application Integrator - No of orders to process in a busy Hr

120000

1.18 ConnectVu - No of orders processed in an busy Hr

200000

1.19 SIM inventory management 200% of total subscribers

2. Customer Server Assumptions

2.01 Rating + THS duration per day (hours)

6

2.02 Collections window – per day (hours)

2

2.03 Journals window - per day (hours) 1

2.04 Journals window - per bill cycle (hours)

2

2.05 BIP Hours Available - per bill cycle (hours) 6

2.06 BIF Hours Available - per bill cycle (hours) 2

2.07 BCV - per day (hours) 1

2.08 Archiving Monthly (number of days) 2

2.09 RCP per day (hours) 1

2.10 Months to retain billed history 6

Page 205: TENDER DOCUMENT (Ph V).pdf

205/337

(cdr_billed+cdr_data, BID)

2.11 Pre - Bill Activity + File Sys Replication - per bill cycle (hours)

2

2.12 Use Data Compression in customer databases

Yes

3. Admin Server Assumptions

3.01 COM per day (hours) 1

3.02 MCAP per day (hours) 4

3.03 Payments process - EFT per day (hours)

1

3.04 Payments process - LBX per day (hours)

1

3.05 MCAP level Duplicate check No

3.06 Months to retain Screen Images (BIMG) 6

3.07 Months to retain unbilled CDR (cdr_unbilled+cdr_data) 2

3.08 Months to retain errored usage 3

3.09 Use Oracle table compression Yes

3.10 Assuming compression rate - after compression space needed 40%

3.11 Incoming CDR error rate 0.20%

3.12 MPS Processing Days/Month 28

3.13 Max Concurrent CSR's ( response time as GR)

5,000

3.14 Days to retain print files (after BIF) on file system 15 days

3.15 Days to retain usage files after rating on file system 15 days

4. Assumptions for Roaming

4.01 Outcollect records per day; % of total CDR 10%

4.02 Incollect records per day; % of total CDR 10%

4.03 Roaming hrs to process OutCollect 4

4.04 Retention of data (months) 6

4.05 Roaming hrs to process Incollect 3

Page 206: TENDER DOCUMENT (Ph V).pdf

206/337

4.06 Months to retain TAP IN and TAP OUT files on file system 2

5. Assumptions for Total Care

5.01 % of subscribers using web care 50%

5.02 Average interactive sessions per active subscriber/month 5

6. Assumptions for Mediation

6.01 Months for Data Retention (raw files) 6

6.02 Processing Window for one day load (hours)

8

6.03 Number of Mediation CDRs/day North - 3,120,000,000

East - 2,160,000,000

West - 3,120,000,000

South – 3,600,000,000

6.04 Duplicate Check - PostPaid calls (months)

1

6.05 Use Data Compression in DM Yes

6.06 Months for Data Retention (post paid Mediated Output)

1

7. Assumptions for Revenue Settlements:

7.01 Daily Event Records(% of total CDR) 10%

7.02 PEP cycles per month 28

7.03 PEP hours per cycle 6

7.04 FTR cycles per month 28

7.05 FTR hours per cycle 6

7.06 PIP cycles per month 28

7.07 PIP hours per cycle (month end) 4

7.08 BIP cycles per month 8

7.09 BIP hours per cycle 6

7.10 KID cycles per month 8

7.11 KID hours per cycle 6

8. Assumptions for Remedy:

8.01 No of end users (response time <5 sec) 100%

8.02 No of tickets per subs in a month

Page 207: TENDER DOCUMENT (Ph V).pdf

207/337

2

8.03 Retention of history data in system (years)

1

9. Assumptions for Data Warehouse:

9.01 Store CDR's for Post Paid + Pre Paid Yes

9.02 Usage Record size 160

9.03 Assuming compression rate - after compression space needed

40%

9.04 months retain cdr's 12

9.05 Total CDR's in a month (Total subs Post+ Pre X 20 X 30), no split ratio

North - 18,720,000,000

East - 12,960,000,000

West - 18,720,000,000

South – 21,600,000,000

10. Assumptions for GPRS/MMS/3G call in Billing System:

10.01

Percentage of total postpaid calls (included in 20 billable CDRs a day)

25%

10.02 Average CDR length (bytes) 1000

11. Assumptions for MIS Server:

11.01 Data Retention for Bill_Invoice_Detail Table (months)

12

12. ICB - Interconnect Billing

12.01 ICB Storage 6 months

12.02 No of CDRs North - 18,720,000,000

East - 12,960,000,000

West - 18,720,000,000

South – 21,600,000,000

12.03 Processing hours per day 6 hrs

13. Disaster Recovery

13.01 % processing power of production sizing

As per the DR specifications

14. Storage + BCVs

14.01 BCV of DM Yes

14.02 Storage Requirement Usable+ mirror+ bcv(reports) + 3bkp copies(bcv)+ dr+ dr_bcv

15. Hardware Specs

15.01 Bandwidth per HBA card 2Gb/s (minimum) or higher at the time of supply

Page 208: TENDER DOCUMENT (Ph V).pdf

208/337

15.02 Usable Cache 1GB per 1TB of raw disk

15.03 Extra cache per (Kenan BP+Kenan AI+Kenan DM+Kenan Roaming+Kenan Revenue Settlement+Kenan Total Care+ICB+MIS) Databases

2GB

15.04

Raid type will be Raid 01 DW & BCV may be on R5

16. Other Assumptions

16.01 Each server needs to be rounded UP to nearest possible system configuration for CPU

16.02 While procuring Storage capacity any Hard disk drive Formatting/ Array group or Host group etc, capacity loss should be taken care of

16.03 Each customer server needs to be rounded up to nearest possible system configuration

16.04 HP Itanium are single core ordered as n-way servers where n = number of chips = number of cores

16.05 IBM P5 are ordered as n-way servers where n=number of cores. There are 2 cores per chip

16.06 Sun Sparc IV + are ordered as n-processor systems, where n=number of chips, there are 2 cores per chip.

16.07 At lower volume than the target volume HA can be achieved by clustering the existing systems for failover within the cluster, without extra hardware.

16.08 The CPU should be of the latest make / specification at the time of hardware procurement.

16.09 Before the closure of the technical validation it is recommended that the hardware vendor re-validates the complete hardware sizing with the B&CCS vendor.

16.10 The above sizing is assumed that all Kenan FX processes are running in sequence, except for CAP & THS which are in parallel.

16.11 3rd Party software products to support the applications have to be supplied separately.

16.12 Sufficient cache or any other method to ensure data copy from primary to DR site doesn't affect the performance of primary site

16.13 Backup/MIS will not directly access the production volume; they may use the BCV volumes for this purpose.

16.14 System Utilization and Wait I/O should not be more than (% sys + % wio) should not be more than 30%

16.15 Gbit LAN (minimum 1Gb or above if available at the time procurement)

16.16 Redundant Public Gbit LAN should be available

16.17 Redundant Gbit Private LAN for inter server communication should be

Page 209: TENDER DOCUMENT (Ph V).pdf

209/337

available

16.18 Backup servers and BCV servers should be provided with extra HBA's to cater the load of all the volumes to be mounted/ backed up through those servers

16.19 Separate front-end ports should be provided to handle BCV volumes, so that they don't compete with production I/O

16.20 For production volumes the drive speed should 15K RPM or higher at the time of procurement

16.21 On Customer DB’s, Kenan DM server, DW, ICB, FSS Mediation data compression has been used to optimize the storage.

16.22 Production HDD in storage box should not be more than 146GB.

16.23 All the Physical drives should be equally loaded on the back-end controllers. The vendor should provide maximum frames at the time of supply

16.24 TAP IN & TAP OUT processes for Roaming will be running in sequence.

16.25 It should not take more than 4 hrs to perform Monthly Archival / backup on tape / disk library

16.26 Data Retention period of Archived / backup data on tape / disk library should be for at least 13 months

16.27 During the supply of the equipment / infrastructure, the bidder shall take into consideration the combination of the specified CPUs/ cores and the domain count for each of the software application. It is recommended that the B&CCS vendor is involved during architecting the hardware infrastructure.

16.28 The vendor has to take into consideration the existing infrastructure in BSNL’s footprint during the design of the hardware architecture.

16.29 The sizing provided is based on the current application architecture. Incase of any changes to the current architecture or any upgrade or any other factor such as increase or decrease in expected growth of subscribers, The hardware requirement may vary +/- 50% of the currently recommended hardware. Procurement of this would be at the discretion of BSNL.

18.1.16 Server Hardware Specification and Requirements:

18.1.16.1 The servers shall be capable of having at least 16 high-end partitions having all resources to support multiple hardware and software level partitions with independent OS images associated with independent CPU, memory & I/O resources for running different applications modules. It shall be possible to configure partition in a cluster with same and different type of servers and also with another partition within the same server for achieving a high availability environment. It is envisaged that Billing Customer Databases will run in different hardware partitions on different servers in cluster. It shall also be possible to configure partition on geographically separated servers.

Page 210: TENDER DOCUMENT (Ph V).pdf

210/337

18.1.16.2 All CPUs shall be 64 Bit high performance processor of highest level of frequency available from the vendor and it shall be possible to install different versions of CPUs in a single server.

18.1.16.3 The total of chip cache (L1+L2+L3) per CPU shall be more than 32 MB. On-chip CPU Cache shall be ECC protected.

18.1.16.4 The RAM used in the servers shall have support for chip-kill/spare capability. All CPU and memory paths should be ECC protected. The RAM shall support Chip-spare technology and Dynamic Memory Resilience (DMR-Dynamic Memory de-allocation on failure).

18.1.16.5 The server shall have minimum 96 PCI X (64 bit) hot pluggable slots. At least 10 slots shall remain free after implementation for future upgradeability. All I/O slots shall dynamically adapt 32 or 64 bit cards at a minimum frequency of 66 MHz giving an aggregate I/O bandwidth of minimum 8.5 GB/s. However, the I/O bandwidth of the system shall be minimum 512 MB per processor configured. All I/O paths shall be parity protected.

18.1.16.6 The servers shall be provided with a minimum of 2 No. of 73 GB (Usable) hot-swappable disks of latest technology (mirrored across two controllers) for Operating System (OS) and RDBMS in each partition. However, the BP and OM servers shall be equipped with a minimum two number of the of 146 GB hot-swappable disks of latest technology or useable space of four times the size of the memory per partition for Operating System (OS) and RDBMS in each partition.

18.1.16.7 The servers shall be equipped with 5 Nos. of 2 Gbps Fibre Channel in each Partition (configurable as both F port and G port) for RAID based Storage Array (3 nos.) and Tape library (2 no.). While the BP and OM servers shall also be equipped with 3 No. of Ultra 160 controller in each Partition for accessing the internal OS Disk, all other servers shall be equipped with 2 No. Of dual channel Ultra 2 SCSI controllers in each partition for accessing internal OS Disk.

18.1.16.8 All the servers shall be equipped with 48 X DVD R/W or better CD/DVD drive and 20/40 DAT drive.

18.1.16.9 All the servers/partitions shall be equipped with four numbers of Ethernet- 1000 Mbps or above port per Server (2 no. for clustering and 2 no. in dual redundant active configurations for public Ethernet). 2 no. ports for internal server communication with dual redundant active configurations.

18.1.16.10 All the I/O cards shall have exclusive utility and no combo cards shall be used.

18.1.16.11 The Mediation Servers shall be equipped with X.25 PCI cards for collection of CDRs on FTAM over X.25.

18.1.16.12 The servers shall have at least one Serial port.

18.1.16.13 The servers shall be equipped with N+1 OLR Fan, Power supply with option of alternate supply inputs.

Page 211: TENDER DOCUMENT (Ph V).pdf

211/337

18.1.16.14 The expandability of the peak performance of the server shall be achieved by addition of processors of same type and of next generation in the same unit.

18.1.16.15 Servers shall have minimum performance capacity of 600000 SPECINT2000 (Audited) equipped with processors having atleast 1GHz processing speed. This capacity includes 25% headroom for future scalability.

18.1.16.16 Servers shall be configured minimum with 4 GB memory per processor and shall be scalable to minimum 8 GB memory per processor in the same server.

18.1.16.17 While the various dimensioning parameters given above are the minimum requirements and are based on rough estimations with a number of underlying assumptions. The supplier shall examine the existing systems and guarantee a more accurate dimensioning.

18.1.17 Operating System and other associated software

18.1.17.1 The Operating System shall be 64 bit UNIX with SMP support, unlimited user license and XPG 3/4 Compliant. The UNIX Runtime version shall be licensed for un-limited users. The OS shall have C2 level security and provide host based intrusion detection and buffer overflow protection. The OS shall be supplied with standard utilities for system administration and provide software tools for hardware monitoring & diagnostics.

18.1.17.2 The software shall support Dynamic Memory Resilience (DMR) to dynamically de-allocate bad memory pages before a serious memory failure occurs.

18.1.17.3 The software shall support Dynamic Processor Resilience to facilitate a faulty processor to be taken off-line without having to reboot the system.

18.1.17.4 The software shall provide Dynamic management of the Journaled File System with on-line backup, on-line disk de-fragmentation and on-line file system resizing. It shall allow on-line file system management for the Journaled File System.

18.1.17.5 The software shall provide the capability to create Work Load Management and Process Resource based management.

18.1.17.6 It shall be possible for dynamic upgrade of patches.

18.1.17.7 The software shall support I/O load balancing and multiple pathing for storage subsystem and networking.

18.1.17.8 The software shall provide support for TCP/IP (IPv4 and IPv6 support), NFS etc.

18.1.17.9 The software shall support up to 16 node clusters. The Clustering shall be capable of Cascading fail-over. Clustering solution shall have capability for Disaster Recovery (DR) by creating cluster across distance (40KM or above) with proper arbitrator. The DR systems are required for business critical applications, which are billing, IN and mediation.

Page 212: TENDER DOCUMENT (Ph V).pdf

212/337

18.1.17.10 The supplier shall provide C and C++ compilers with licenses in the name of BSNL for the hardware platforms to be supplied for development server.

18.1.17.11 The supplier shall also ensure the supply of following software along with the hardware. Validation with B&CCS vendor is required before bid submission.

Table 3

For integration of Hardware with the Billing System

VENDOR PLATFORM/TOOL Version Impacted Software

ADAX APC-PCI apcs driver

1.4 (delta 1.45) in FX 1.2

Mediation

All Kenan Products

Middleware

Total Care

HP/SUN/ IBM: to be provided as part of HW

Appropriate OS version as confirmed by B&CCS vendor

Appropriate version as confirmed by B&CCS vendor

RH&T

Sun/HP: to be provided as part of HW

Appropriate OS version as confirmed by B&CCS vendor

Appropriate version as confirmed by B&CCS vendor

Mediation

Macrovision Globetrotter FlexLM

8.3 Mediation.for FX1.0 only AI and Ops Center will implement.

IBM WebSphere MQ V530.6 (CSD06) without SSL support

AI

IBM Weblogic server 8.1 SP3 Total Care

Micro Focus Cobol compiler, Server Express

2.2 in FX 1.2 BP, Rating Server

Microsoft SQL Server Total Care

Microsoft Internet Explorer 6 SP1 or higher for FX 1.2

Rev Sett, Ops center, other UI's

Microsoft Windows XP SP2 or higher in FX 1.2

All Kenan Products, RH&T, serviceability

All Kenan Products

ProfitNow!

Total Care

RH&T

Oracle Oracle Client 9.2.0.5 for FX1.2

Serviceability

Page 213: TENDER DOCUMENT (Ph V).pdf

213/337

For integration of Hardware with the Billing System

VENDOR PLATFORM/TOOL Version Impacted Software

Oracle Oracle Server (Enterprise Edition)

9.2.0.5 for FX1.2 (including Net 8*)

All Kenan Products

ProfitNow!

Middleware

Total care

RH&T

Serviceability

Computer Associates

Sterling CONNECT:Direct for UNIX

3.5.00 for FX 1.2 Mediation

Veritas Cluster Server 4.0 in FX 1.2 Mediation

Veritas Cluster Server Oracle agent

2.0 in FX 1.2 Mediation

Veritas Volume Manager

Mediation

COMMERCIAL OFF THE SHELF (COTS) Reporting Tool

Crystal Report 8.5 Professional Edition,

Reporting

IONA Orbix 3.3.7 Run Time License per server

ConnectVu

Hummingbird

Humming Bird Exceed 7.1 for 5 users

OS and Database Access

Adex X.25 Adex X.25 Managing X.25 Communication - depends on h/w server, OS version

18.1.18 Storage Array

18.1.18.1 A Storage Array shall be with the latest cross-bar switch based technology, having aggregated bandwidth of minimum 15GB/s. The performance throughput with cache of the storage shall be more than 5,00,000 random IOPS.

18.1.18.2 The Storage Array shall have a capacity of 70 TB (usable) expandable to 100 TB (usable) or more within the same controller unit by adding Disk Array Frames and Disks in RAID configuration with min 4 Global Hot Spare Disks expandable to max. 8 Global Hot Spare Disks.

Page 214: TENDER DOCUMENT (Ph V).pdf

214/337

18.1.18.3 The connectivity for Host Connects shall be through 2Gbps SAN fibre switches using minimum 16 no. 2Gbps Native Fibre Connects of the storage array expandable to 64 native fibre channels connects. Both paths (From Server HBA to Storage Array Disks) shall be redundant and active for load balancing and high availability.

18.1.18.4 At least 4 HBA cards (@2Gbps, with failover and load balancing) shall be installed per domain / server, at least for the billing system (Kenan BP).

18.1.18.5 The Storage Array shall have 1 GB of usable cache per Terabyte of raw disks installed, at least for the billing system (Kenan BP), Write Mirrored with 48 hrs battery backup. All data for read/write shall be routed through the cache.

18.1.18.6 Hardware controller based RAID shall be provided. The Storage Array shall support combination of hardware controller based RAID (0+1) and hardware controller based RAID5 or equivalent within the array simultaneously. Support for future upgradeability to new versions of RAID technology shall also be provided.

18.1.18.7 All the disks for Storage box (RAID) shall be dual ported fiber disks and with a minimum speed 10,000 rpm Or latest available whichever is higher.

18.1.18.8 The architecture of the Storage Array shall ensure high availability. All the parts from power supply inputs, power supply, cross-bar switch, disks, controllers etc. shall have adequate redundancy. All upgrades / repairs to the storage server should be non-disruptive. The implementation of SAN should be such that there shall be no single point of failure. It shall support automatic switching over to the second server in the cluster in case of failure of one server.

18.1.18.9 The Storage Array shall provide support for intelligent GUI based management, should have capability to create up to 3 business copies of the production database, within same storage array by adding additional disks to arrive at appropriate storage space, for usage in other applications like Data warehousing etc.

18.1.18.10 The logical units assigned to a particular server should be secure and shall not be accessible to other servers on the SAN/network.

18.1.18.11 The Storage array shall provide hardware controller based data replication capability for disaster recovery. Hardware controller based data replication software tool shall be capable of pure Synchronous or pure Asynchronous or mix of pure Synchronous and pure Asynchronous modes simultaneously.

18.1.18.12 The connectivity for DR storage to remote site of the shall be through telecom links like E1/E3/DwDM using Dark Fibre. In case DR site is more than 40KM apart, proper Fibre to IP router and networking routers shall be supplied and used for connectivity.

18.1.18.13 The Storage array shall provide support for Multiple Operating Systems such as Win NT, Win 2000, HP-UX, SOLARIS, AIX, Tru64, LINUX etc. simultaneously.

Page 215: TENDER DOCUMENT (Ph V).pdf

215/337

18.1.18.14 Performance monitoring, analysis and reporting tool of products mentioned in Table 1 and related O/S and DB need to be supplied. This tool should be a single interface capable of supporting multi environments, should be web based, support for multiple type of customizable reports.

18.1.18.15 HW providers have to conduct a routine health check of the system and ensure that the performance parameters are met by fine tuning the system implemented from time to time.

18.1.19 Sizing Estimation.

18.1.19.1 North Zone

TABLE 4

Component

Sun UltrasparcIV+ 1.5GHz (cores)

HP Itanium2 1.6GHz/9MB (cores)

IBM P5 1.9 GHz (cores)

Memory Per Application (GB)

Usable Space (TB)

HBA per Host or Domain

Monthly tape/disk library Archival data

North:

No. Application Servers(hosts or domains) => 21

No. Customer DB Servers(hosts or domains) => 42

No. Customer Databases => 42

Application servers (cap/bip/bif etc)

105

54

76

210

12.00

4

1.20

Usage Guiding + middleware server1 (com/mcap/tuxedo, 2 domains)

78

40

56

156

3.30

8

0.33

Usage Guiding + middleware server2 (com/mcap/tuxedo, 2 domains)

78

40

56

156

3.30

8

0.33

DB servers customer 157 81 113 628 88.00 2 9.00

Application Integrator (provisioning)

64

33

52

127

2.20

4

0.22

Roaming 5.0 (4 domains)

118

61

85

323

27.50

4

7.00

Total Care 4.8 (4

Page 216: TENDER DOCUMENT (Ph V).pdf

216/337

domains) 122 63 88 244 2.20 4 0.22

MIS (Reports Server, 2 domains)

64

33

53

128

18.70

8

2.00

KENAN DM 10.1,8 domains (26 active/active clusters)

117

60

84

618

90.20

4

10.00

FX Test and Development (3 domains)

12

8

10

24

1.80

2

0.18

FX Training Environment (2 domains)

8

4

7

16

1.20

2

0.12

Revenue Settlement 80

41

58

161

20.90

8

2.09

Ops Centre (central console for initiation various mps/billing processes)

6

4

4

12

2.20

2

0.22

ICB (interconnect billing, 4 domains)

46

24

38

93

42.03

4

4.20

CvU (Connect View) - server rp8420(2-32) - (PA 8900, dual core, 1.1 Ghz) – 4 domains

100

200

8.00

2

0.80

TT (Remedy) 28

16

20

56

3.50

2

0.35

Data Warehouse (4 hosts)

46

24

38

93

40.70

4

4.07

Staging Area for FMCC & DSS

8

6

7

16

5.50

4

0.55

Process Monitoring Console

4

2

3

8

1.10

2

0.11

Server to collect the Print Files for various circles (after BIF)

8

6

7

16

7.70

4

0.77

Bkp Srvr Primary - host BCV DB's to tape (4 domains)

51

32

37

102

2.20

4

51

Server to host BCV volumes/DB's (8 domains)

101

62

74

201

4.80

4

101

Total Usable Storage Capacity

Storage Type => Enterprise Mid Range

Enterprise

Mid Range

Enterprise

Enterprise

Page 217: TENDER DOCUMENT (Ph V).pdf

217/337

Application Raid01 Raid01

BCV (Reports Raid5)

3 Backup copies (BCV raid 5)

Disaster Recovery (Raid01)

Disaster Recovery (BCV Raid 5)

Application servers (cap/bip/bif etc)

12.00

-

12.00

36.00

12.00

12.00

Usage Guiding + middleware server1 (com/mcap/tuxedo)

3.30

-

3.30

9.90

3.30

3.30

Usage Guiding + middleware server2 (com/mcap/tuxedo)

3.30

-

3.30

9.90

3.30

3.30

DB servers customer (customer databases)

88.00

-

88.00

264.00

88.00

88.00

Application Integrator (provisioning)

2.20

-

2.20

6.60

2.20

2.20

Roaming 5.0 27.50

-

27.50

82.50

27.50

27.50

TotalCare 4.8 (cluster) 2.20

-

2.20

6.60

2.20

2.20

MIS (Reports Server) 18.70

-

18.70

56.10

18.70

18.70

Kenan DM 10.1,8 domains – Active DATA for 1 months

34.00

-

34.00

102.00

34.00

34.00

Kenan DM 10.1,8 domains - Archived DATA 5 months

-

56.20

-

168.60

-

-

FX Test and Development (3 domains)

1.80

-

1.80

5.40

1.80

1.80

FX Training Environment (2 domains)

-

1.20

-

3.60

-

-

Revenue Settlement 20.90

-

20.90

62.70

20.90

20.90

Ops Centre (central console for initiation various mps/billing processes)

-

2.20

2.20

6.60

2.20

2.20

ICB (interconnect billing)

42.03

-

42.03

126.09

42.03

42.03

CvU (Connect View)

Page 218: TENDER DOCUMENT (Ph V).pdf

218/337

- server rp8420(2-32) 8.00 - 8.00 24.00 8.00 8.00

TT (Remedy) 3.50

-

3.50

10.50

3.50

3.50

Data Warehouse (4 hosts)

-

40.70

-

122.10

-

-

Staging Area for FMCC & DSS

5.50

-

16.50

Process Monitoring Console

1.10

3.30

1.10

1.10

Server to collect the Print Files for various circles (after BIF)

7.70

-

23.10

7.70

7.70

Sub Total 281.73

100.30

269.63

1,146.09

278.43

278.43

Total Usable Storage Capacity (TB)

2,354.61

Total Usable Storage Capacity - Enterprise storage (TB)

1,108.22

Total Usable Storage Capacity – Mid Range storage (TB)

1,246.39

18.1.20 South Zone

Component Sun Ultrasparc IV+ 1.5GHz (cores)

HP Itanium2 1.6GHz/9MB (cores)

IBM P5 1.9 GHz (cores)

Memory (GB)

Usable Space (TB)

HBA per Host or Domain

Monthly tape/disk library Archival data

South

No. Application Servers(hosts or domains) => 24

No. Cust DB Servers(hosts or domains) => 48

No. Customer Databases => 48

Application servers (cap/bip/bif etc)

121

63

87

242 13.50

4 1.35

Usage Guiding + middleware server1 (com/mcap/tuxedo, 2 domains)

90

47

65

180 4.40

8 0.44

Usage Guiding + 180 8 0.44

Page 219: TENDER DOCUMENT (Ph V).pdf

219/337

middleware server2 (com/mcap/tuxedo, 2 domains)

90 47 65 4.40

DB servers customer

181 94 130 724 101.00 2 10.00

Application Integrator (provisioning)

73

38

60

147 2.20

4 0.22

Roaming 5.0 (4 domains)

136

70

98

372 31.90

4 7.00

TotalCare 4.8 (4 domains)

141

73

101

282 2.20

4 0.22

MIS (Reports Server, 2 domains)

74

38

61

148 22.00

8 2.00

FSS Mediation,8 domains (30 active/active clusters)

131

67

108

332 136.40

4 15.00

FX Test and Development (3 domains)

12

8

10

24 1.80

2 0.18

FX Training Environment (2 domains)

8

4

7

16 1.20

2 0.12

Revenue Settlement

91 47 65 182 23.10 8 2.31

Ops Centre (central console for initiation various mps/billing processes)

6

4

4

12 2.20

2 0.22

ICB (interconnect billing, 4 domains)

54

28

44

107 48.25

4 4.83

FSS Provisioning – 4 domains

100

200

8.00

2

0.80

TT (Remedy) 32

18

24

64

5.50

2

0.55

Data Warehouse (4 hosts)

54

28

44

107 47.30

4 4.73

Staging Area for FMCC & DSS

8

6

7

16 5.50

4 0.55

Process Monitoring Console

4

2

3

8 1.10

2 0.11

Server to collect the Print Files for various circles (after BIF)

8

6

7

16 8.80

4 0.88

Page 220: TENDER DOCUMENT (Ph V).pdf

220/337

Bkp Srvr Primary - host BCV DB's to tape (4 domains)

63

30

43

127 2.20

4

Server to host BCV volumes/DB's (8 domains)

125

60

86

251 4.80

4

Total Usable Storage Capacity

Storage Type => Enterprise

Mid Range

Enterprise

Mid Range

Enterprise

Enterprise

Application Raid01 Raid01 BCV (Reports Raid5)

3 Backup copies (BCV raid 5)

Disaster Recovery (Raid01)

Disaster Recovery (BCV Raid 5)

Application servers (cap/bip/bif etc)

13.50

- 13.50

40.50 13.50

13.50

Usage Guiding + middleware server1 (com/mcap/tuxedo)

4.40

- 4.40

13.20 4.40

4.40

Usage Guiding + middleware server2 (com/mcap/tuxedo)

4.40

- 4.40

13.20 4.40

4.40

DB servers customer (customer databases)

101.00

- 101.00

303.00

101.00

101.00

Application Integrator (provisioning)

2.20

- 2.20

6.60 2.20

2.20

Roaming 5.0 31.90

- 31.90

95.70 31.90

31.90

TotalCare 4.8 (cluster)

2.20

- 2.20

6.60 2.20

2.20

MIS (Reports Server) 22.00

- 22.00

66.00 22.00

22.00

FSS Mediation,8 domains - Active DATA for 1 months

52.00

- 52.00

156.00

52.00

52.00

FSS Mediation ,8 domains - Archived DATA 5 months

-

84.40

- 253.20

- -

FX Test and Development (3

- 5.40 1.80

Page 221: TENDER DOCUMENT (Ph V).pdf

221/337

domains) 1.80 1.80 1.80

FX Training Environment (2 domains)

-

1.20

- 3.60 - -

Revenue Settlement

23.10

- 23.10

69.30 23.10

23.10

Ops Centre (central console for initiation various mps/billing processes)

-

2.20

2.20

6.60 2.20

2.20

ICB (interconnect billing)

48.25

- 48.25

144.76

48.25

48.25

FSS Provisioning 8.00

- 8.00

24.00 8.00

8.00

TT (Remedy) 5.50

- 5.50

16.50 5.50

5.50

Data Warehouse (4 hosts)

-

47.30

- 141.90

- -

Staging Area for FMCC & DSS

5.50

- 16.50

Process Monitoring Console

1.10

3.30 1.10

1.10

Server to collect the Print Files for various circles (after BIF)

8.80

- 26.40 8.80

8.80

Sub Total 335.65

135.10

322.45

1,412.26

332.35

332.35

Total Usable Storage Capacity (TB)

2,870.17

Total Usable Storage Capacity - EnterPrise storage (TB)

1,322.81

Total Usable Storage Capacity - MidRange storage (TB)

1,547.36

18.1.21 East Zone

Component

Sun Ultrasparc IV+ 1.5GHz (cores)

HP Itanium2 1.6GHz/9MB

IBM P5 1.9 GHz (cores

Memory (GB)

Usa

ble Space (TB)

HBA per Host or Domain

Monthly tape/disk library Archival data

Page 222: TENDER DOCUMENT (Ph V).pdf

222/337

(cores) )

East

No. Application Servers(hosts or domains) => 15

No. Cust DB Servers(hosts or domains) => 29

No. Customer Databases => 29

Application servers (cap/bip/bif etc) 73

38

52

146

8.00

4 0.80

Usage Guiding + middleware server1 (com/mcap/tuxedo, 2 domains) 54

28

39

108

2.20

8 0.22

Usage Guiding + middleware server2 (com/mcap/tuxedo, 2 domains) 54

28

39

108

2.20

8 0.22

DB servers customer 109

56

78

436

61.00

2 7.00

Application Integrator (provisioning) 44

23

36

88

2.20

4 0.22

Roaming 5.0 (4 domains) 82

42

59

224

19.80

4 5.00

TotalCare 4.8 (4 domains) 85

44

61

170

2.20

4 0.22

MIS (Reports Server, 2 domains) 45

23

37

90

13.20

8 2.00

KENAN DM 10.1,8 domains (18 active/active clusters) 81

42

58

428

62.70

4 7.00

FX Test and Development (3 domains) 12

8

10

24

1.80

2 0.18

Page 223: TENDER DOCUMENT (Ph V).pdf

223/337

FX Training Environment (2 domains) 8

4

7

16

1.20

2 0.12

Revenue Settlement 55

28

40

110

14.30

8 1.43

Ops Centre (central console for initiation various mps/billing processes) 6

4

4

12

2.20

2 0.22

ICB (interconnect billing, 4 domains) 32

17

26

64

29.58

4 2.96

CvU (Connect View) - server rp8420(2-32) - (PA 8900, dual core, 1.1 Ghz) – 4 domains 100

200

8.00

2 0.80

TT (Remedy) 28 16

20

56

3.50

2 0.35

Data Warehouse (4 hosts) 32

17

26

64

28.60

4 2.86

Staging Area for FMCC & DSS 8

6

7

16

5.50

4 0.55

Process Monitoring Console 4

2

3

8

1.10

2 0.11

Server to collect the Print Files for various circles (after BIF) 8

6

7

16

5.50

4 0.55

Bkp Srvr Primary - host BCV DB's to tape (4 domains) 41

19

26

82

2.20

4

Server to host BCV volumes/DB's (8 domains) 81

37

52

162

4.80

4

Total Usable Storage Capacity

Storage Type => Enterprise Mid Range

Enterprise

Mid Range

Enterprise

Enterprise

Page 224: TENDER DOCUMENT (Ph V).pdf

224/337

Application Raid01 Raid01

BCV (Reports Raid5)

3 Backup copies (BCV raid 5)

Disaster Recovery (Raid01)

Disaster Recovery (BCV Raid 5)

Application servers (cap/bip/bif etc) 8.00

-

8.00

24.00

8.00

8.00

Usage Guiding + middleware server1 (com/mcap/tuxedo) 2.20

-

2.20

6.60

2.20

2.20

Usage Guiding + middleware server2 (com/mcap/tuxedo) 2.20

-

2.20

6.60

2.20

2.20

DB servers customer (customer databases) 61.00

-

61.00

183.00

61.00

61.00

Application Integrator (provisioning) 2.20

-

2.20

6.60

2.20

2.20

Roaming 5.0 19.80 -

19.80

59.40

19.80

19.80

TotalCare 4.8 (cluster) 2.20

-

2.20

6.60

2.20

2.20

MIS (Reports Server) 13.20

-

13.20

39.60

13.20

13.20

KENAN DM 10.1,8 domains - Active DATA for 1 months 24.00

-

24.00

72.00

24.00

24.00

KENAN DM 10.1,8 domains - Archived DATA 5 months -

38.70

-

116.10

-

-

FX Test and Development (3 domains) 1.80

-

1.80

5.40

1.80

1.80

FX Training Environment (2 domains) -

1.20

-

3.60

-

-

Revenue Settlement 14.30

-

14.30

42.90

14.30

14.30

Page 225: TENDER DOCUMENT (Ph V).pdf

225/337

Ops Centre (central console for initiation various mps/billing processes) -

2.20

2.20

6.60

2.20

2.20

ICB (interconnect billing) 29.58

-

29.58

88.75

29.58

29.58

CvU (Connect View) - server rp8420(2-32) 8.00

-

8.00

24.00

8.00

8.00

TT (Remedy) 3.50 -

3.50

10.50

3.50

3.50

Data Warehouse (4 hosts) -

28.60

-

85.80

-

-

Staging Area for FMCC & DSS 5.50

-

16.50

Process Monitoring Console 1.10

3.30

1.10

1.10

Server to collect the Print Files for various circles (after BIF) 5.50

-

16.50

5.50

5.50

Sub Total 204.08 70.70

194.18

824.35

200.78

200.78

Total Usable Storage Capacity (TB) 1,694.88

Total Usable Storage Capacity - Enterprise storage (TB) 799.83

Total Usable Storage Capacity – Mid Range storage (TB) 895.05

18.1.22 West Zone

Component Sun Ultrasparc IV+ 1.5GHz (cores

HP Itanium2 1.6GHz/9MB (cores)

IBM P5 1.9 GHz (cores)

Memory Per Application (GB)

Usable Space (TB)

HBA per Host or Domain

Monthly tape/disk library Archival

Page 226: TENDER DOCUMENT (Ph V).pdf

226/337

) data

West:

No. Application Servers(hosts or domains) => 21

No. Cust DB Servers(hosts or domains) => 42

No. Customer Databases => 42

Application servers (cap/bip/bif etc)

105

54 76

210 12.00

4

1.20

Usage Guiding + middleware server1 (com/mcap/ tuxedo, 2 domains)

78

40 56

156 3.30

8

0.33

Usage Guiding + middleware server2 (com/mcap/ tuxedo, 2 domains)

78

40 56

156 3.30

8

0.33

DB servers customer 157

81 113

628 88.00

2

9.00

Application Integrator (provisioning)

64

33 52

127 2.20

4

0.22

Roaming 5.0 (4 domains)

118

61 85

323 27.50

4

7.00

TotalCare 4.8 (4 domains)

122

63 88

244 2.20

4

0.22

MIS (Reports Server, 2 domains)

64

33 53

128 18.70

8

2.00

KENAN DM 10.1,8 domains (26 active/active clusters)

117

60 84

618 90.20

4

10.00

FX Test and Development (3 domains)

12

8 10

24 1.80

2

0.18

FX Training Environment (2 domains)

8

4 7

16 1.20

2

0.12

Revenue Settlement 80

41 58

161 20.90

8

2.09

Page 227: TENDER DOCUMENT (Ph V).pdf

227/337

Ops Centre (central console for initiation various mps/billing processes)

6

4 4

12 2.20

2

0.22

ICB (interconnect billing, 4 domains)

46

24 38

93 42.03

4

4.20

CvU (Connect View) - server rp8420(2-32) - (PA 8900, dual core, 1.1 Ghz) – 4 domains

100 200 8.00

2

0.80

TT (Remedy) 28

16 20

56 3.50

2

0.35

Data Warehouse (4 hosts)

46

24 38

93 40.70

4

4.07

Staging Area for FMCC & DSS

8

6 7

16 5.50

4

0.55

Process Monitoring Console

4

2 3

8 1.10

2

0.11

Server to collect the Print Files for various circles (after BIF)

8

6 7

16 7.70

4

0.77

Bkp Srvr Primary - host BCV DB's to tape (4 domains)

51

32 37

102 2.20

4

51

Server to host BCV volumes/DB's (8 domains)

101

62 74

201 4.80

4

101

Total Usable Storage Capacity

Storage Type => Enterprise

Mid Range

Enterprise

Mid Range

Enterprise

Enterprise

Application Raid01 Raid01 BCV (Reports Raid5)

3 Backup copies (BCV raid 5)

Disaster Recovery (Raid01)

Disaster Recovery (BCV Raid 5)

Application servers (cap/bip/bif etc)

12.00

- 12.00

36.00 12.00

12.00

Usage Guiding + middleware server1 (com/mcap/tuxedo)

3.30

- 3.30

9.90 3.30

3.30

Usage Guiding + middleware server2 (com/mcap/tuxedo)

3.30

- 3.30

9.90 3.30

3.30

Page 228: TENDER DOCUMENT (Ph V).pdf

228/337

DB servers customer (customer databases)

88.00

- 88.00

264.00 88.00

88.00

Application Integrator (provisioning)

2.20

- 2.20

6.60 2.20

2.20

Roaming 5.0 27.50 - 27.50 82.50 27.50 27.50

TotalCare 4.8 (cluster) 2.20

- 2.20

6.60 2.20

2.20

MIS (Reports Server) 18.70 - 18.70 56.10 18.70 18.70

KENAN DM 10.1,8 domains - Active DATA for 1 months

34.00

- 34.00

102.00 34.00

34.00

KENAN DM 10.1,8 domains - Archived DATA 5 months

-

56.20 -

168.60 -

-

FX Test and Development (3 domains)

1.80

- 1.80

5.40 1.80

1.80

FX Training Environment (2 domains)

-

1.20 -

3.60 -

-

Revenue Settlement 20.90 20.90 62.70 20.90 20.90

Ops Centre (central console for initiation various mps/billing processes)

-

2.20 2.20

6.60 2.20

2.20

ICB (interconnect billing)

42.03 - 42.03 126.09 42.03 42.03

CvU (Connect View) - server rp8420(2-32)

8.00

- 8.00

24.00 8.00

8.00

TT (Remedy) 3.50

- 3.50

10.50 3.50

3.50

Data Warehouse (4 hosts)

-

40.70 -

122.10 -

-

Staging Area for FMCC & DSS

5.50

- 16.50

Process Monitoring Console

1.10

3.30 1.10

1.10

Server to collect the Print Files for various circles (after BIF)

7.70

- 23.10 7.70

7.70

Sub Total 281.73 100.30 269.63 1,146.09 278.43 278.43

Total Usable Storage Capacity (TB)

2,354.61

Page 229: TENDER DOCUMENT (Ph V).pdf

229/337

Total Usable Storage Capacity - Enterprise storage (TB)

1,108.22

Total Usable Storage Capacity – Mid Range storage (TB)

1,246.39

TABLE 5

Client Environment

Intel Pentium IV processor (1000 MHz or higher) PC or higher with:

1 GB memory

40 GB free disk space

SVGA High resolution monitor (1024 x 768)

Over LAN - High-speed Ethernet (100 Mbps or more preferred) and TCP/IP connection

Over WAN - minimum 64 kbps per user for remote connectivity, Citrix server/software are recommended

Internet Explorer 6.0 (128 bit) or above

Windows XP (Professional) O/S

Java Plug-In 1.3.1 or higher, including Java Runtime Environment (JRE)

18.2 Interface development requirement with B&CCS

18.2.1 The requirement of hardware for the billing system as mentioned in the above tables is for ultimate capacity envisaged herein. However the expansion of billing system will be done as per the expansion need of BSNL.

18.2.2 The Hardware mentioned above will be required to be integrated with the existing B&CCS platform on the present application version or shall be utilized for version upgrade of whole billing system. The order for hardware shall be as per the expansion of network envisaged from phase V.1 to phase V.3. It shall be the responsibility of the successful bidder to expand the billing system as per the requirement of each phase.

18.2.3 The services for implementation and integration of hardware with the existing billing system on the same application version or integration with version upgrade have to be quoted.

18.2.4 The new interfaces between other OSS and BSS systems (like fraud management, Data warehouse, ERP etc) including network elements and billing system / mediation / provisioning system have to be provided for the tenure of this bid. Bidder would be responsible for end to end integration of all the interfaces with the billing system. Performance impact due to the new interfaces is responsibility of the bidder.

Page 230: TENDER DOCUMENT (Ph V).pdf

230/337

18.2.5 Integration of B&CCS and other BSS components to give a single customer care view to be provided.

18.2.6 Integration of Total care and Revenue settlement as mentioned in Table 1, new modules of B&CCS

18.2.7 Revenue assurance application through Commercial off the shelf (COTS) software implementation and integration is required. HW requirements for the same need to be considered.

18.2.8 Commercial off the shelf (COTS) Software for campaign management to be implemented, HW requirement for the same to be considered.

18.2.9 Web based application with customizable GUI for data analysis, formatting and presentation using Commercial off the shelf (COTS) package to be implemented and integrated with B&CCS.

18.2.10 Commercial off the shelf (COTS) package for scheduling and automating tasks, jobs and processes of all BSS applications as mentioned in Table 1 for CMTS operations need to be implemented and integrated.

18.2.11 Bidders responsibilities include the following:

Bidder shall ensure that the following deliverables for the B&CCS software solution are offered in the bid. The agreement between Bidder and B&CCS vendor shall include the following, apart from other items:

18.2.11.1 Bidder shall ensure that the B&CCS vendor validates the requirements specified in the tender and GR that needs to be delivered by B&CCS vendor.

18.2.11.2 B&CCS vendor shall have to provide skill set requirements from its own perspective and from Bidder’s perspective based on the deliverables that B&CCS vendor will have to deliver as per the tender requirements

18.2.11.3 BSNL in consultation with B&CCS vendor shall clearly specify the parameters responsible for performance.

18.2.11.4 B&CCS vendor shall guide bidder for procurement of 3P software components as listed in table 3 that are dependent on HW sizing.

18.2.11.5 HW Sizing has to be done as per performance indicators given by BSNL in table 2 and the B&CCS vendor recommendation based on the current version of the software installed or based on the latest software version available during the tenure of the bid. Services required for upgrade of B&CCS SW and HW layout as required need to be included.

18.2.11.6 Training on various software modules shall have to be imparted by the Subject matter expert (SME) of the respective B&CCS vendor. The bidder shall specify in his bid with agreement from B&CCS vendor; the number of trainees, quantum of proposed training to achieve proficiency level for different modules, duration of the proposed training.

18.2.11.7 Bidder shall ensure availability and adequate participation of Subject Matter Expertise on site from B&CCS vendor for entire implementation duration of their deliverables. The same shall be covered contractually.

Page 231: TENDER DOCUMENT (Ph V).pdf

231/337

18.2.11.8 Designated B&CCS vendor representative shall be available for all Project steering committee meetings.

18.2.11.9 Review by B&CCS vendor of Statement of Work created by Bidder.

18.2.11.10 B&CCS vendor shall have to authorize the customizations as and when identified by BSNL during the engagement period and the timelines of delivery. In case of customizations that require touching the core product same would have to be pointed out to BSNL.

18.2.11.11 B&CCS vendor shall have to advise bidder on the Interface details, giving consent to overall design related to billing, mediation and provisioning only.

18.2.11.12 Once the implementation starts following activities are to be taken care of by the Bidder along with the B&CCS vendor:

(i) Interact with BSNL SMEs to finalize the requirements

(ii) Capture the business process in designed templates

(iii) Translate the business process into exact requirements

(iv) Provide a gap register keeping in view the requirements and product features

(v) Offsite/Onsite configuration and testing

(vi) Detail list of all modules required to be implemented

(vii) Technical Architecture Design and implementation of Hardware restricted to support software application

(viii) Installation of the software at all the sites

(ix) Provide all services related to installation, configuration and customization of the software whenever required.

(x) Provide the audit and test plans including the production acceptance testing criteria

(xi) Conduct testing of the software including the unit and system testing in the development environment

(xii) Provide all services and HW impact related to re-configuration and customization

(xiii) Provide training plan for BSNL staff inclusive of overview, Reporting, System administration, etc

(xiv) B&CCS vendor’s Project Manager to report to BSNL and Bidders Project Managers

18.2.11.13 Training of BSNL nominees at the development centers as per details specified elsewhere.

18.2.11.14 It shall be the Bidder’s responsibility to ensure that any additional item required for achieving the defined and implied performance level for the specified customer base and its growth, and for integration with other software & hardware, is also supplied and is quoted in the Bid Document as additional items.

Page 232: TENDER DOCUMENT (Ph V).pdf

232/337

18.2.11.15 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 with regard to professional service support from the B&CCS vendor, duly signed by the authorized signatory of the bidder and the authorized signatory/ Country Manager of the B&CCS vendor. The bidder shall furnish, along with the bid document, a Certificate from the Application B&CCS vendor with regard to hardware and storage sizing of the application provided by the B&CCS vendor.

18.2.11.16 Bidders should note that in the specification documents or elsewhere, ability or capability means that such functionality shall have to be delivered during implementation. Some of the service requirements may involve extra implementation efforts in terms of service cost or hardware cost; in such cases clarifications in this regard shall have to be sought by the bidder during the clarification stage of the tender to avoid any ambiguity.

18.2.11.17 The copies of the actual Teaming Agreement between the bidder and B&CCS vendor or their nominated system integrator with minimum of three implementation or support experience on B&CCS worldwide, shall have to be submitted along with the tender bid. All such agreements shall be signed by the respective authorized signatories of the concerned companies. All consortium members/ solution providers/ partners of the Bidder shall have to sign a MOU which gives detailed roles & responsibilities for project deliverables for each partner.

Page 233: TENDER DOCUMENT (Ph V).pdf

233/337

ANNEXURE - II

ANNUAL MAINTENANCE CONTRACT 1 SCOPE of AMC/Warranty

1.1 The Annual Maintenance Contract of the complete network installed in the respective Telecom Circle shall start immediately after the warranty period of last ordered phase ends in that area. The comprehensive Annual Maintenance Contract (herein after called AMC) shall be for three years.

1.2 During the period of AMC/warranty the successful bidder (herein after called supplier) shall:

(i) Diagnose the hardware and software faults wherever required.

(ii) Rectify the hardware/software faults detected. The faulty hardware is to be replaced immediately from the spare pool to be maintained in respective circle /SSA of BSNL as per defined herein in the terms and conditions.

(iii) Repair/replace the faulty PCB / cards / modules / sub modules / accessories / subassembly /components or any other part of the Equipment/ network .

(iv) Upkeep the software periodically.

(v) Upgrade the software to latest version.

(vi) Create customized reports from the system.

(vii) Provide full & time bound assistance in integrating the MSS / MGW/ OSS and associated systems with any other NMS/ Billing or similar system as required by BSNL at a later date, without any additional cost.

(viii) Provide API’s of systems supplied by it against the Purchase Order for sharing with other NMS, or similar systems supplied for the purpose of integration.

(ix) Provide assistance for making changes / modifications in GSM/UMTS system database.

(x) Induction/invoking of new features/services.

(xi) Extending assistance / help to BSNL in issue of Guidelines / application note / procedure etc in a time bound manner.

(xii) To provide training to BSNL staff (at least two officers of respective circles) at the time of any Software/ Hardware upgrade, indicating the present features and the new features invoked thro’ such upgrades.

(xiii) To provide training to BSNL staff for preventive maintenance and help BSNL to frame preventive maintenance schedule.

1.3 All the obligations/scope defined herein shall also be applicable during the warranty period .

Page 234: TENDER DOCUMENT (Ph V).pdf

234/337

2 TERMS AND CONDITIONS

2.1 The supplier shall, at the time of providing service /maintenance, associate BSNL’s maintenance staff

2.2 The AMC of the BTSs not commissioned due to reasons attributable to BSNL at the time of start of AMC shall be included as a part of AMC subsequent to its commissioning. However the AMC dates shall not get altered.

2.3 The AMC / warranty of the installed equipment shall continue even after redeployment / relocation of the equipment by BSNL or any other vendor. BSNL shall ensure that relocation is done matching the parameter of previous location.

2.4 The bidder shall establish at least one Circle Service Support Centre in each circle wherever their equipment is installed/ordered within a period of 7 months from the date of P.O for phase V.1 to comply with warranty / AMC obligations. The bidder shall also establish one Second level National Service Support Centre in the country within 7 months . The infrastructure planned to be created by the bidder to meet his obligations under warranty and AMC and his action plan to deal with the various situations arising out of hardware and software faults shall be clearly indicated in the bid. The bidder shall, at the time of submitting acceptance of A.P.O. against this tender, shall submit the details of the locations of the Service Support Centers planned and how bidder proposes for carrying out repair and provide technical support to fulfill the terms and conditions during warranty and AMC.

2.5 The supplier shall submit a list of spares required along with the bid and cost of the same is to be quoted in the price schedule. The price shall be same as that quoted in the bill of material against the concerned item in the SOR. The spares are to be kept at each core network elements locations and at each BSC/RNC locations in the custody of BSNL. BSNL shall arrange space for the same. The minimum number of the spares to be supplied are given below –

Sr. No.

Item name Quantity Remarks

1 SMPS module for core equipment power plants (MSS/MGW/IN/B&CCS etc.)

Min. two No. of power supply module for each type/make of power plant supplied.

100A or 200A as per the supply. To be stocked at each MSS locations. This is in addition to the spare module supplied as per requirement of DTR/GR

2 Power Supply Cards for Core Network Elements MSC-S/MGW/IN

At each location minimum 10% of each type of power supply cards as part thereof.

To be stocked at respective core network locations.

Page 235: TENDER DOCUMENT (Ph V).pdf

235/337

3 Power Supply Cards for Radio Network Elements

At each BSC/RNC location minimum 3% of each type of power supply cards as part thereof.

To be stocked at respective BSC & RNC locations.

4 All critical control cards/ components of core & Radio network elements.

Quantity of each such critical Item to be suggested by the vendor

To be supplied at stocked at respective Core network locations & BSC/RNC locations.

5. SMPS module for BSC/BTS Power plants

Minimum 2 for each type/ make of the power plants supplied per BSC/RNC

100A as per the supply to be stocked at each SSA(BSC/RNC) locations

6. TRUs of BTS Minimum 3 TRU for each 100 numbers of total TRUs ordered including those ordered with BTS (Macro)

To be supplied and stocked at each SSA BSC locations.

7 TRUs of Node B Minimum 1 for each 30 number of Node B

To be supplied at stocked at each RNC locations

8 Any other components of BSS including that for DG sets / power plants / Air conditioners / battery sets etc.

Item wise quantity to be quoted by the bidder

To be supplied at stocked at each RNC locations

9 Spare of all other network elements including VAS elements.

Quantity of each such critical Item to be suggested by the vendor

To be stocked at respective network locations .

2.6 BSNL staff will replace the faulty units from the stock available wherever

possible and attend to the fault. However, should there be a problem vendor shall arrange telephonic support in diagnostic of the fault and also in replacing the card. In any case such fault could not be attended to, the support team of the vendor shall be responsible to arrange rectification of the fault at site within stipulated time frame.

2.7 The spares thus ordered are to be supplied within 6 months of placing the purchase orders. The date of expiry of warranty shall be extended by the no. of days there is delay in supplying such spares at all these sites.

2.8 BSNL shall release the APO for the AMC around 2 months before the expiry of warranty obligations. Soon on expiry of the warranty period the contract for comprehensive AMC is required to be signed at circle level. The performance bank gurantee deposited at BSNL corporate office

Page 236: TENDER DOCUMENT (Ph V).pdf

236/337

initially along with acceptance of main APO against this tender shall be then reduced to the value of the AMC amount after confirmation from the circles that the concerned vendors have signed AMC.

2.9 The Agreement for AMC shall initially be signed for three years after the expiry of warranty, and the extension of this Agreement beyond three years shall be negotiable depending on the performance of the SUPPLIER during the Agreement period.

2.10 The SUPPLIER shall have to undertake repair work of any or all of the faulty CARDs/ UNITs offered irrespective of geographical location of the equipment. There will be no minimum or maximum limit on the number of faulty cards to be repaired under the contract.

2.11 The SUPPLIER shall be responsible for provisioning of on-going support -services through a single point of contact to resolve emergency, non critical day to day assistance, repair of cards, updating / up-gradation and subsequent implementation in all the GSM/UMTS equipments supplied and installed under the contract.

2.12 The supplier shall prepare the half yearly preventive maintenance schedule for each site where equipment is installed and submit the same to BSNL field units in advance.

2.13 The SUPPLIER shall provide all global software updates to BSNL as part of the AMC and provide maintenance support for these upgrades as well.

2.14 Induction / invocation of all feature/ services shall be done by the SUPPLIER as per the GR / tender against which equipment is supplied.

2.15 The SUPPLIER shall be solely responsible for the maintenance, repair and up-gradation of the systems’ hardware and software. BSNL shall not be liable to interact with any of the partners/ collaborators or subcontractors of the SUPPLIER.

3 PERFORMANCE BANK GUARANTEE

3.1 The Performance Bank Guarantee shall be for an amount equivalent to AMC price quoted by the vendor. Accordingly the PBG amount submitted along with the APO for the project covering the three phases shall be reduced to the said value valid for a period of 4 years from the date of commencement of AMC. It shall be submitted in the prescribed judicial paper with stamps of proper value and should contain full address of the issuing branch of the bank with its telephone, FAX number. If for any reason AMC period is extended, the SUPPLIER shall extend the PBG accordingly covering one year over and above the AMC period.

3.2 The purchaser shall have the absolute right to forfeit the Performance Guarantee for unsatisfactory performance of the SUPPLIER or for any non-compliance of any of the conditions of this Agreement.

3.3 The Bank Guarantee shall be discharged after successful completion of SUPPLIER’s performance obligations under the Agreement and subsequent extension if any.

3.4 In the event of any default in the execution of Agreement by the SUPPLIER under the contract, the Bank Guarantee shall be invoked either in part or in full. The proceeds of performance security shall be payable to BSNL as

Page 237: TENDER DOCUMENT (Ph V).pdf

237/337

compensation for any loss resulting from the contractor's failure to complete its obligation under the contract/Agreement.

4 Service Support Centre:

4.1 The SUPPLIER shall have Circle level Service support Centres at least one in each Circle. The SUPPLIER may set up more such centers to meet the criteria for fault restoration/faulty unit repair time as mentioned in the conditions for AMC/PO based on the geography of the circle. The SUPPLIER shall furnish the names, locations, complete postal address, at least two telephone numbers, one mobile number, one email address and a FAX number for each Technical support Center at least two months in advance of start of warranty period for registering the faults etc. The SUPPLIER shall also specify the names of Stations/sites to be covered by each Service Support Centre two months before start of the Warranty. Such lists shall also become part of the AMC agreement.

4.2 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 Circle Service support center. This, however, shall not preclude BSNL from imposing penalties, if any, as applicable as per the terms & conditions of this agreement.

4.3 Any change in Address, Phone number, FAX Number etc shall have to be intimated in writing by the SUPPLIER to the concerned In-charge of the BSNL Station as well as the concerned GM CMTS O&M of the Circle and BSNL Corporate Office at the earliest. If the station in charge of the BSNL is unable to report the faults to the normally assigned Service support Centre due to the change of phone number etc. the fault will be reported to the National level service support centre and the SUPPLIER shall be responsible for rendering all the maintenance support services to the affected station as per the terms and conditions of this Agreement.

5 Responsibilities of Service support Center:

5.1 The SUPPLIER shall ensure that all the Service Support Centres are manned by fully competent and responsible Engineers and are:

(i) Capable of giving all types of necessary technical guidance/assistance over phone to the respective station in-charge of BSNL sites, for fast restoration of faults and

(ii) Capable of attending the faults at the BSNL sites whenever needed by deputing competant technical expert.

5.2 The SUPPLIER shall also ensure that Service 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 degrade during the night time or due to any day being holiday, or for any other reason.

5.3 The Service support Centres shall receive the faulty cards/units/PCBs from BSNL sites and repair / replace them with good cards during the period of warranty as well as AMC. For the purpose of receiving the faulty card/unit and sending the repaired/replaced cards/units to the BSNL sites the supplier shall designate a courier service/agency at each SSA

Page 238: TENDER DOCUMENT (Ph V).pdf

238/337

headquarter, where supplier’s equipment is installed. The date of handing over faulty unit to such courier service/agency shall be construed as handing over the same to the supplier concerned.

5.4 The SUPPLIER however shall set up the National Service Support Centre in India with in 6 months of the date of placement of A.P.O. of supply and installation, in case such a facility is not existing as on that date. This centre shall have adequate facilities and resources including technical manpower for repair of all types of modules/units/equipment supplied by the supplier. For third party equipment like Server Hardware at MSC/BSC site, RAS/Routers, it shall be at the option of the SUPPLIER to either carryout the repair on its own or through the facilities of third party. In all cases, however, BSNL shall interact only with the SUPPLIER.

5.5 The Service Support Centre shall regularly obtain feedback about the health of the systems under its jurisdiction from the station in-charge of BSNL site on monthly basis (or even more frequently) and maintain a proper record of such feedback. The feedback being given to the supplier on the health shall also be maintained at BSNL by the station incharge. These shall be made available to the technical experts nominated by the SUPPLIER for analysis and such technical expert in turn shall give adequate and proper guidance / technical advise to the BSNL’s station in-charge for taking necessary preventive measure to prevent re-occurrence of such faults. This, however, shall not absolve the SUPPLIER from fulfilling his obligations under this agreement.

6 Technical service support procedure:

The following procedure shall be followed for Technical support: 6.1 In case of any fault, abnormality in the system, partial or total failure of the

system, the officer in charge of the BSNL station will immediately contact the designated Service Support Center of the SUPPLIER and give information about the nature of fault over phone / FAX / e-mail.

6.2 The details of the faults reported shall be recorded in a prescribed format, called the “FAULT – DOCKET” format of the same will be decided in mutual consultation. Subsequent Changes in the “FAULT – DOCKET” may be incorporated for better reporting and recording reconciliation of the faults at BSNL station and also at Service Support Centers of the SUPPLIER by mutual agreement and understanding.

6.3 Even if the fault is reported over phone to the Service support Center, a copy of the “Fault Docket” duly filled in by the station incharge of BSNL shall be sent by mail/fax and also by post to the Service support Center of the SUPPLIER for records. The time of occurrence of fault as recorded in the fault docket shall only be taken into consideration for calculating the actual duration of faults.

6.4 Similarly, after rectification of fault a fresh Fault- Docket duly filled in and after recording the time of restoration and total duration of fault, will be sent by station In charge of BSNL to the Technical support Center, by mail /FAX/post for records. Such arrangement can also be developed through a web based application on mutual consultation, if it suits to the supplier/BSNL

Page 239: TENDER DOCUMENT (Ph V).pdf

239/337

6.5 5.5 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.

6.6 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.

6.7 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 concerned station In charge / duty officer at site 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 Service Support Center for records.

6.8 The SUPPLIER shall also 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.

6.9 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.

7 Repairs and Maintenance:

7.1 Preventive Maintenance:

7.1.1 While the regular preventive maintenance will be carried out by the BSNL staff based on the manual to be provided by the supplier, the supplier shall ensure a six monthly visit to each site for routine health check up of the system for effective system maintenance during the entire period of contract for preventive maintenance, checking with software test programs and removal of faults, if any, including removal of functional disorder of the systems.

7.1.2 Salient features of Activities to be carried out during routine health check are:

(i) Software conformity test

(ii) Complete system / status checkup including battery/power plant/ earthing / lightening arrestor/antenna mount / antenna orientation/transmission system or links etc.

(iii) Alarm status checkup & removal of alarm.

(iv) Check up of the correctness of the backup by taking backup of any or some of the units and by regenerating the unit with the backup tape.

(v) Check working of the hot standby units.

(vi) Check working of the cold standby (spare) units wherever advisable without causing interruption in services.

Page 240: TENDER DOCUMENT (Ph V).pdf

240/337

(vii) Attending to the observations about system performance given by the station in charge/duty officer.

(viii) If the SUPPLIER observes any anomaly regarding maintenance of system, the same should be conveyed to the site in-charge/duty officer and should be resolved.

(ix) Guidelines / briefing to the system in-charge about the new software/ hardware inducted in the system during currency of AMC or any other specific query on the same by the system in-charge.

7.1.3 BSNL personnel shall carry out all the routine, day-to-day activities pertaining to the first level maintenance of GSM system.

7.1.4 The SUPPLIER during the course of attending the fault or during the course of six monthly health check, notices requirement of any spare part (s), it shall replace such parts and clear the fault at the site of the equipment. Replacement of parts shall be done in the presence of BSNL station in-charge/ duty officer at site and a record shall be maintained in the log-book/ history sheet at the respective sites of MSC/MGW/MSS/RNC/BSC/BTS etc.

7.1.5 The SUPPLIER shall also, make an analysis of major problems based on trouble reports and conduct technical audit of the network once a year to coincide with one of the six monthly health check for any other maintenance related activities.

7.1.6 The SUPPLIER shall prepare the schedule of six monthly health check ups and visits therefore, ensuring that all GSM/UMTS installations in each Circle are scheduled in a cyclic manner. The schedule shall be submitted to BSNL at least a month in advance at the beginning of a year and shall be made applicable after mutual agreement.

7.1.7 On no account, equipment or its accessories shall be allowed to be taken out of its normal installed location. Only replacement of sub assemblies of the whole unit on a like-by-like or later version basis will be permissible and the replacement of such assemblies should be done in the presence of station in charge/ duty officer of BSNL.

7.1.8 The SUPPLIER shall submit a service slip to BSNL system I/C after each

replacement of parts during preventive as well as corrective maintenance, showing the parts removed and parts installed with full details of the part name, type, model No, Sl. No. etc. and a record shall be maintained in the history sheet/ Logbook.

7.1.9 The SUPPLIER shall ensure that normal service of the GSM/UMTS systems is not affected during health check and technical audit.

7.1.10 The report of health checks and technical audit shall be jointly signed by the BSNL system in-charge and the site engineer of the SUPPLIER.

7.2 Corrective Maintenance:

7.2.1 The SUPPLIER shall repair all types of cards at its proposed manufacturing premises/repair centres. The cards, which may have to be repaired in their parent companies abroad will have to be specified and only such cards may be got repaired.

Page 241: TENDER DOCUMENT (Ph V).pdf

241/337

7.2.2 The faulty cards shall be sent to the repair centre of the SUPPLIER by the

site in charge through Courier or any other agency appointed by SUPPLIER in the SSA headquarter concerned. The transportation including packing, forwarding and insurance of cards from the respective station to repair center and vice versa shall be the sole responsibility of the SUPPLIER at their cost.

7.2.3 Road permits shall be arranged by BSNL, wherever required.

7.2.4 Card shall be repaired and returned to the respective spare centre / site within 21 days (turn around time) of handing over of the card by the BSNL system in charge.

7.2.5 Any card required to be sent abroad for repairs shall be the responsibility of the SUPPLIER. However, replacement shall be provided to BSNL with in a turn around time period specified above.

7.2.6 If a card handed over to BSNL after repair, is found to be unattended/faulty within 30 days time, and intimated to the SUPPLIER, such cards shall be sent back to SUPPLIER through courier appointed by the SUPPLIER; and the turn around time shall be reckoned from original date of receipt of card excluding the period for which the PCB was with BSNL.

7.2.7 The decision of BSNL system - I/C of the particular site shall be final on the functional acceptability of the repaired cards.

7.2.8 Average efficiency of the cards /PCBs shall be 98.5% of the total cards sent for repair from the system under AMC i.e. not more than 1.5% of the total cards sent in a year for repair will be declared as RNP (Repair not possible) by the SUPPLIER under the contract.

7.2.9 The obsolescence of components shall not be taken as an excuse for declaring faulty cards as RNP (Repair not possible).

7.2.10 While calculating the number of RNP cards /PCBs/components, the fractions shall be rounded off to the nearest integer.

7.2.11 All RNP declared cards/PCBs/components shall be replaced by new/equivalent cards/PCBs/components by the SUPPLIER within Turn Around Time (TAT) period. The reconciliation of RNP cases for all PCBs/cards /components shall be done at the year-end. The cost of upto 1.5% of such replaced cards/units shall be payable by BSNL. The cost of cards shall be as per latest approved price through the tender or as per the PO under which this AMC is operative whichever is lower.

7.2.12 There will be no reduction in capacity of the GSM / UMTS network for want of repair/replacement of cards and in case of any critical card going faulty, affecting performance and capacity of the GSM / UMTS network, the SUPPLIER shall replace the same immediately, pending repair of the card.

7.2.13 BSNL shall review progress in quarterly meetings with the SUPPLIER.

7.2.14 Repair/replacement of all hardware units as mentioned above like hard disks, optical disks, modules, tools and testers, etc. have to be carried out by the SUPPLIER with in a maximum turn around time of 21 days.

Page 242: TENDER DOCUMENT (Ph V).pdf

242/337

7.2.15 Any consumable item like Floppies, Ribbons, CD-ROMs, toner Cartridges/ drums, Cassettes, etc of the peripherals to the network shall not be covered under the contract.

7.2.16 Any card/module/unit becoming faulty due to lightening shall be repaired / replaced by the supplier as a part of AMC.

8 Maintenance of History sheet and Log Books:

8.1 The SUPPLIER shall supply elaborate maintenance procedures and pro-forma of the history sheet to every BSNL site, where its (the SUPPLIER’s) equipments are installed.

8.2 The officer In charge of the BSNL shall fill up the history sheet containing the statistics about the health of the equipments installed at the concerned site and send a report to the Circle Service Support Centre and National Service Support Centre of the SUPPLIER on monthly basis. Based on the History sheet report, the SUPPLIER shall analyze the health record of each site and if something alarming or unusual is noticed, shall advise the field staff of BSNL to take necessary actions for preventive maintenance of such equipments. These instructions for preventive maintenance shall be passed on to BSNL staff of the concerned station in writing and by sending experts to the respective stations when felt necessary. BSNL reserves the right to make changes in the proforma proposed by the SUPPLIER.

8.3 History sheet proforma shall become part of the AMC agreement and to be mutually devised between BSNL and the supplier at the time of signing of the agreement.

9 FAULTS: SEVERITY LEVELS & RESTORATION TIME

Severity level

Fault Definition Restoration Time

1A

� Failure/ Malfunction of critical elements like MSS and/IN / SMSC/ MMSC / GPRS /CBC / OTA / Video Streaming Gateway /PTT / B&CCS / LBS /LBA / UMS / WAP/ Media Gateway 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 BSC/RNC/ L1 routers 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 BTS causing non availability of any of the services delivered by the system, to 75 % or more of the equipped capacity (to be taken as subscriber base)

� Repetitive, total or partial outage of the

6 Hours.

8 Hours.

12 Hours.

6/8/12 Hours for Media gateway

Page 243: TENDER DOCUMENT (Ph V).pdf

243/337

System at Media gateway/BSC-RNC/BTS location.

� System unable to restore automatically at

MSC/BSC /B Media gateway/BSC-RNC/BTS TS location.

� Reduction in the grade of service by 25 % or more on voice links and data links in the network including interruption of traffic on some links.

/BSC-RNC/BTS respectively.

--Same as above--

12 Hours.

1 B � 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 BSC / RNC 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)

� Failure /Malfunction of BTS causing non availability of any of the services delivered by the system, to less than 75 % of the subscriber equipped capacity (to be taken as subscriber base)

� Reduction in the grade of service by 10 % but less than 25 % on voice links and data links in the network including interruption of traffic on some links.

8 Hours.

12 Hours.

24 Hours.

36 Hours

1 C � Failure /Malfunction of BSC causing non availability of any of the services delivered by the system, to less than 5 % of the subscriber equipped capacity (to be taken as subscriber base)

� Failure /Malfunction of BTS causing non availability of any of the services delivered by the system, to less than 25 % of the subscriber equipped capacity (to be taken as subscriber base)

24 Hours.

48 Hours.

2 A � Failure of stand by card/ unit /server not affecting the service to the customer in any way.

� Slow response of the local or remote client terminals of Billing and CCS or other equipments

72 Hours for repair/ replacement. 72 Hrs.

2 B � Required report (s) not being produced by 48 Hours.

Page 244: TENDER DOCUMENT (Ph V).pdf

244/337

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.

2 C � Any fault / malfunction / event not covered under fault definition / severity level as mentioned above, having no impact on services to the customer.

72 Hours.

2 D � Detection of non-conformity with GR / tender requirement cases of any operational function or maintenance failure.

2 weeks.

2 E � Delay in up gradation to latest S/W version 3 months of the availability of upgraded version.

� Travel time of the Suppliers engineer is included in the restoration time

indicated above. 10 PENALTIES:

10.1 Penalties for delay in corrective maintenance.

10.1.1 For various faults as defined under severity level 1A to 2C and as detailed in clause no. 8, any delay beyond what is prescribed under restoration time in the said clause, following penalties shall be applicable.

S. No. Severity Level Penalty for delay in fault restoration at MSC/ BSC/ BTS locations per occasion. 1 1 A Rs 50000/- per 6 Hr. delay or part there of. 2. 1 B Rs.30000/- per 8 Hr. delay or part there of. 3. 1 C Rs.25000/- per 12 Hr. delay or part there of. 4. 2 A Rs.10000/- per 24 Hr. delay or part there of. 5. 2 B Rs. 3000/- per 8 Hr. delay or part there of. 6. 2 C Rs. 2500/- per 8 Hr. delay or part there of. 7. 2 D Rs.1000/- per 7 days delay or part there of. 8 2 E Rs. 10000/- per 7 days delay or part there of.

10.1.2 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.

10.1.3 Failure / malfunction of MSC/BSC/BTS 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.

10.2 Penalty for Repair of Cards:

Page 245: TENDER DOCUMENT (Ph V).pdf

245/337

The penalty stipulated herein includes cards of all the network elements including power plant modules.

10.2.1 If a card is received duly repaired/replaced within 21 days time, no penalty charges shall be levied.

10.2.2 For the delay up to one week, penalty charge of Rs. 1000/- per card per week or part thereof shall be imposed.

10.2.3 For delay beyond one week and up to four weeks, penalty charges of Rs. 2000/- per card per week shall be imposed.

10.2.4 For delay beyond four weeks, penalty charges of Rs. 3000/- per card per week shall be imposed.

10.2.5 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 10.2.2 to 10.2.4, whichever is higher shall be deducted from the AMC charges.

10.2.6 If any PCB/card is damaged during the course of repair, bidder shall replace the PCB with a good one, free of cost.

10.2.7 The imposition of penalties shall start from the 22nd day of the handing over the card to the courier/ agency designated by the SUPPLIER.

10.2.8 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 10.2.2 to 10.2.5 above will be levied.

10.2.9 If hardware version of any card/unit is changed then the supplier shall have to repair cards of both the versions.

10.2.10 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.

10.3 Failure to carry out preventive maintenance visit:

10.3.1 If the SUPPLIER fails to perform yearly health check and technical audit visit, penalty charges of 10 % of yearly AMC cost of that circle shall be levied.

10.4 Penalty for not stocking adequate quantity of spares:

10.4.1 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 MSC/BSC 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.

10.4.2 There after such card shall be stocked at all the MSC or BSC 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.

Page 246: TENDER DOCUMENT (Ph V).pdf

246/337

11 AMC CHARGES AND PAYMENT

11.1 The annual charges for the AMC are to be quoted by the bidder in the price schedule for three years in terms of the percentage of the quoted equipment cost. However, the charges actually payable will be limited to the respective approved percentage of the ordered cost.

11.2 For the service rendered during the half-year, the payment shall be made at the end of half year at the level of GM incharge of CMTS operations of respective circles, within a period of 21 days from the date of submission of bills duly certified by the respective maintenance incharge. The maintenance incharge shall carry out certification normally within a period of 7 days from the date bills are made available to them.

11.3 Following procedure shall be adopted for making AMC payments to the SUPPLIER:

(i) Towards fulfillment of contractual obligations, BSC/RNC wise pre-receipted half yearly bill, for the preceding half-year, duly completed and certified by a designated officer in charge and countersigned by a DET level officer authorized, shall be submitted to the concerned GM CMTS of Circle.

(ii) Based on the performance during the period, SDE/DET incharge shall, send their recommendations to Circle office for penalties to be deducted, on Bi-monthly basis.

(iii) After accounting for such bimonthly recommendations from field units, the GM CMTS concerned shall make payments, after deducting penalties recommended, if any. Such penalties shall be adjusted from the next half yearly bill, if for any reason penalty is not deducted the same shall be deducted from the subsequent bills.

11.4 BSNL shall not pay any charges in advance.

11.5 No charges other than the AMC charges shall be payable. SUPPLIER shall not claim separate charges for the visits for attending to faults/ repairs/ supply of spare parts or any other pretext.

12 TERMINATION OF AMC

12.1 In case the performance of the SUPPLIER during AMC is not satisfactory, BSNL shall be free to terminate the AMC during its currency either in full or in part, after giving three months notice to the SUPPLIER and en-cash and forfeit the performance bank guarantee. However, the SUPPLIER shall continue to provide the services during the intervening period.

13 DISPUTES & ARBITRATION

13.1 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 of some other person

Page 247: TENDER DOCUMENT (Ph V).pdf

247/337

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.

13.2 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 Servant 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.

13.3 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 there-under, any modification thereof for the time being in force shall be deemed to apply to the arbitration proceeding under this clause.

13.4 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.

13.5 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.

13.6 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 dispute that may arise or relate to this agreement or a breach thereof. Pending resolution of a dispute, the SUPPLIER shall continue to fulfill its obligations under this agreement.

14 SET OFF

14.1 Any sum of money due and payable to the SUPPLIER (including security deposit refundable to him) under the AMC 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.

15 FORCE MEJEURE

15.1 Neither the BSNL nor the contractor 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 system maintenance firm (as the case may be) including but not limited to fire (including failure or reductions), acts of God viz. floods, earthquakes, lightning strikes etc, acts to the public enemy, was, insurrections, riots, strikes, lockouts, sabotage, any law, status or ordinance, thereof of any

Page 248: TENDER DOCUMENT (Ph V).pdf

248/337

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 continue 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.

16 On the date of the expiry of annual maintenance contract, it is the responsibility of the supplier to ensure that all the network elements and spares in stocks are fault free. The final instalment of AMC shall be payable on certification of same by operation wing of mobile unit of the circle.

Page 249: TENDER DOCUMENT (Ph V).pdf

249/337

ANNEXURE-III

U N D E R T A K I N G

This deed of undertaking executed on this______ day of ------------ Two

thousand and ------------------ by (Name of sole proprietor/ partner/ Director /

authorised representative, the Firm, Company, Trust, Society etc.)-----------------------

---------------------- S/O ------------------------------------residing at--------------------------------------

---------on behalf of said M/s ------------------------------------------------------------- (Name of

the Firm, Company, Trust, Society, etc.) having its office at----------------------------------

---------------------------------and duly authorised to sign, file and verify present

undertaking by the said ------------------------------(Name of the Firm, Company, Trust,

Society, etc.) in favour of Bharat Sanchar Nigam Limited, a Government of India

Undertaking having its Registered Office at Statesman House, B-148, Barakhamba

Road, New Delhi and local office at ---------------------------------------- hereinafter

called BSNL)(which terms shall mean and include its successors, administrators,

heirs and assigns.

Whereas M/S BSNL invited bids for ---------------------------. I/We participated in

the bidding process and emerged as successful bidder with respect to Tender

No.-------------------------------------------------------.

I/ We ------------------------------------------------- acknowledge that I/We -------------

------------------------------------------have fully understood and are aware of the terms &

conditions of the Tender/ Contract and do hereby unequivocally and

unconditionally undertake and declare that :

(1) 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.

(ii) 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:

Page 250: TENDER DOCUMENT (Ph V).pdf

250/337

� 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 ‘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

� 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

� 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. ………………………………….

Page 251: TENDER DOCUMENT (Ph V).pdf

251/337

SECTION V

SCHEDULE OF REQUIREMENTS (PHASE V.1) S. No Description Unit Quantity Remarks 1.0 UPGRADATION OF EXISTING

NETWORK

1.1 Up-gradation of Ericsson Network- North Zone

1.2 Up-gradation of Ericsson Network- East Zone

1.3 Up-gradation of Nokia Network- North Zone

1.4 Up-gradation of Nortel Network- East Zone

1.5 Up-gradation of Nortel Network- South Zone

1.6 Up-gradation of Motorola Network- South Zone

The prime vendors are responsible for all the network elements including all third party elements supplied by them to BSNL under different IMPCS phases.

2.0 Core Network –CS 2.1 MSC Server/VLR including SSF 2.1.1 CAT-A H/W Per Unit 26 Configuration as per DTR

2.1.2 CAT-A S/W 26

2.1.3 DC power requirement at full load Amp Per set In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

2.1.4 Floor Area Requirement (Height of rack not more than 2 meter)

Sq. meters To be loaded at national average of Rs 400 per sq.m. per month for 10 years.

2.1.5 Power plant Per Unit 26 Power Plant to be N+M configuration as per DTR

2.1.6 Battery Per set (2 units)

26 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

2.1.7 CAT-B H/W Per Unit 13 Configuration as per DTR

2.1.8 CAT-B S/W 13

Page 252: TENDER DOCUMENT (Ph V).pdf

252/337

2.1.9 DC power requirement at full load Amp per set In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

2.1.10 Floor Area Requirement (Height of rack not more than 2 meter)

Sq. meters To be loaded at national average of Rs 40 per sq. ft. per month for 10 years.

2.1.11 Power plant Per Unit 13 Power Plant to be N+M configuration as per DTR

2.1.12 Battery Per set (2 units)

13 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

2.1.13 CAT-C H/W Per Unit 4 Configuration as per DTR

2.1.14 CAT-C S/W Per Unit 4

2.1.15 DC power requirement at full load Amp per set In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

2.1.16 Floor Area Requirement (Height of rack not more than 2 meter)

Sq.meter To be loaded at national average of Rs 40 per sq. ft. per month for 10 years.

2.1.17 Power plant Per Unit 4 Power Plant to be N+M configuration as per DTR

2.1.18 Battery Per Set (2 Units)

4 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

2.2 Media Gateway (MGW)

2.2.1 CAT-A H/W Per Unit 10 Configuration as per DTR

2.2.2 CAT-A S/W Per Unit 10

2.2.3 DC power requirement at full load Amp per set In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

2.2.4 Floor Area Requirement (Height of rack not more than 2 meter)

Sq.meter To be loaded at national average of Rs 40 per sq. ft. per month for 10 years.

2.2.5 Power plant Per Unit 10 Power Plant to be N+M configuration as per DTR

2.2.6 Battery Per Set (2 Units)

10 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

2.2.7 CAT-B H/W Per Unit 36 Configuration as per DTR

2.2.8 CAT-B S/W Per Unit 36

2.2.9 DC power requirement at full load Amp per set In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

Page 253: TENDER DOCUMENT (Ph V).pdf

253/337

2.2.10 Floor Area Requirement (Height of rack not more than 2 meter)

Sq.meter To be loaded at national average of Rs 40 per sq. ft. per month for 10 years.

2.2.11 Power plant Per Unit 36 Power Plant to be N+M configuration as per DTR

2.2.12 Battery Per Set (2 Units)

36 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

2.2.13 CAT-C H/W Per Unit 8 Configuration as per DTR

2.2.14 CAT-C S/W Per Unit 8

2.2.15 DC power requirement at full load Amp per set In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

2.2.16 Floor Area Requirement (Height of rack not more than 2 meter)

Sq.meter To be loaded at national average of Rs 40 per sq. ft. per month for 10 years.

2.2.17 Power plant Per Unit 8 Power Plant to be N+M configuration as per DTR

2.2.18 Battery Per Set (2 Units)

8 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

2.2.19 CAT-D H/W Per Unit 12 Configuration as per DTR

2.2.20 CAT-D S/W Per Unit 12

2.2.21 DC power requirement at full load Amp per set In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

2.2.22 Floor Area Requirement (Height of rack not more than 2 meter)

Sq.meter To be loaded at national average of Rs 40 per sq. ft. per month for 10 years.

2.2.23 Power plant Per Unit 12 Power Plant to be N+M configuration as per DTR

2.2.24 Battery Per Set (2 Units)

12 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

2.2.25 CAT-E H/W Per Unit 6 Configuration as per DTR

2.2.26 CAT-E S/W Per Unit 6

2.2.27 DC power requirement at full load Amp per set In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

2.2.28 Floor Area Requirement (Height of rack not more than 2 meter)

Sq.meters To be loaded at national average of Rs 40 per sq. ft. per month for 10 years.

2.3 GMSC & GMGW

Page 254: TENDER DOCUMENT (Ph V).pdf

254/337

2.3.1 GMSC Server

2.3.1.1 CAT-A H/W Per Unit 7 Configuration as per DTR

2.3.1.2 CAT-A S/W Per Unit 7

2.3.1.3 DC power requirement at full load Amp per set In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

2.3.1.4 Floor Area Requirement (Height of rack not more than 2 meter)

Sq.meter To be loaded at national average of Rs 40 per sq. ft. per month for 10 years.

2.3.1.5 Power plant Per Unit 7 Power Plant to be N+M configuration as per DTR

2.3.1.6 Battery Per Set (2 Units)

7 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

2.3.1.7 CAT-B H/W Per Unit 14 Configuration as per DTR

2.3.1.8 CAT-B S/W Per Unit 14

2.3.1.9 DC power requirement at full load Amp per set In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

2.3.1.10 Floor Area Requirement (Height of rack not more than 2 meter)

Sq.meter To be loaded at national average of Rs 40 per sq. ft. per month for 10 years.

2.3.1.11 Power plant Per Unit 14 Power Plant to be N+M configuration as per DTR

2.3.1.12 Battery Per Set (2 Units)

14 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

2.3.1.13 CAT-C H/W Per Unit 25 Configuration as per DTR

2.3.1.14 CAT-C S/W Per Unit 25

2.3.1.15 DC power requirement at full load Amp per set In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

2.3.1.16 Floor Area Requirement (Height of rack not more than 2 meter)

Sq.meter To be loaded at national average of Rs 40 per sq. ft. per month for 10 years.

2.3.1.17 Power plant Per Unit 25 Power Plant to be N+M configuration as per DTR

2.3.1.18 Battery Per Set (2 Units)

25 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

Page 255: TENDER DOCUMENT (Ph V).pdf

255/337

2.3.2 GMGW

2.3.2.1 CAT-A H/W Per Unit 7 Configuration as per DTR

2.3.2.2 CAT-A S/W Per Unit 7

2.3.2.3 DC power requirement at full load Amp per set In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

2.3.2.4 Floor Area Requirement (Height of rack not more than 2 meter)

Sq.meter To be loaded at national average of Rs 40 per sq. ft. per month for 10 years.

2.3.2.5 Power plant Per Unit 7 Power Plant to be N+M configuration as per DTR

2.3.2.6 Battery Per Set (2 Units)

7 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

2.3.2.7 CAT-B H/W Per Unit 14 Configuration as per DTR

2.3.2.8 CAT-B S/W Per Unit 14

2.3.2.9 DC power requirement at full load Amp per set In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

2.3.2.10 Floor Area Requirement (Height of rack not more than 2 meter)

Sq.meter To be loaded at national average of Rs 40 per sq. ft. per month for 10 years.

2.3.2.11 Power plant Per Unit 14 Power Plant to be N+M configuration as per DTR

2.3.2.12 Battery Per Set (2 Units)

14 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

2.3.2.13 CAT-C H/W Per Unit 25 Configuration as per DTR

2.3.2.14 CAT-C S/W Per Unit 25

2.3.2.15 DC power requirement at full load Amp per set In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

2.3.2.16 Floor Area Requirement (Height of rack not more than 2 meter)

Sq.meter To be loaded at national average of Rs 40 per sq. ft. per month for 10 years.

2.3.2.17 Power plant Per Unit 25 Power Plant to be N+M configuration as per DTR

2.3.2.18 Battery Per Set (2 Units)

25 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

Page 256: TENDER DOCUMENT (Ph V).pdf

256/337

2.4 Standalone HSS/AuC (HW & SW)

2.4.1 Stand Alone HSS/ AUC (HW & SW) 1.0 million 13

2.4.2 Stand Alone HSS/ AUC (HW & SW) 2.0 million 7 The cost of expansion will be on the basis of incremental price.

2.4.3 Stand Alone HSS/ AUC (HW & SW) 3.0 million 1 The cost of expansion will be on the basis of incremental price.

2.4.4 Stand Alone HSS/ AUC (HW & SW) 4.0 million 1 The cost of expansion will be on the basis of incremental price.

2.4.5 Stand Alone HSS/ AUC (HW & SW) 5.0 million 1 The cost of expansion will be on the basis of incremental price.

2.4.6 Stand Alone HSS/ AUC (HW & SW) 6.0 million 1 The cost of expansion will be on the basis of incremental price.

2.5 EIR

2.5.1 EIR(5 million capacity) Per unit 1

2.5.2 EIR Expansion (5M) Per unit 1

3.0 Core Network- PS 3.1 SGSN

3.1.1 CAT-A H/W Per unit 9 Configuration as per DTR

3.1.2 CAT-A S/W Per Unit 9

3.1.3 DC power requirement at full load Amp per set In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

3.1.4 Floor Area Requirement Sq.meter To be loaded at national average of Rs 40 per sq. ft. per month for 10 years.

3.1.5 Power plant Per Unit 9 Power Plant to be N+M configuration as per DTR

3.1.6 Battery Per Set (2 Units)

9 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

3.1.7 CAT-B H/W Per unit 13 Configuration as per DTR

3.1.8 CAT-B H/W Per Unit 13

Page 257: TENDER DOCUMENT (Ph V).pdf

257/337

3.1.9 DC power requirement at full load Amp per set In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

3.1.10 Floor Area Requirement Sq.meter To be loaded at national average of Rs 40 per sq. ft. per month for 10 years.

3.1.11 Power plant Per Unit 13 Power Plant to be N+M configuration as per DTR

3.1.12 Battery Per Set (2 Units)

13 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

3.1.13 CAT-C H/W Per unit 6 Configuration as per DTR

3.1.14 CAT-C S/W Per Unit 6

3.1.15 DC power requirement at full load Amp per set In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

3.1.16 Floor Area Requirement Sq.meter To be loaded at national average of Rs 40 per sq. ft. per month for 10 years.

3.1.17 Power plant Per Unit 6 Power Plant to be N+M configuration as per DTR

3.1.18 Battery Per Set (2 Units)

6 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

3.2 GGSN The price quoted shall include all requisite H/W & S/W for DNS, DHCP, NTP, Firewall, LAN switches etc.

3.2.1 H/W Per unit 3

3.2.2 S/W Per Unit 3 License shall include all software components required for services like POC etc

3.2.3 DC power requirement at full load Amp per set In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

3.2.4 Floor Area Requirement Sq.meter To be loaded at national average of Rs 40 per sq. ft. per month for 10 years.

3.2.5 Power plant Per Unit 3 Power Plant to be N+M configuration as per DTR

3.2.6 Battery Per Set (2 Units)

3 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

3.3 Border Gateway Router Per Unit 22 The configuration as per the network design

Page 258: TENDER DOCUMENT (Ph V).pdf

258/337

3.4 OMC for GPRS nodes Per Unit 22

3.5 GRX Per Unit 1

4. Radio Network

UTRAN *Quantity to be decided by the bidder based on coverage and capacity requirement, From SOR Sl. No. 4.1 to 4.16 quantities may be quoted by bidder as per the design proposed for the network to meet the coverage & capacity requirements subject to minimum 15,000 Macro three sectors with minimum 128 channel elements Node Bs for the cities, maps and other details enclosed.

4.1 RNC Per Unit * For design & min. number of RNCs refers to clause No. 4.3.1 & 4.3.24 of DTR.

4.1.1 DC power requirement at full load Amp per set * In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

4.2 Node-B (Micro) with I/D solution Per Unit *

4.2.1 DC power requirement at full load Amp per set * In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

4.3 Node-B (Macro) Outdoor Per Unit * Minimum 15,000 Macro three sectors with minimum 128 channel elements Node Bs 50-50% of Node B may be quoted as Outdoor & Indoor for evaluation Purpose. All new Node-B sites will be with Out-door Node-Bs only.

4.3.1 DC power requirement at full load Amp per set * In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

4.4 Node-B (Macro) Indoor Per Unit *

4.4.1 DC power requirement at full load Amp per set * In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

4.5 RRF Head- Base Unit Per Unit * 5% of total Node B (Macro) quoted shall be counted for this quantity

4.5.1 DC power requirement at full load Amp per set * In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

4.6 RRF Head- Remote Unit Per Unit *

Page 259: TENDER DOCUMENT (Ph V).pdf

259/337

4.7 Truck Mounted BTS/NodeB Per Unit *

4.8 Highway Node-B Per unit *

4.81 DC power requirement at full load Amp per set * In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

4.9 Installation Material 4.9.1 Installation Material for Macro Node-

B Per Unit *

4.9.2 Installation Material for Micro Node-B with I/D solution

Per Unit * Item wise details as listed except feeder cable to be quoted.

4.9.3 Installation Material for RRF Head Per Unit *

4.9.4 Installation Material for RNC Per Unit *

4.9.5 Feeder Cable 7/8” Per Meter * 50m/run for each Node-B sites

4.9.6 Feeder Cable ½” (part of Annex-I) Per Meter *

4.9.7 Iron Cage Grill structure for Outdoor Node-B

Per Unit *

4.10 Antennae for Node-B (All cross polarized)

UMTS Band: UL-1920-1980, DL-2110-2170 MHz

4.10.1 Antenna with 65° beam width with 0-10° remote electrical tilt with 18 db gain –UMTS band

Per Antenna *

4.10.2 Antenna with 33° beam with 0-8° remote electrical tilt with 21 db gain- UMTS band

Per Antenna *

80% of the total Antenna quantity

4.10.3 Antenna with 65° beam width with 0-10° remote electrical tilt with 18 db gain –Triple band

Per Antenna *

4.10.4 Antenna with 33° beam with 0-8° remote electrical tilt with 21 db gain- Triple band

Per Antenna *

20% of the total Antenna quantity

4.11 Battery

Page 260: TENDER DOCUMENT (Ph V).pdf

260/337

4.11.1 Battery for Node-B (Macro) Indoor Per Set *

4.11.2 Outdoor Battery for Node-B (Macro) Outdoor

Per Set *

4.11.3 Battery for Node-B HW/RLW Per Set * 4.11.4 Battery for Node-B (Micro) Per Set *

4.11.5 Battery for RNC Per Set *

4.12 Power Plant 4.12.1 Power Plant for Node-B (Macro)

Indoor Per Set *

4.12.2 Power Plant Battery for Node-B (Macro) Outdoor

Per Set *

4.12.3 Power Plant for Node-B HW/RLW Per Set *

4.12.4 Power Plant for Node-B (Micro) Per Set *

4.12.5 Power Plant for RNC Per Set *

4.13 Tower 4.13.1 Roof Top 10 Meter ( TEC Approved) Per Set *

4.13.2 Roof Top 15 Meter ( TEC Approved) Per Set *

4.13.3 Roof Top 20 Meter ( TEC Approved) Per Set *

4.13.4 Roof Top 25 Meter ( TEC Approved Per Set *

4.13.5 Poles set for roof top

4.13.5.1 Arrangement for 3 Poles Per Set *

4.13.5.2 Arrangement for 6 Poles Per Set *

4.13.6 Poles set for wall

4.13.6.1 Arrangement for 3 Poles Per Set *

4.13.6.2 Arrangement for 6 Poles Per Set *

The quantity may be quoted only for new Node-B site proposed by the bidder

4.13.7 Antenna Mount ( single antenna ) Per Set *

Page 261: TENDER DOCUMENT (Ph V).pdf

261/337

4.13.8 Antenna Mount ( dual Antenna ) Per Set *

4.14 E/A 4.14.1 Multi cylinder air / water cooled

electric start Ready to Use (RTU) type, diesel E.A. set in an acoustic enclosure along with AMF Control Panel, as per the specifications in DTR. Minimum full load capacity of 15 KVA. at site conditions with diesel engine of minimum 20 BHP at 1500 RPM .

Per Set *

4.14.2 Multi cylinder air / water cooled electric start Ready to Use (RTU) type, diesel E.A. set in an acoustic enclosure along with AMF Control Panel , as per the specifications mentioned in DTR. Minimum full load capacity of 30 KVA. at site conditions with diesel engine of minimum 42 BHP at 1500 RPM.

Per Set *

The quantity may be quoted only for new Node-B site proposed by the bidder

4.15 SERVICES The quantity to be matched with supply

4.15.1 Installation of RNC Per Unit *

4.15.2 Installation of Node-B (Micro) with I/D solution

Per Unit *

4.15.3 Installation of Node-B (Macro) Outdoor

Per Unit *

4.15.4 Installation of Node-B (Macro) Indoor

Per Unit

4.15.5 Installation of RRF Head- Base Unit Per Unit *

4.15.6 Installation of RRF Head- Remote Unit

Per Unit *

4.15.7 Installation Truck Mounted BTS/NodeB

Per Unit *

4.15.8 Installation Highway Node-B Per unit *

Page 262: TENDER DOCUMENT (Ph V).pdf

262/337

4.15.9 Installation of Battery for Node-B (Macro) Indoor

Per Set *

4.15.10 Installation of Outdoor Battery for Node-B (Macro) Outdoor

Per Set *

4.15.11 Installation of Battery for Node-B HW/RLW

Per Set *

4.15.12 Installation of Battery for Node-B (Micro)

Per Set *

4.15.13 Installation of Battery for RNC Per Set *

4.15.14 Installation of Power Plant for Node-B (Macro) Indoor

Per Set *

4.15.15 Installation of Outdoor Power Plant Battery for Node-B (Macro) Outdoor

Per Set *

4.15.16 Installation of Power Plant for Node-B HW/RLW

Per Set *

4.15.17 Installation of Power Plant for Node-B (Micro)

Per Set *

4.15.18 Installation of Power Plant for RNC Per Set *

4.15.19 Installation of Roof Top 10 Meter ( TEC Approved)

Per Set *

4.15.20 Installation of Roof Top 15 Meter ( TEC Approved)

Per Set *

4.15.21 Installation of Roof Top 20 Meter ( TEC Approved)

Per Set *

4.15.22 Installation of Roof Top 25 Meter ( TEC Approved

Per Set *

4.15.23 Installation of Poles set for roof top

4.15.23.1 Arrangement for 3 Poles Per Set *

4.15.23.2 Arrangement for 6 Poles Per Set *

4.15.24 Installation of Poles set for wall

4.15.24.1 Arrangement for 3 Poles Per Set *

4.15.24.2 Arrangement for 6 Poles Per Set *

The quantity may be quoted only for new Node-B site proposed by the bidder

Page 263: TENDER DOCUMENT (Ph V).pdf

263/337

4.15.25 Multi cylinder air / water cooled electric start Ready to Use (RTU) type, diesel E.A. set in an acoustic enclosure along with AMF Control Panel, as per the specifications in DTR. Minimum full load capacity of 15 KVA. at site conditions with diesel engine of minimum 20 BHP at 1500 RPM .

Per Set *

4.15.26 Multi cylinder air / water cooled electric start Ready to Use (RTU) type, diesel E.A. set in an acoustic enclosure along with AMF Control Panel , as per the specifications mentioned in DTR. Minimum full load capacity of 30 KVA. at site conditions with diesel engine of minimum 42 BHP at 1500 RPM.

Per Set *

The quantity may be quoted only for new Node-B site proposed by the bidder

4.15.27 Redeployment of existing Genset to new BTS location including decommissioning, transportation and installation with civil wirks & A/T at new site

Per Set * Existing co-located BTS sites to be upgraded with enhanced E/A capacity wherever required.

4.16 Earthing at Node B sites Per Unit * Only for new Node-B sites proposed by the bidder.

GERAN 4.17 BSC/TRC

4.17.1 BSC Hardware with Collocated/integrated PCU/PDU

Per BSC Configuration

19000 E1s distributed in 3 BSC configurations. BSC configuration wise number to be quoted.

Configuration of BSC shall be for min 512 TRX and Minimum number of BSCs shall be 160. Actual number of BSCs with terminations will be indicated by BSNL while ordering. Min. One BSC is planned in each LDCA which is LA/RA. The Maximum BSC configuration shall be 1000 TRX.

Page 264: TENDER DOCUMENT (Ph V).pdf

264/337

4.17.2 BSC Software Per TRX 110000

4.17.3 DC power requirement at full load Amp per set In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

4.17.4 Power plant Per Unit Quantity to be indicated by the bidder as per number of different BSCs proposed by bidder

Power Plant to be N+M configuration as per DTR

4.17.5 Battery Per Set (2 Units)

Quantity to be indicated by the bidder as per number of different BSCs proposed by bidder

1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

4.17.6 Transcoder (HW+SW) Per TRC 600K 4.18 BTS

4.18.1 BTS 3+3+3 Configuration (Indoor) Per BTS 3000

4.18.1.1 DC power requirement at full load Amp per set 3000 In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

4.18.1.2 Power plant Per Unit 3000 Power Plant to be N+M configuration as per DTR

4.18.1.3 Battery Per Set (2 Units)

3000 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

4.18.2 BTS 3+3+3 Configuration outdoor unit

Per BTS 1000

4.18.2.1 DC power requirement at full load Amp per set 1000 In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

4.18.2.2 Out door Power plant Per Unit 1000 Power Plant to be N+M configuration as per DTR

4.18.2.3 Out door Battery Per Set (2 Units)

1000 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated

Page 265: TENDER DOCUMENT (Ph V).pdf

265/337

backup time.

4.18.3 BTS 4+4+4 Configuration (Indoor) Per BTS 2600 4.18.3.1 DC power requirement at full load Amp per set 2600 In Amps at 50V DC, Loading In Rs for 10 Years

@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000 4.18.3.2 Power plant Per Unit 2600 Power Plant to be N+M configuration as per DTR

4.18.3.3 Battery Per Set (2 Units)

2600 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

4.18.4 BTS 4+4+4 Configuration - outdoor unit

Per BTS 800

4.18.4.1 DC power requirement at full load Amp per set 800 In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

4.18.4.2 Out door Power plant Per Unit 800 Power Plant to be N+M configuration as per DTR

4.18.4.3 Out door Battery Per Set (2 Units)

800 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

4.18.5 BTS 6+6+6 Configuration (Indoor) Per BTS 1000 4.18.5.1 DC power requirement at full load Amp per set 1000 In Amps at 50V DC, Loading In Rs for 10 Years

@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000 4.18.5.2 Power plant Per Unit 1000 Power Plant to be N+M configuration as per DTR

4.18.5.3 Battery Per Set (2 Units)

1000 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

4.18.6 BTS 6+6+6 Configuration - outdoor unit

Per BTS 400

4.18.6.1 DC power requirement at full load Amp per set 400 In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

4.18.6.2 Outdoor Power plant Per Unit 400 Power Plant to be N+M configuration as per DTR

4.18.6.3 Outdoor Battery Per Set (2 Units)

400 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

4.18.7 BTS 2+2 Configuration for HW/RLW (Indoor)

Per BTS 800

Page 266: TENDER DOCUMENT (Ph V).pdf

266/337

4.18.7.1 DC power requirement at full load Amp per set 800 In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

4.18.7.2 Power plant Per Unit 800 Power Plant to be N+M configuration as per DTR

4.18.7.3 Battery Per Set (2 Units)

800 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

4.18.8 BTS 2+2 Configuration for HW/RLW -outdoor unit

Per BTS 200

4.18.8.1 DC power requirement at full load Amp per set 200 In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

4.18.8.2 Outdoor Power plant Per Unit 200 Power Plant to be N+M configuration as per DTR

4.18.8.3 Outdoor Battery Per Set (2 Units)

200 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

4.18.9 Iron Cage Grill structure for Outdoor BTSs

Per Unit 2400

4.18.10 Cost of Expansion TRU Per TRU 6000 4.18.11 Cost of Rack(capable of housing at

least 6/6/6 Per Rack 500

The cost BTSs should be possible to be derived from rack & TRU prices.

4.18.12 BTS 2 Sector to 3 Sector conversion kit with 4TRX in 3rd sector

Per BTS 500

4.18.13 Micro BTS with I/D solution (5W min) Per BTS 400 4.18.13.1 Power plant Per Unit 800 Power Plant to be N+M configuration as per DTR

4.18.13.2 Battery Per Set (2 Units)

800 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

4.18.14 Frequency selective Repeater Per Repeater 100

4.19 BTS Installation Material 4.19.1 BTS Installation Material Per BTS 8800 4.19.2 BTS Installation Material for 2+2

HW/RLW Per BTS 1000

Page 267: TENDER DOCUMENT (Ph V).pdf

267/337

4.19.3 BTS Installation Material for 2 to 3 sector conversion

Per BTS 500

4.19.4 Installation Material for Micro Site with I/D solution

Per BTS 400 Item wise details as listed in annex-I except feeder cable to be quoted.

4.19.5 Feeder Cable 7/8” Per Meter 2940000m 50m/run (6 Run)

4.19.6 Feeder Cable ½” (part of Annex-I) Per Meter 520000

4.19.7 Antenna Mounting Fixture Per Antenna mount

32600

4.20 Antennae for BTSs (All cross polarized)

4.20.1 30/33 degree Bandwidth, highgain(>= 20 dBi)

Per Antenna 2000 HW BTS

4.20.2 90 degree beamwidth Gain(>=17 dbi) Single Band

Per Antenna 500 Conversion of 2 to 3 sector.

4.20.3 65 degree beamwidth Gain(>=17 dbi) Dual Band with electrical Tilt

Per Antenna 20100 BTS sites of cities

4.20.4 90 degree beamwidth Gain(>=17 dbi) Dual Band

Per Antenna 6300 For Rural sites to avoid Null area.

5. User End Devices

5.1 User Equipment

5.1.1 Category-1 Per set 2000 Category as per TEC GR

5.1.2 Category-2 Per set 8000 Category as per TEC GR

5.2 USIM

5.2.1 (U/I) SIM 128 KB with Co-processor Per Unit 3,20,000

5.2.2 (U/I) SIM 128 KB without Co-processor

Per Unit 12,80,000

5.2.3 (U/I) SIM 256 KB with Co-processor Per Unit 80,000

5.2.4 (U/I) SIM 256 KB without Co- Per Unit 3,20,000

Page 268: TENDER DOCUMENT (Ph V).pdf

268/337

processor

5.3 PCMCIA Card

5.3.1 PCMCIA, Type-II Card Per unit 200

6. Intelligent Network 6.1 SCP/IN (Pre Paid) Cat-A

6.1.1 SCP/IN (Pre Paid) (H/W) 6.0 Million subscribers

2 As per the specification of DTR from 6.1.1 to 6.1.46

6.1.2 SCP/IN (Pre Paid) (S/W) 6.0 Million subscribers

2 As per the specification of DTR from 6.1.1 to 6.1.46

6.1.3 DC power requirement at full load 2 In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

6.1.4 Floor Area Requirement 2 To be loaded at national average of Rs 40 per sq. ft. per month for 10 years.

6.1.5 Power plant 2 Power Plant to be N+M configuration as per DTR

6.1.6 Battery 2 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

6.2 SCP/IN (Pre Paid) Cat-B

6.2.1 SCP/IN (Pre Paid) (H/W) 5.0 Million subscribers

1 As per the specification of DTR from 6.1.1 to 6.1.46

6.2.2 SCP/IN (Pre Paid) (S/W) 5.0 Million subscribers

1 As per the specification of DTR from 6.1.1 to 6.1.46

6.2.3 DC power requirement at full load 1 In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

6.2.4 Floor Area Requirement 1 To be loaded at national average of Rs 40 per sq. ft. per month for 10 years.

6.2.5 Power plant 1 Power Plant to be N+M configuration as per DTR

6.2.6 Battery 1 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

6.3 SCP/IN (Pre Paid) Cat-C

6.3.1 SCP/IN (Pre Paid) (H/W) 1.0 Million subscribers

1 Expansion

Page 269: TENDER DOCUMENT (Ph V).pdf

269/337

6.3.2 SCP/IN (Pre Paid) (S/W) 1.0 Million subscribers

1

6.3.3 DC power requirement at full load 1 In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

6.3.4 Floor Area Requirement 1 To be loaded at national average of Rs 40 per sq. ft. per month for 10 years.

6.3.5 Power plant 1 Power Plant to be N+M configuration as per DTR

6.3.6 Battery 1 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

6.4 Central SCP\IN

6.4.1 Central SCP\IN (H/W) Mix of Other IN Services

3 Million subscriber

1

6.4.2 Central SCP\IN (S/W) Mix of Other IN Services

3 Million subscriber

1

6.4.3 DC power requirement at full load Amp per set 1 In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

6.4.4 Floor Area Requirement 1 To be loaded at national average of Rs 40 per sq. ft. per month for 10 years.

6.4.5 Power plant Per Unit 1 Power Plant to be N+M configuration as per DTR

6.4.6 Battery Per Set (2 Units)

1 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

6.5 VOMS Expansion

6.5.1 VOMS Expansion for Cat-A IN capacity

2

6.5.2 VOMS Expansion for Cat-B IN capacity

1

6.5.3 VOMS Expansion for Cat-C IN capacity

1

6.6 Central Voucher management system for inter-zone roamers

1 5 lakh inter-zonal roaming subscribers

7. VAS Elements 7.1(a) SMSC

Page 270: TENDER DOCUMENT (Ph V).pdf

270/337

7.1(a).1 SMS (Hardware) 2500K BHSM 3 Including Firewall & Intrusion Detection System for UMS to protect SMSC & MMSC.

7.1(a).2 SMS (Software) 2500K BHSM 3 7.1(a).3 DC power requirement at full load 3 In Amps at 50V DC, Loading In Rs for 10 Years

@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000 7.1(a).4 Floor Area Requirement 3 To be loaded at national average of Rs 40 per sq.

ft. per month for 10 years. 7.1(a).5 Power plant 3 Power Plant to be N+M configuration as per DTR

7.1(a).6 Battery 3 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

7.1(b).1 SMS (Hardware) Expansion 500K BHSM 1 Expansion Price: Including Firewall & Intrusion Detection System for UMS to protect SMSC & MMSC.

7.1(b).2 SMS (Software) Expansion 500K BHSM 1 7.1(c) SMS-MO Gateway

7.1(c).1 SMS-MO (Hardware) 75000 K SM 3 Including Firewall & Intrusion Detection System for UMS to protect SMSC & MMSC.

7.1(c).2 SMS-MO (Software) 75000 K SM 3 7.1(c).3 DC power requirement at full load 3 In Amps at 50V DC, Loading In Rs for 10 Years

@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000 7.1(c).4 Floor Area Requirement 3 To be loaded at national average of Rs 40 per sq.

ft. per month for 10 years. 7.1(c).5 Power plant 3 Power Plant to be N+M configuration as per DTR

7.1(c).6 Battery 3 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

7.1(d).1 SMS (Hardware) 15000K SM 1 Expansion Price: Including Firewall & Intrusion Detection System for UMS to protect SMSC & MMSC.

7.1(d).2 SMS (Software) 15000K SM 1 7.1(e).1 SMS-IVR Per Unit 21 As per clause 7.1.9 of DTR

Page 271: TENDER DOCUMENT (Ph V).pdf

271/337

7.2 SMS-CBC Per Unit 3 Dimensioning & configuration as per DTR

7.2.1 DC power requirement at full load 3 In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

7.2.2 Floor Area Requirement 3 To be loaded at national average of Rs 40 per sq. ft. per month for 10 years.

7.2.3 Power plant 3 Power Plant to be N+M configuration as per DTR

7.2.4 Battery 3 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

7.3 MMSC Per Unit

7.3.1 MMS (HW) 600 K BHMM 3 Configuration as per DTR 7.3.2 MMS (SW) 600 K BHMM 3 Configuration as per DTR 7.3.3 DC power requirement at full load 3 In Amps at 50V DC, Loading In Rs for 10 Years

@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000 7.3.4 Floor Area Requirement 3 To be loaded at national average of Rs 40 per sq.

ft. per month for 10 years. 7.3.5 Power plant 3 Power Plant to be N+M configuration as per DTR

7.3.6 Battery 3 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

7.4 MMS-Library Per unit 3 Separate prices are required. Specifications as per DTR clause 7.3.9

7.5 UMS Per Unit 3 Configuration & Dimensioning as per DTR

7.5.1 DC power requirement at full load 3 In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

7.5.2 Floor Area Requirement 3 To be loaded at national average of Rs 40 per sq. ft. per month for 10 years.

7.5.3 Power plant 3 Power Plant to be N+M configuration as per DTR

7.5.4 Battery 3 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

7.6 LBS

7.6.1 GMLC Per unit 3

Page 272: TENDER DOCUMENT (Ph V).pdf

272/337

7.6.1.1 DC power requirement at full load 3 In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

7.6.1.2 Floor Area Requirement 3 To be loaded at national average of Rs 40 per sq. ft. per month for 10 years.

7.6.1.3 Power plant 3 Power Plant to be N+M configuration as per DTR

7.6.1.4 Battery 3 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

7.6.2 SMLC Per unit 21 7.6.2.1 DC power requirement at full load 21 In Amps at 50V DC, Loading In Rs for 10 Years

@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000 7.6.2.2 Floor Area Requirement 21 To be loaded at national average of Rs 40 per sq.

ft. per month for 10 years. 7.6.2.3 Power plant 21 Power Plant to be N+M configuration as per DTR

7.6.2.4 Battery 21 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

7.6.3 LBA

7.6.3.1 Application Server (Fleet Management server+ LBGS, DBS, Digital Map server with point of interest and other configurations as per DTR)

Per unit 3 Including firewall

7.7 Over the Air platform and applications

Per Unit 3 Configuration as per DTR

7.7.1 DC power requirement at full load 3 In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

7.7.2 Floor Area Requirement 3 To be loaded at national average of Rs 40 per sq. ft. per month for 10 years.

7.7.3 Power plant 3 Power Plant to be N+M configuration as per DTR

7.7.4 Battery 3 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

Page 273: TENDER DOCUMENT (Ph V).pdf

273/337

7.8 Advertisement Push Server

Per Unit 3 Configuration as per DTR

7.9 WAP

7.9.1 WAP Application Gateway including Push proxy G/W functionality

Per unit 3 Configuration as per DTR

7.9.2 DC power requirement at full load 3 In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

7.9.3 Floor Area Requirement 3 To be loaded at national average of Rs 40 per sq. ft. per month for 10 years.

7.9.4 Power plant 3 Power Plant to be N+M configuration as per DTR

7.9.5 Battery 3 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

7.10 Push to Talk over Cellular (PoC) Per Unit 3 Configuration as per DTR

7.11 Video Gateway and Streaming Server

Per Unit 3 Configuration as per DTR

7.11.1 DC power requirement at full load 3 In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

7.11.2 Floor Area Requirement 3 To be loaded at national average of Rs 40 per sq. ft. per month for 10 years.

7.11.3 Power plant 3 Power Plant to be N+M configuration as per DTR

7.11.4 Battery 3 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

7.12 Streaming Solution Per Unit 3 Configuration as per DTR

7.12.1 DC power requirement at full load 3 In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

7.12.2 Floor Area Requirement 3 To be loaded at national average of Rs 40 per sq. ft. per month for 10 years.

7.12.3 Power plant 3 Power Plant to be N+M configuration as per DTR

7.12.4 Battery 3 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated

Page 274: TENDER DOCUMENT (Ph V).pdf

274/337

backup time.

7.13 Service Delivery Platform (SDP) Per Unit 3 Comprehensive Configuration as per DTR under clause 7.12

7.13.1 DC power requirement at full load 3 In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

7.13.2 Floor Area Requirement 3 To be loaded at national average of Rs 40 per sq. ft. per month for 10 years.

7.13.3 Power plant 3 Power Plant to be N+M configuration as per DTR

7.13.4 Battery 3 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

7.14 Geographical Information System (GIS)

Per Unit 3

8.0 Training Model Per Model 4 As per the definition in the Section IV of this tender document

9.0 FMCC System Complete System

For whole CMTS network including West Zone as envisaged in the DTR

10.0 Decision Support System (DSS) Complete System

For whole CMTS network including West Zone as envisaged in the DTR

11.0 DISASTER RECOVERY AND BUSINESS CONTINUITY SYSTEM

Complete System

As per the specifications of the DTR

12. Lawful Interception

12.1 Category-A Per Unit 8 Configuration as per DTR

12.1.1 DC power requirement at full load 8 In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

12.1.2 Floor Area Requirement 8 To be loaded at national average of Rs 40 per sq. ft. per month for 10 years.

12.1.3 Power plant 8 Power Plant to be N+M configuration as per DTR

12.1.4 Battery 8 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

12.2 Category-B Per Unit 5 Configuration as per DTR

12.2.1 DC power requirement at full load 5 In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

Page 275: TENDER DOCUMENT (Ph V).pdf

275/337

12.2.2 Floor Area Requirement 5 To be loaded at national average of Rs 40 per sq. ft. per month for 10 years.

12.2.3 Power plant 5 Power Plant to be N+M configuration as per DTR

12.2.4 Battery 5 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

12.3 Category-C Per Unit 5 Configuration as per DTR

12.3.1 DC power requirement at full load 5 In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

12.3.2 Floor Area Requirement 5 To be loaded at national average of Rs 40 per sq. ft. per month for 10 years.

12.3.3 Power plant 5 Power Plant to be N+M configuration as per DTR

12.3.4 Battery 5 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

13. Tools & Testers

13.1 Traffic Generator Per Unit 42 As defined in clause 14.1.7 of DTR

13.2 Tool Kit As defined in clause 14.1.8 of DTR

13.2.1 Per MSC server/MGW

13.2.2 Per BSC/RNC

13.2.3 Per BTS/Node B

13.3 RF Planning Tool 21

13.4 Drive Test Tool 125

13.5 Post Processing Tool 42

13.6 Protocol Analyzers 63

13.7 Protocol Analyzer- PC based 21

13.8 BTS Testers 100

13.9 Engineering Handsets 1000

13.10 GPS Receiver 200

Page 276: TENDER DOCUMENT (Ph V).pdf

276/337

13.11 Thru Line Digital Power Meter 200

13.12 Up-gradation of Existing Planning tool

21

13.13 Up-gradation of Existing Post processing tool

21

13.14 Up-gradation of Existing Drive test tool

100

13.15 Up-gradation of Existing Protocol Analyzer

100

13.16 Automatic Network Monitoring System(ANMS)

42 The bidder shall quote prices for probes separately

14. OSS

14.1 OSS (HW) Per Circle 21 14.1.1 OSS (SW) Per Circle 21 14.1.2 DC power requirement at full load In Amps at 50V DC, Loading In Rs for 10 Years

@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000 14.1.3 Floor Area Requirement To be loaded at national average of Rs 40 per sq.

ft. per month for 10 years. 14.1.4 Power plant 21 Power Plant to be N+M configuration as per DTR

14.1.5 Battery 21 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

14.3 OMC-S Hardware Main server. Per LSA 21

14.3.1 Remote OMC-S terminals (H/W+S/W) per MSC Server/MGW

6 Total quantity as per Total MSC Server/MGW

14.3.2 OMCS expansion per MSC Server/MGW

4 Total quantity as per Total MSC Server/MGW

14.4 OMC-S Software per circle 21 14.5 OMC-R Hardware Main Server. Per circle 21

14.6 Remote OMC-R terminals (H/W+S/W)

Per LDCA 250

Page 277: TENDER DOCUMENT (Ph V).pdf

277/337

14.7 OMC-R Software per Circle 21 15. B&CCS

15.1 Billing System- North Zone-V.1 15.1.1 Hardware implementation cost Per lot 7.5M 15.1.2 Hardware Cost 15.1.2.1 Per Core/CPU cost derived based

on overall HW, SW and Network requirement

Per CPU 200 (HP Itanium 2 or equivalent or better version)

15.1.2.2 Per 146 GB storage cost to be quoted based on HW, SW and Network requirement

Per 146 GB 500 GB

15.1.2.3 DC power requirement at full load In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

15.1.2.4 Floor Area Requirement To be loaded at national average of Rs 40 per sq. ft. per month for 10 years.

15.1.2.5 Power plant Power Plant to be N+M configuration as per DTR

15.1.2.6 Battery 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

15.1.3 Billing Networking Components 15.1.3.1 Level I Routers Per Unit 1 15.1.3.2 Level II Routers Per Unit 50 15.1.3.3 Level III Routers Per Unit 500 15.1.3.4 PC CCNs Per Unit 550 15.1.3.5 Printers 20 IPM Per Unit 550 15.1.3.6 Modem/Converters and

Installation Material for CCNs Per CCN 550

15.1.3.7 LAN Components/Cabling Per BCCS 1 15.1.3.8 Router / converter for collection of

CDRs by billing system from various N/W elements

Per set 1 Details of numbers of routers/ converters required for the purpose may be indicated

Page 278: TENDER DOCUMENT (Ph V).pdf

278/337

15.1.4 The prices for third party software as mentioned in Table-3 for the expanded capacity

The prices shall be quoted on as per unit (CPU/User/Host-ID etc.) basis and the same shall be clearly indicated in the quote.

15.1.5 Professional services charges 15.1.5.1 Performance tuning of the

Expanded billing system as defined in Table-2

Total

15.1.5.2 Integration of New Network element with the billing system.

In person days Number of person-days be indicated as per actual.

15.1.6 Integration of B&CCS and other components to give a single customer care.

Per Unit

15.1.7 Integration of Total care and Revenue settlement as mentioned in Table 1, new modules of B&CCS.

Per Unit

15.1.8 Revenue assurance application through Commercial off the shelf (COTS) software implementation and integration is required. HW requirements for the same need also to be considered

Per Unit

15.1.9 Commercial off the shelf (COTS) Software for campaign management to be implemented, HW requirement for the same to be considered

Per Unit

15.1.10 Web based application with customizable GUI for data analysis, formatting and presentation using Commercial off the shelf (COTS) package to be implemented and integrated with B&CCS

Per Unit

15.1.11 Commercial off the shelf (COTS) Per Unit

Page 279: TENDER DOCUMENT (Ph V).pdf

279/337

package for scheduling and automating tasks, jobs and processes of all BSS applications as mentioned in Table 1 for CMTS operations

15.2 Phase V.2 15.2.1 Services for Version up-grade of

Billing platform in Phase V.2 7.5 M 15M

15.2.2 Hardware Cost 15.2.2.1 Per Core/CPU cost derived at based

on overall HW, SW and Network requirement

Per CPU 400 (HP Itanium 2 or equivalent or better version)

15.2.2.2 Per 146 GB storage cost to be quoted based on HW, SW and Network requirement

Per 146 GB 1000 GB

15.2.2.3 DC power requirement at full load In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

15.2.2.4 Floor Area Requirement To be loaded at national average of Rs 40 per sq. ft. per month for 10 years.

15.2.2.5 Power plant Power Plant to be N+M configuration as per DTR

15.2.2.6 Battery 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

15.2.3 Router / converter for collection of CDRs by billing system from various N/W elements

Per set 1 Details of numbers of routers/ converters required for the purpose may be indicated

15.2.4 The prices for third party software as mentioned in Table-3 for the expanded system.

The prices shall be quoted on as per unit (CPU/User/Host –ID etc.) basis and the same shall be clearly indicated in the quote.

15.2.5 Integration of New Network element with the billing system.

In person days

Number of person-days be indicated as per actual.

15.2.6 Buy Back prices of existing Billing Total

Page 280: TENDER DOCUMENT (Ph V).pdf

280/337

HW 15.3 Phase V.3 15.3.1 Services for the Expansion of

Existing billing system 7.5 M 7.5 M

15.3.2 Hardware Cost 15.3.2.1 Per Core/CPU cost derived at based

on overall HW, SW and Network requirement

Per CPU 200 (HP Itanium 2 or equivalent or better)

15.3.2.2 Per 146 GB storage cost to be quoted based on HW, SW and Network requirement

Per 146 GB 500 GB

15.3.2.3 DC power requirement at full load In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

15.3.2.4 Floor Area Requirement To be loaded at national average of Rs 40 per sq. ft. per month for 10 years.

15.3.2.5 Power plant Power Plant to be N+M configuration as per DTR

15.3.2.6 Battery 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

15.3.3 The prices for third party software as mentioned in Table-3 for the expanded system.

The prices shall be quoted on as per unit (CPU/User/Host –ID etc.) basis and the same shall be clearly indicated in the quote.

15.3.4 Professional services charges 15.3.4.1 Performance tuning of the

Expanded billing system as defined in Table-2

Total

15.3.4.2 Integration of New Network element with the billing system.

In person days Number of person-days be indicated as per actual.

15.4 Billing System- South Zone-V.1 15.4.1 Hardware implementation cost Per lot 7.5 15.4.2 Hardware Cost

Page 281: TENDER DOCUMENT (Ph V).pdf

281/337

15.4.2.1 Per Core/CPU cost derived based on overall HW, SW and Network requirement

Per CPU 400 (SUN ultra Sparc IV+ or equivalent or better)

15.4.2.2 Per 146 GB storage cost to be quoted based on HW, SW and Network requirement

Per 146 GB 500 GB

15.4.2.3 DC power requirement at full load In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

15.4.2.4 Floor Area Requirement To be loaded at national average of Rs 40 per sq. ft. per month for 10 years.

15.4.2.5 Power plant Power Plant to be N+M configuration as per DTR

15.4.2.6 Battery 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

15.4.3 Billing Networking Components 15.4.3.1 Level I Routers Per Unit 1 15.4.3.2 Level II Routers Per Unit 50 15.4.3.3 Level III Routers Per Unit 500 15.4.3.4 PC CCNs Per Unit 550 15.4.3.5 Printers 20 IPM Per Unit 550 15.4.3.6 Modem/Converters and

Installation Material for CCNs Per CCN 550

15.4.3.7 LAN Components/Cabling Per BCCS 1 15.4.3.8 Router / converter for collection of

CDRs by billing system from various N/W elements

Per set 1 Details of numbers of routers/ converters required for the purpose may be indicated

15.4.4 The prices for third party software as mentioned in Table-3 for the expanded capacity

15.4.5 Professional services charges 15.4.5.1 Performance tuning of the

Page 282: TENDER DOCUMENT (Ph V).pdf

282/337

Expanded billing system as defined in Table-2

15.4.5.2 Integration of New Network element with the billing system.

15.4.6 Integration of B&CCS and other components to give a single customer care.

15.4.7 Integration of Total care and Revenue settlement as mentioned in Table 1, new modules of B&CCS.

15.4.8 Revenue assurance application through Commercial off the shelf (COTS) software implementation and integration is required. HW requirements for the same need also to be considered

15.4.9 Commercial off the shelf (COTS) Software for campaign management to be implemented, HW requirement for the same to be considered

15.4.10 Web based application with customizable GUI for data analysis, formatting and presentation using Commercial off the shelf (COTS) package to be implemented and integrated with B&CCS

Per Unit

15.4.11 Commercial off the shelf (COTS) package for scheduling and automating tasks, jobs and processes of all BSS applications as mentioned in Table 1 for CMTS operations

Per Unit

15.5 Phase V.2

Page 283: TENDER DOCUMENT (Ph V).pdf

283/337

15.5.1 Services for Version up-grade of Billing platform in Phase V.2

7.5 M 15M

15.5.2 Hardware Cost 15.5.2.1 Per Core/CPU cost derived at based

on overall HW, SW and Network requirement

Per CPU 800 (SUN Ultra Sparc IV+ or equivalent or better)

15.5.2.2 Per 146 GB storage cost to be quoted based on HW, SW and Network requirement

Per 146 GB 1000 GB

15.5.2.3 DC power requirement at full load In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

15.5.2.4 Floor Area Requirement To be loaded at national average of Rs 40 per sq. ft. per month for 10 years.

15.5.2.5 Power plant Power Plant to be N+M configuration as per DTR

15.5.2.6 Battery 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

15.5.3 Router / converter for collection of CDRs by billing system from various N/W elements

Per set 1 Details of numbers of routers/ converters required for the purpose may be indicated

15.5.4 The prices for third party software as mentioned in Table-3 for the expanded system.

The prices shall be quoted on as per unit (CPU/User/Host –ID etc.) basis and the same shall be clearly indicated in the quote.

15.5.5 Integration of New Network element with the billing system.

In person days

Number of person-days be indicated as per actual.

15.5.6 Buy Back prices of existing Billing HW

Total

15.6 Phase V.3 15.6.1 Services for the Expansion of

Existing billing system 7.5 M 7.5 M

15.6.2 Hardware Cost 15.6.2.1 Per Core/CPU cost derived at based

on overall HW, SW and Network Per CPU 400 (SUN Ultra

Sparc IV+ or

Page 284: TENDER DOCUMENT (Ph V).pdf

284/337

requirement equivalent or better)

15.6.2.2 Per 146 GB storage cost to be quoted based on HW, SW and Network requirement

Per 146 GB 500 GB

15.6.2.3 DC power requirement at full load In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

15.6.2.4 Floor Area Requirement To be loaded at national average of Rs 40 per sq. ft. per month for 10 years.

15.6.2.5 Power plant Power Plant to be N+M configuration as per DTR

15.6.2.6 Battery 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

15.6.3 The prices for third party software as mentioned in Table-3 for the expanded system.

The prices shall be quoted on as per unit (CPU/User/Host –ID etc.) basis and the same shall be clearly indicated in the quote.

15.6.4 Professional services charges 15.6.4.1 Performance tuning of the

Expanded billing system as defined in Table-2

Total

15.6.4.2 Integration of New Network element with the billing system.

In person days Number of person-days be indicated as per actual.

15.7 Billing System- East Zone-V.1 15.7.1 Hardware implementation cost Per lot 6M 15.7.2 Hardware Cost 15.7.2.1 Per Core/CPU cost derived based

on overall HW, SW and Network requirement

Per CPU 150 (HP Itanium 2 or equivalent or better version)

15.7.2.2 Per 146 GB storage cost to be quoted based on HW, SW and

Per 146 GB 500 GB

Page 285: TENDER DOCUMENT (Ph V).pdf

285/337

Network requirement

15.7.2.3 DC power requirement at full load In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

15.7.2.4 Floor Area Requirement To be loaded at national average of Rs 40 per sq. ft. per month for 10 years.

15.7.2.5 Power plant 1 Power Plant to be N+M configuration as per DTR

15.7.2.6 Battery 1 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

15.7.3 Billing Networking Components 15.7.3.1 Level I Routers Per Unit 1 15.7.3.2 Level II Routers Per Unit 50 15.7.3.3 Level III Routers Per Unit 500 15.7.3.4 PC CCNs Per Unit 550 15.7.3.5 Printers 20 IPM Per Unit 550 15.7.3.6 Modem/Converters and

Installation Material for CCNs Per CCN 550

15.7.3.7 LAN Components/Cabling Per BCCS 1 15.7.3.8 Router / converter for collection of

CDRs by billing system from various N/W elements

Per set 1 Details of numbers of routers/ converters required for the purpose may be indicated

15.7.4 The prices for third party software as mentioned in Table-3 for the expanded capacity

The prices shall be quoted on as per unit (CPU/User/Host-ID etc.) basis and the same shall be clearly indicated in the quote.

15.7.5 Professional services charges 15.7.5.1 Performance tuning of the

Expanded billing system as defined in Table-2

Total

15.7.5.2 Integration of New Network element with the billing system.

In person days Number of person-days be indicated as per actual.

15.7.6 Integration of B&CCS and other components to give a single

Per Unit

Page 286: TENDER DOCUMENT (Ph V).pdf

286/337

customer care. 15.7.7 Integration of Total care and

Revenue settlement as mentioned in Table 1, new modules of B&CCS.

Per Unit

15.7.8 Revenue assurance application through Commercial off the shelf (COTS) software implementation and integration is required. HW requirements for the same need also to be considered

Per Unit

15.7.9 Commercial off the shelf (COTS) Software for campaign management to be implemented, HW requirement for the same to be considered

Per Unit

15.7.10 Web based application with customizable GUI for data analysis, formatting and presentation using Commercial off the shelf (COTS) package to be implemented and integrated with B&CCS

Per Unit

15.7.11 Commercial off the shelf (COTS) package for scheduling and automating tasks, jobs and processes of all BSS applications as mentioned in Table 1 for CMTS operations

Per Unit

15.8 Phase V.2 15.8.1 Services for Version up-grade of

Billing platform in Phase V.2 6 M 12M

15.8.2 Hardware Cost 15.8.2.1 Per Core/CPU cost derived at based

on overall HW, SW and Network Per CPU 300 (HP Itanium

2 or equivalent

Page 287: TENDER DOCUMENT (Ph V).pdf

287/337

requirement or better version)

15.8.2.2 Per 146 GB storage cost to be quoted based on HW, SW and Network requirement

Per 146 GB 1000 GB

15.8.2.3 DC power requirement at full load In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

15.8.2.4 Floor Area Requirement To be loaded at national average of Rs 40 per sq. ft. per month for 10 years.

15.8.2.5 Power plant Power Plant to be N+M configuration as per DTR

15.8.2.6 Battery 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

15.8.3 Router / converter for collection of CDRs by billing system from various N/W elements

Per set 1 Details of numbers of routers/ converters required for the purpose may be indicated

15.8.4 The prices for third party software as mentioned in Table-3 for the expanded system.

The prices shall be quoted on as per unit (CPU/User/Host –ID etc.) basis and the same shall be clearly indicated in the quote.

15.8.5 Integration of New Network element with the billing system.

In person days

Number of person-days be indicated as per actual.

15.8.6 Buy Back prices of existing Billing HW

Total

15.9 Phase V.3 15.9.1 Services for the Expansion of

Existing billing system 6 M 6 M

15.9.2 Hardware Cost 15.9.2.1 Per Core/CPU cost derived at based

on overall HW, SW and Network requirement

Per CPU 150 (HP Itanium 2 or equivalent or better)

15.9.2.2 Per 146 GB storage cost to be quoted based on HW, SW and Network requirement

Per 146 GB 500 GB

Page 288: TENDER DOCUMENT (Ph V).pdf

288/337

15.9.2.3 DC power requirement at full load In Amps at 50V DC, Loading In Rs for 10 Years @10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

15.9.2.4 Floor Area Requirement To be loaded at national average of Rs 40 per sq. ft. per month for 10 years.

15.9.2.5 Power plant Power Plant to be N+M configuration as per DTR

15.9.2.6 Battery 1+1 Configuration as per DTR, Each Battery sets in parallel should cater for 100% load at stipulated backup time.

15.9.3 The prices for third party software as mentioned in Table-3 for the expanded system.

The prices shall be quoted on as per unit (CPU/User/Host –ID etc.) basis and the same shall be clearly indicated in the quote.

15.9.4 Professional services charges 15.9.4.1 Performance tuning of the

Expanded billing system as defined in Table-2

Total

15.9.4.2 Integration of New Network element with the billing system.

In person days Number of person-days be indicated as per actual.

16.0 Infrastructure Civil

16.1 Tower

16.1.1 Ground base tower 60 Meter (180 KMPH , SERC Approved)

Per Unit 600

16.1.2 Ground Base Tower 60 Meter (200 KMPH , TEC approved)

Per Unit 100

16.1.3 Ground base Tower 40 Meter narrow base flood light(170 KMPH , TEC Approved

Per Unit 1500

16.1.4 Ground base tower 40 Meter narrow base (200 KMPH ,TEC approved)

Per Unit 400

16.1.5 Ground base tower 30Meter (200 KMPH ,TEC approved)

Per Unit 1000

16.1.6 Ground base tower 20Meter (200 KMPH , TEC approved)

Per Unit 400

Page 289: TENDER DOCUMENT (Ph V).pdf

289/337

16.1.7 Roof Top 10 Meter ( TEC Approved) Per Unit 1520

16.1.8 Roof Top 15 Meter ( TEC Approved) Per Unit 1710

16.1.9 Roof Top 20 Meter ( TEC Approved) Per Unit 570

16.1.10 Poles set of poles for roof top

16.1.10.1 Arrangement for 3 Poles Per Unit 300

16.1.10.2 Arrangement for 6 Poles Per Unit 300

16.1.11 Poles set for wall

16.1.11.1 Arrangement for 3 Poles Per Unit 100

16.1.11.2 Arrangement for 6 Poles Per Unit 120

16.2 Pre-Fab

16.2.1 Prefab BTS shelter, Type I for Normal conditions

Per Unit 2800

16.2.2 Prefab BTS shelter, Type II for Normal conditions

Per Unit 1000

16.2.3 Prefab BTS shelter, Type III for Normal conditions

Per Unit 800

16.2.4 Prefab BTS shelter, Type I for Harsh conditions

Per Unit 200

16.2.5 Prefab BTS shelter, Type II for Harsh conditions

Per Unit 150

16.2.6 Prefab BTS shelter, Type III for Harsh conditions

Per Unit 50

17. Infrastructure Electrical

17.1 Power Plant

17.1.1 SMPS P/P 1000A- Indoor Per Unit 10 17.1.2 SMPS P/P 2000A- Indoor Per Unit 10 17.1.3 SMPS P/P 3000A- Indoor Per Unit 10

17.2 Battery

17.2.1 Battery of configuration 3000 AH @- Per Set (Two 20

Page 290: TENDER DOCUMENT (Ph V).pdf

290/337

48V banks of 3000AH each)

17.2.2 Battery of configuration 4000 AH @-48V

Per Set(Two banks of 4000AH each)

20

17.2.3 Battery of configuration 5000 AH @-48V

Per Set(Two banks of 5000 AH each)

20

17.3 Air Conditioners

17.3.1 Supply of high sensible heat type (Sensible heat factor > 0.9) Air-Cooled A/C units of as per the specifications attached. --2 x 1.5 TR capacity

Per Set (2 Units)

4000

17.3.2 Supply of high sensible heat type (Sensible heat factor > 0.9) Air-Cooled A/C units of as per the specifications attached. --2 X 2 TR capacity.

Per Set (2 Units)

1000

17.4 UPS/Inverters

17.4.1 UPS for CCNs (With 1 hour backup) Per Unit 400 As per DTR specifications 17.5 E/A

17.5.1 Supply of multi cylinder air / water cooled electric start Ready to Use (RTU) type, diesel E.A. set in an acoustic enclosure along with AMF Control Panel, as per the specifications attached. Minimum full load capacity of 15 KVA. At site conditions with diesel engine of minimum 20 BHP at 1500 RPM .

Per Set 4000

17.5.2 Supply of multi cylinder air / water cooled electric start Ready to Use (RTU) type, diesel E.A. set in an

Per Set 1000

Page 291: TENDER DOCUMENT (Ph V).pdf

291/337

acoustic enclosure along with AMF Control Panel , as per the specifications attached. Minimum full load capacity of 30 KVA. At site conditions with diesel engine of minimum 42 BHP at 1500 RPM.

17.6 Voltage Stabilizer 17.6.1 Supply of Toroidal core sleek

stabilizer of 5 KVA capacity as per the specifications in DTR.

Per Unit 5000

18. Infrastructure Telecom

18.1 Transmission Media 18.1.1 Minilink (HW+SW)-15 GHz Per Hop 1600 Each shall be in 1+Hot Standby mode 18.1.2 Minilink Installation Material

including Antennae, cables, BITE etc.

Per Hop 1600

18.2.1 Minilink (HW+SW)- 18 GHz Per Hop 1000 Each shall be in 1+Hot Standby mode

18.2.2 Minilink Installation Material including Antennae, cables, BITE etc.

Per Hop 1000

18.2.3 Redeployment of existing radio link including Decommissioning, & installation at new site

Per Hop 1000

19 Spares As defined in Section IV annexure II (AMC), The details of each spare unit with price shall be indicated.

20 Redeployment of 6000 BTS(existing) Bidder shall quote the prices as per clauses in SCC

21. Earthing System

Earthing at BTS sites 5000 Including services

SERVICES

Page 292: TENDER DOCUMENT (Ph V).pdf

292/337

22.0 SERVICES 22.1 MSC Server/VLR including SSF

22.1.1(a) CAT-A Per Unit 26

22.1.1(b) Power plant Per Unit 26

22.1.1(c) Battery Per set (2 units)

26

22.1.2(a) CAT-B Per Unit 13

22.1.2(b) Power plant Per Unit 13

22.1.2(c) Battery Per set (2 units)

13

22.1.3(a) CAT-C Per Unit 4

22.1.3(b) Power plant Per Unit 4

22.1.3(c) Battery Per Set (2 Units)

4

22.2 Media Gateway (MGW)

22.2.1(a) CAT-A Per Unit 10

22.2.1(b) Power plant Per Unit 10

22.2.1(c) Battery Per Set (2 Units)

10

22.2.2(a) CAT-B Per Unit 36

22.2.2(b) Power plant Per Unit 36

22.2.2(c) Battery Per Set (2 Units)

36

22.2.3(a) CAT-C Per Unit 8

22.2.3(b) Power plant Per Unit 8

22.2.3(c) Battery Per Set (2 Units)

8

22.2.4(a) CAT-D Per Unit 12

22.2.4(b) Power plant Per Unit 12

22.2.4(c) Battery Per Set (2 Units)

12

Page 293: TENDER DOCUMENT (Ph V).pdf

293/337

22.2.5 CAT-E Per Unit 6

22.3 GMSC Server

22.3.1(a) CAT-A Per Unit 7

22.3.1(b) Power plant Per Unit 7

22.3.1(c) Battery Per Set (2 Units)

7

22.3.2(a) CAT-B Per Unit 14

22.3.2(b) Power plant Per Unit 14

22.3.2(c) Battery Per Set (2 Units)

14

22.3.3(a) CAT-C Per Unit 25

22.3.3(b) Power plant Per Unit 25

22.3.3(c) Battery Per Set (2 Units)

25

22.4 GMGW

22.4.1(a) CAT-A Per Unit 7

22.4.1(b) Power plant Per Unit 7

22.4.1(c) Battery Per Set (2 Units)

7

22.4.2(a) CAT-B Per Unit 14

22.4.2(b) Power plant Per Unit 14

22.4.2(c) Battery Per Set (2 Units)

14

22.4.3(a) CAT-C Per Unit 25

22.4.3(b) Power plant Per Unit 25

22.4.3(c) Battery Per Set (2 Units)

25

22.5 Standalone HSS/AuC (HW & SW)

22.5.1 Stand Alone HSS/ AUC (HW & SW) 1.0 million 13

22.5.2 Stand Alone HSS/ AUC (HW & SW) 2.0 million 7

Page 294: TENDER DOCUMENT (Ph V).pdf

294/337

22.5.3 Stand Alone HSS/ AUC (HW & SW) 3.0 million 1

22.5.4 Stand Alone HSS/ AUC (HW & SW) 4.0 million 1

22.5.5 Stand Alone HSS/ AUC (HW & SW) 5.0 million 1

22.5.6 Stand Alone HSS/ AUC (HW & SW) 6.0 million 1

22.6 EIR

22.6.1 EIR(5 million capacity) Per unit 1

22.6.2 EIR Expansion (5M) Per unit 1

22.7 SGSN

22.7.1(a) CAT-A Per unit 9

22.7.1(b) Power plant Per Unit 9

22.7.1(c) Battery Per Set (2 Units)

9

22.7.2(a) CAT-B Per unit 13

22.7.2(b) Power plant Per Unit 13

22.7.2(c) Battery Per Set (2 Units)

13

22.7.3(a) CAT-C Per unit 6

22.7.3(b) Power plant Per Unit 6

22.7.3(c) Battery Per Set (2 Units)

6

22.8 GGSN

22.8.1(a) GGSN Per unit 3

22.8.1(b) Power plant Per Unit 3

22.8.1(c) Battery Per Set (2 Units)

3

22.9 Border Gateway Router Per Unit 22

22.10 OMC for GPRS nodes Per Unit 22

22.11 GRX Per Unit 1

22.12 BSC/TRC

Page 295: TENDER DOCUMENT (Ph V).pdf

295/337

22.12.1 BSC Hardware with Collocated/integrated PCU/PDU

Per BSC Configuration

19000 E1s distributed in 3 BSC configurations. BSC configuration wise number to be quoted.

22.12.2 Power plant Per Unit Quantity to be indicated by the bidder as per number of different BSCs proposed by bidder

22.12.3 Battery Per Set (2 Units)

Quantity to be indicated by the bidder as per number of different BSCs proposed by bidder

22.13 Transcoder (HW+SW) Per TRC 600K 22.14 BTS

22.14.1(a) BTS 3+3+3 Configuration (Indoor) Per BTS 3000

22.14.1(b) Power plant Per Unit 3000

22.14.1(c) Battery Per Set (2 Units)

3000

22.14.2(a) BTS 3+3+3 Configuration outdoor unit

Per BTS 1000

22.14.2(b) Out door Power plant Per Unit 1000

22.14.2(c) Out door Battery Per Set (2 Units)

1000

Page 296: TENDER DOCUMENT (Ph V).pdf

296/337

22.14.3(a) BTS 4+4+4 Configuration (Indoor) Per BTS 2600 22.14.3(b) Power plant Per Unit 2600

22.14.3(c) Battery Per Set (2 Units)

2600

22.14.4(a) BTS 4+4+4 Configuration – outdoor unit

Per BTS 800

22.14.4(b) Out door Power plant Per Unit 800

22.14.4(c) Out door Battery Per Set (2 Units)

800

22.14.5(a) BTS 6+6+6 Configuration (Indoor) Per BTS 1000 22.14.5(b) Power plant Per Unit 1000

22.14.5(c) Battery Per Set (2 Units)

1000

22.14.6(a) BTS 6+6+6 Configuration – outdoor unit

Per BTS 400

22.14.6(b) Outdoor Power plant Per Unit 400

22.14.6(c) Outdoor Battery Per Set (2 Units)

400

22.14.7(a) BTS 2+2 Configuration for HW/RLW (Indoor)

Per BTS 800

22.14.7(b) Power plant Per Unit 800

22.14.7(c) Battery Per Set (2 Units)

800

22.14.8(a) BTS 2+2 Configuration for HW/RLW –outdoor unit

Per BTS 200

22.14.8(b) Outdoor Power plant Per Unit 200

22.14.8(c) Outdoor Battery Per Set (2 Units)

200

22.14.9 BTS 2 Sector to 3 Sector conversion kit with 4TRX in 3rd sector

Per BTS 500

22.14.10(a) Micro BTS with I/D solution (5W min) Per BTS 400

Page 297: TENDER DOCUMENT (Ph V).pdf

297/337

22.14.10(b) Power plant Per Unit 800

22.14.10(c) Battery Per Set (2 Units)

800

22.14.11 Frequency selective Repeater Per Repeater 100

Intelligent Network 22.15 SCP/IN (Pre Paid) Cat-A

22.15.1(a) SCP/IN (Pre Paid) (H/W) 6.0 Million subscribers

2

22.15.1(b) Power plant 2

22.15.1(c) Battery 2

22.16 SCP/IN (Pre Paid) Cat-B

22.16.1(a) SCP/IN (Pre Paid) (H/W) 5.0 Million subscribers

1

22.16.1(b) Power plant 1

22.16.1(c) Battery 1

22.17 SCP/IN (Pre Paid) Cat-C

22.17.1(a) SCP/IN (Pre Paid) (H/W) 1.0 Million subscribers

1

22.17.1(b) Power plant 1

22.17.1(c) Battery 1

22.18 Central SCP\IN

22.18.1(a) Central SCP\IN (H/W) Mix of Other IN Services

3 Million subscriber

1

22.18.1(b) Power plant Per Unit 9

22.18.1(c) Battery Per Set (2 Units)

9

22.19 VOMS Expansion

22.19.1(a) VOMS Expansion for Cat-A IN capacity

2

22.19.1(b) VOMS Expansion for Cat-B IN capacity

1

Page 298: TENDER DOCUMENT (Ph V).pdf

298/337

22.19.1(c) VOMS Expansion for Cat-C IN capacity

1

22.20 Central Voucher management system for inter-zone roamers

1

VAS Elements 22.21 SMSC

22.21.1(a) SMS (Hardware) 2500K BHSM 3

22.21.1(b) Power plant 3

22.21.1(c) Battery 3

22.21.1(d) SMS (Hardware) 500K BHSM 1

22.22 SMS-MO Gateway

22.22.1(a) SMS-MO (Hardware) 75000 K SM 3

22.22.1(b) Power plant 3

22.22.1(c) Battery 3

22.22.1(d) SMS (Hardware) 15000K SM 1

22.23 SMS-IVR

22.23.1 SMS-IVR Per unit 21

22.24 SMS-CBC

22.24.1 SMS-CBC Per Unit 3

22.24.2 Power plant 3

22.24.3 Battery 3

22.25 MMSC Per Unit

22.25.1 MMS (HW) 600 K BHMM 3 22.25.2 Power plant 3

22.25.3 Battery 3

22.26 MMS-Library Per unit 3 22.27(a) UMS Per Unit 3

22.27(b) Power plant 3

Page 299: TENDER DOCUMENT (Ph V).pdf

299/337

22.27(c) Battery 3

22.28 LBS

22.29(a) GMLC Per unit 3 22.29(b) Power plant 3

22.29(c) Battery 3

22.30(a) SMLC Per unit 21 22.30(b) Power plant 21

22.30(c) Battery 21

22.31 LBA

22.31.1 Application Server (Fleet Management server+ LBGS, DBS, Digital Map server with point of interest and other configurations as per DTR)

Per unit 3

22.32(a) Over the Air platform and applications

Per Unit 3

22.32(b) Power plant 3

22.32(c) Battery 3

22.33 Advertisement Push Server Per Unit 3 22.34 WAP

22.34.1 WAP Application Gateway including Push proxy G/W functionality

Per unit 3

22.34.2 Power plant 3

22.34.3 Battery 3

22.35 Push to Talk over Cellular (PoC) Per Unit 3

22.36(a) Video Gateway and Streaming Server

Per Unit 3

22.36(b) Power plant 3

22.36(c) Battery 3

22.37 Blank row

Page 300: TENDER DOCUMENT (Ph V).pdf

300/337

22.38(a) Streaming Solution Per Unit 3

22.38(b) Power plant 3

22.38(c) Battery 3

22.39(a) Service Delivery Platform (SDP) Per Unit

22.39(b) Power plant 3

22.39(c) Battery 3

22.40 Geographical Information System (GIS)

Per Unit 3

22.41 FMCC System Complete System

22.42 Decision Support System (DSS) Complete System

22.43 DISASTER RECOVERY AND BUSINESS CONTINUITY SYSTEM

Complete System

22.44 Lawful Interception

22.44.1(a) Category-A Per Unit 8

22.44.1(b) Power plant 8

22.44.1(c) Battery 8

22.44.2(a) Category-B Per Unit 5

22.44.2(b) Power plant 5

22.44.2(c) Battery 5

22.44.3(a) Category-C Per Unit 5

22.44.3(b) Power plant 5

22.44.3(c) Battery 5

22.45 Tools & Testers

22.45.1 RF Planning Tool 21

22.45.2 Drive Test Tool 125

22.45.3 Post Processing Tool 42

22.45.4 Automatic Network Monitoring System (ANMS)

Page 301: TENDER DOCUMENT (Ph V).pdf

301/337

22.46 OSS

22.46.1(a) OSS Per Circle 21 22.46.1(b) Power plant 21

22.46.1(c) Battery 21

22.47 OMC-S Hardware Main server. per LSA 21

22.48 Remote OMC-S terminals (H/W+S/W) per MSC Server/MGW

6

22.49 OMCS expansion per MSC Server/MGW

4

22.50 OMC-R Main Server. Per circle 21 22.51 Remote OMC-R terminals

(H/W+S/W) Per LDCA 250

22.52 Tower

22.52.1 Installation & Commissioning of Ground base tower 60 Meter (180 KMPH , SERC Approved)

Per Unit 600

22.52.2 Installation & Commissioning of Ground Base Tower 60 Meter (200 KMPH , TEC approved)

Per Unit 100

22.52.3 Installation & Commissioning of Ground base Tower 40 Meter narrow base flood light(170 KMPH , TEC Approved

Per Unit 1500

22.52.4 Installation & Commissioning of Ground base tower 40 Meter narrow base (200 KMPH ,TEC approved)

Per Unit 400

22.52.5 Installation & Commissioning of Ground base tower 30Meter (200 KMPH ,TEC approved)

Per Unit 1000

22.52.6 Installation & Commissioning of Ground base tower 20Meter (200 KMPH , TEC approved)

Per Unit 400

22.52.7 Installation & Commissioning of Roof Per Unit 1520

Page 302: TENDER DOCUMENT (Ph V).pdf

302/337

Top 10 Meter ( TEC Approved)

22.52.8 Installation & Commissioning of Roof Top 15 Meter ( TEC Approved)

Per Unit 1710

22.52.9 Installation & Commissioning of Roof Top 20 Meter ( TEC Approved)

Per Unit 570

22.52.10 Installation & Commissioning of Poles set of poles for roof top

22.52.10.1 Arrangement for 3 Poles Per Unit 300

22.52.10.2 Arrangement for 6 Poles Per Unit 300

22.52.11 Installation & Commissioning of Poles set for wall

22.52.11.1 Arrangement for 3 Poles Per Unit 100

22.52.11.2 Arrangement for 6 Poles Per Unit 120

22.52.12 Decommissioning of RTT from one site and commissioning the same at another site including transportation and foundation etc. at new site (9 Meter)

Per Unit 50

22.52.13 Decommissioning of RTT from one site and commissioning the same at another site including transportation and foundation etc. at new site (9 Meter)

Per Unit 50

22.52.14 Decommissioning of RTT from one site and commissioning the same at another site including transportation and foundation etc. at new site (12 Meter)

Per Unit 50

22.52.15 Decommissioning of RTT from one site and commissioning the same at another site including transportation and foundation etc. at new site (15 Meter)

Per Unit 50

22.52.16 Decommissioning of RTT from one Per Unit 50

Page 303: TENDER DOCUMENT (Ph V).pdf

303/337

site and commissioning the same at another site including transportation and foundation etc. at new site (18 Meter)

22.52.17 Decommissioning of RTT from one site and commissioning the same at another site including transportation and foundation etc. at new site (21 Meter)

Per Unit 50

22.52.18 Decommissioning of RTT from one site and commissioning the same at another site including transportation and foundation etc. at new site (24 Meter)

Per Unit 50

22.52.19 Decommissioning of RTT from one site and commissioning the same at another site including transportation and foundation etc. at new site (24 Meter)

Per Unit 50

22.52.20 Decommissioning of RTT from one site and commissioning the same at another site including transportation and foundation etc. at new site (27 Meter)

Per Unit 50

22.53 Pre-Fab

22.53.1 Prefab BTS shelter, Type I for Normal conditions

Per Unit 2800

22.53.2 Prefab BTS shelter, Type II for Normal conditions

Per Unit 1000

22.53.3 Prefab BTS shelter, Type III for Normal conditions

Per Unit 800

22.53.4 Prefab BTS shelter, Type I for Harsh conditions

Per Unit 200

Page 304: TENDER DOCUMENT (Ph V).pdf

304/337

22.53.5 Prefab BTS shelter, Type II for Harsh conditions

Per Unit 150

22.53.6 Prefab BTS shelter, Type III for Harsh conditions

Per Unit 50

22.54 Infrastructure Electrical

22.54.1 Power Plant

22.54.1.1 SMPS P/P 1000A- Indoor Per Unit 10 22.54.1.2 SMPS P/P 2000A- Indoor Per Unit 10 22.54.1.3 SMPS P/P 3000A- Indoor Per Unit 10

22.54.2 Battery

22.54.2.1 Battery of configuration 3000 AH @-48 V

Per Set (Two banks of 3000AH each)

20

22.54.2.2 Battery of configuration 4000 AH @ -48V

Per Set(Two banks of 4000AH each)

20

22.54.2.3 Battery of configuration 5000 AH @ -48V

Per Set(Two banks of 5000 AH each)

20

22.54.3 Air Conditioners

22.54.3.1 ITC of high sensible heat type (Sensible heat factor > 0.9) Air-Cooled A/C units of 2 x 1.5 TR capacity as per attached specifications.

Per Set (2 Units)

4000

22.54.3.2 ITC of high sensible heat type (Sensible heat factor > 0.9) Air-Cooled A/C units of 2 X 2 TR capacity as per attached specifications.

Per Set (2 Units)

1000

22.54.4 UPS/Inverters

22.54.4.1 UPS for CCNs (With 1 hour backup) Per Unit 400

Page 305: TENDER DOCUMENT (Ph V).pdf

305/337

22.54.5 E/A

22.54.5.1 ITC of the above mentioned Diesel engine Alternator set along with acoustic enclosure and AMF control Panel ,as per the specifications attached.

15 KVA EA set.

Per Set 4000

22.54.5.2 ITC of the above mentioned Diesel engine Alternator set along with acoustic enclosure and AMF control Panel ,as per the specifications attached.

30KVA EA set.

Per Set 1000

22.54.6 Voltage Stabilizer

22.54.6.1 Supply of Toroidal core sleek stabilizer of 5 KVA capacity as per the specifications in DTR.

Per Unit 5000

Infrastructure Telecom

22.55 Transmission Media

22.55.1 Minilink (HW+SW)-15 GHz Per Hop 1600 22.55.2 Minilink Installation Material

including Antennae, cables, BITE etc.

Per Hop 1600

22.55.3 Minilink (HW+SW)- 18 GHz Per Hop 1000

22.55.4 Minilink Installation Material including Antennae, cables, BITE etc.

Per Hop 1000

22.55.5 Redeployment of existing radio link including Decommissioning, & installation at new site

Per Hop 1000

22.56 TRX Expansion per TRX 6000 22.57 RF Survey Per BTS 500

Page 306: TENDER DOCUMENT (Ph V).pdf

306/337

22.58 RF Optimisation Per BTS 10,000

22.59 Project Management Per LSA 21 22.60 Training Model as per Section IV Per Model 4 23.0 Annual Maintenance Contract

23.1 1st Installment to be paid after two years of commissioning of phase -3 at end of warranty for 1st year of AMC.

23.2 2nd Installment to be paid after three years of commissioning of phase -3 at end of warranty for 2nd year of AMC.

23.3 3rd Installment to be paid after four years of commissioning of phase -3 at end of warranty for 3rd of AMC.

Note: 1. The bidder shall include any other hardware/software item required for installing, commissioning the system. 2. The circle wise bill of Material shall be finalised by the respective CMTS wing in consultation with the bidder. 3. DTR provides a detailed requirements of the purchaser. The bidder needs to provide detailed bill of material that shall be required and to quote itemised prices of each such identifiable item. Every effort should be made to quote all such items which if needed at later point of time can be ordered at the itemised prices. Absence of itemised prices of any such items, if found essential to be ordered in addition, shall have to be supplied free of cost. 4. “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. 1.3.1986 and further extended on additional items till date.”

5. Any other item not covered above but essential for successful completion of project should also be added in the price schedule. In case, such items not provided in BOM but essential for successful implementation will have to be supplied by the bidder free of cost. 6. The power consumption and floor area indicated in Phase V.1 for each network element shall be taken for Phase V.2 & Phase V.3 for evaluation purpose.

7. The SoR of Phase V.2 & Phase V.3 indicates only the main network elements. However bidders shall offer discounts for each network elements along with all their sub-items as per the SoR of Phase V.1.

Page 307: TENDER DOCUMENT (Ph V).pdf

307/337

SECTION V

SCHEDULE OF REQUIREMENTS (PHASE V.2)

S. No Description Unit Quantity Remarks

1.0 General

1. It shall be responsibility of the bidder to upgrade the UMTS & GSM network for the HSDPA, HSUPA and IMS functionalities or with features mentioned in DTR or in case it is necessary to implement.

2.0 Core Network –CS

1. The Bidder shall quote the discount offered on phase V.1 prices. 2. It shall be the responsibility of the bidder to supply the network elements dimensioned for 50% GSM and 50% UMTS subscribers as per the calculations mentioned in DTR. In DTR network elements has been designed for 75% GSM and 25% UMTS subscribers.

3.0 Core Network- PS

1. The Bidder shall quote the discount offered on phase V.1 prices. 2. It shall be the responsibility of the bidder to supply the network elements dimensioned for 50% GSM and 50% UMTS subscribers as per the calculations mentioned in DTR. In DTR network elements has been designed for 75% GSM and 25% UMTS subscribers.

4. Radio Network

4.1 Radio Network-UMTS Sl. No. 4.1 to 4.16

1. The Bidder shall quote the discount offered on phase V.1 prices. 2. It shall be the responsibility of the bidder to supply the network elements dimensioned for 50% GSM and 50% UMTS subscribers as per the calculations mentioned in DTR. In DTR network elements has been designed for 75% GSM and 25% UMTS subscribers. 3. The quantities of RNC quoted in phase V.1 shall be same for phase V.2 also for evaluation. 4. 15,000 three sectors min. 128 channel Node Bs &

Page 308: TENDER DOCUMENT (Ph V).pdf

308/337

associated infrastructure material shall be taken for evaluation purpose.

4.2 Radio Network-GSM Sl. No. 4.17 to 4.20

1. The Bidder shall quote the discount offered on phase V.1 prices. 2. It shall be the responsibility of the bidder to supply the network elements dimensioned for 50% GSM and 50% UMTS subscribers as per the calculations mentioned in DTR. In DTR network elements has been designed for 75% GSM and 25% UMTS subscribers. 3. Since the GSM subscribers ratio shall become from 75% to 50% in phase V.2, the price arrived after discount shall be multiplied by a factor of (2/3) for evaluation purposes.

5. User End Devices 1. The Bidder shall quote the discount offered on phase V.1 prices.

6. Intelligent Network

1. The Bidder shall quote the discount offered on phase V.1 prices. 2. It shall be the responsibility of the bidder to supply the network elements dimensioned for 50% GSM and 50% UMTS subscribers as per the calculations mentioned in DTR. In DTR network elements has been designed for 75% GSM and 25% UMTS subscribers.

7. VAS Elements

1. The Bidder shall quote the discount offered on phase V.1 prices. 2. It shall be the responsibility of the bidder to supply the network elements dimensioned for 50% GSM and 50% UMTS subscribers as per the calculations mentioned in DTR. In DTR network elements has been designed for 75% GSM and 25% UMTS subscribers.

8.0 Training Model Per Model 4 Not Required

9.0 FMCC System Complete System

1. The Bidder shall quote the discount offered on phase V.1 prices.

10.0 Decision Support System (DSS)

Complete System

1. The Bidder shall quote the discount offered on phase V.1 prices.

Page 309: TENDER DOCUMENT (Ph V).pdf

309/337

11.0 DISASTER RECOVERY AND BUSINESS CONTINUITY SYSTEM

Complete System

1. The Bidder shall quote the discount offered on phase V.1 prices.

12. Lawful Interception 1. The Bidder shall quote the discount offered on phase V.1 prices.

13. Tools & Testers

1. The Bidder shall quote the discount offered on phase V.1 prices. 2. It shall be the responsibility of the bidder to supply the network elements dimensioned for 50% GSM and 50% UMTS subscribers as per the calculations mentioned in DTR. In DTR network elements has been designed for 75% GSM and 25% UMTS subscribers.

14. OSS

1. The Bidder shall quote the discount offered on phase V.1 prices. 2. It shall be the responsibility of the bidder to supply the network elements dimensioned for 50% GSM and 50% UMTS subscribers as per the calculations mentioned in DTR. In DTR network elements has been designed for 75% GSM and 25% UMTS subscribers.

15. B&CCS 1. The methodology for this has been mentioned in SOR of Phase V.1, the prices for phase V.2 may be quoted separately for all the three zones.

16. Infrastructure Civil

1. The Bidder shall quote the discount offered on phase V.1 prices. 2. Since the GSM subscribers ratio shall become from 75% to 50% in phase V.2, the price arrived after discount shall be multiplied by a factor of (2/3) for evaluation purposes.

17. Infrastructure Electrical

1. The Bidder shall quote the discount offered on phase V.1 prices. 2. Since the GSM subscribers ratio shall become from 75% to 50% in phase V.2, the price arrived after discount shall be multiplied by a factor of (2/3) for evaluation purposes.

18. Infrastructure Telecom 1. The Bidder shall quote the discount offered on phase V.1 prices.

Page 310: TENDER DOCUMENT (Ph V).pdf

310/337

2. Since the GSM subscribers ratio shall become from 75% to 50% in phase V.2, the price arrived after discount shall be multiplied by a factor of (2/3) for evaluation purposes.

19. Spares 1. The Bidder shall quote the discount offered on phase V.1 prices.

20. Redeployment of 6000 BTS(existing)

1. The Bidder shall quote the discount offered on phase V.1 prices.

21. Earthing System

Earthing at BTS sites 3000 Including services

SERVICES 22.0 SERVICES

22.1 MSC Server/VLR including SSF

1. The Bidder shall quote the discount offered on phase V.1 prices.

22.2 Media Gateway (MGW) 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.3 GMSC Server 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.4 GMGW 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.5 Standalone HSS/AuC (HW & SW)

1. The Bidder shall quote the discount offered on phase V.1 prices.

22.6 EIR 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.7 SGSN 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.8 GGSN 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.9 Border Gateway Router Per Unit 22 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.10 OMC for GPRS nodes Per Unit 22 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.11 GRX Per Unit 1 1. The Bidder shall quote the discount offered on phase V.1 prices.

Page 311: TENDER DOCUMENT (Ph V).pdf

311/337

22.12 BSC/TRC

1. The Bidder shall quote the discount offered on phase V.1 prices. 2. Since the GSM subscribers ratio shall become from 75% to 50% in phase V.2, the price arrived after discount shall be multiplied by a factor of (2/3) for evaluation purposes.

22.13 Transcoder (HW+SW) Per TRC 600K

1. The Bidder shall quote the discount offered on phase V.1 prices. 2. Since the GSM subscribers ratio shall become from 75% to 50% in phase V.2, the price arrived after discount shall be multiplied by a factor of (2/3) for evaluation purposes.

22.14 BTS

1. The Bidder shall quote the discount offered on phase V.1 prices. 2. Since the GSM subscribers ratio shall become from 75% to 50% in phase V.2, the price arrived after discount shall be multiplied by a factor of (2/3) for evaluation purposes.

Intelligent Network

22.15 SCP/IN (Pre Paid) Cat-A 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.16 SCP/IN (Pre Paid) Cat-B 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.17 SCP/IN (Pre Paid) Cat-C 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.18 Central SCP\IN 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.19 VOMS Expansion 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.20 Central Voucher management system for inter-zone roamers

1 1. The Bidder shall quote the discount offered on phase V.1 prices.

VAS Elements

22.21 SMSC 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.22 SMS-MO Gateway 1. The Bidder shall quote the discount offered on phase V.1

Page 312: TENDER DOCUMENT (Ph V).pdf

312/337

prices.

22.23 SMS-IVR 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.24 SMS-CBC 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.25 MMSC 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.25.1 MMS (HW) 600 K BHMM 3 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.26 MMS-Library Per unit 3 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.27(a) UMS Per Unit 3 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.28 LBS 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.29(a) GMLC Per unit 3 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.30(a) SMLC Per unit 21 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.31 LBA 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.31.1

Application Server (Fleet Management server+ LBGS, DBS, Digital Map server with point of interest and other configurations as per DTR)

Per unit 3 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.32(a) Over the Air platform and applications Per Unit 3

1. The Bidder shall quote the discount offered on phase V.1 prices.

22.33 Advertisement Push Server

Per Unit 3 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.34 WAP 1. The Bidder shall quote the discount offered on phase V.1 prices.

Page 313: TENDER DOCUMENT (Ph V).pdf

313/337

22.34.1 WAP Application Gateway including Push proxy G/W functionality

Per unit 3 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.35 Push to Talk over Cellular (PoC) Per Unit 3

1. The Bidder shall quote the discount offered on phase V.1 prices.

22.36(a) Video Gateway and Streaming Server

Per Unit 3 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.37 Blank Row

22.38(a) Streaming Solution Per Unit 3 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.39(a) Service Delivery Platform (SDP) Per Unit

1. The Bidder shall quote the discount offered on phase V.1 prices.

22.40 Geographical Information System (GIS) Per Unit 3

1. The Bidder shall quote the discount offered on phase V.1 prices.

22.41 FMCC System Complete System

1. The Bidder shall quote the discount offered on phase V.1 prices.

22.42 Decision Support System (DSS)

Complete System

1. The Bidder shall quote the discount offered on phase V.1 prices.

22.43 DISASTER RECOVERY AND BUSINESS CONTINUITY SYSTEM

Complete System

1. The Bidder shall quote the discount offered on phase V.1 prices.

22.44 Lawful Interception

22.44.1(a) Category-A Per Unit 8 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.44.2(a) Category-B Per Unit 5 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.44.3(a) Category-C Per Unit 5 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.45 Tools & Testers

22.45.1 RF Planning Tool

21 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.45.2 Drive Test Tool

125 1. The Bidder shall quote the discount offered on phase V.1 prices.

Page 314: TENDER DOCUMENT (Ph V).pdf

314/337

22.45.3 Post Processing Tool

42 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.45.4 Automatic Network Monitoring System (ANMS)

22.46 OSS

22.46.1(a) OSS Per Circle 21 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.47 OMC-S Hardware Main server. per LSA 21

1. The Bidder shall quote the discount offered on phase V.1 prices.

22.48 Remote OMC-S terminals (H/W+S/W)

per MSC Server/MGW 6

1. The Bidder shall quote the discount offered on phase V.1 prices.

22.49 OMCS expansion per MSC Server/MGW 4

1. The Bidder shall quote the discount offered on phase V.1 prices.

22.50 OMC-R Main Server. Per circle 21 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.51 Remote OMC-R terminals (H/W+S/W) Per LDCA 250

1. The Bidder shall quote the discount offered on phase V.1 prices.

22.52 Tower

1. The Bidder shall quote the discount offered on phase V.1 prices. 2. Since the GSM subscribers ratio shall become from 75% to 50% in phase V.2, the price arrived after discount shall be multiplied by a factor of (2/3) for evaluation purposes.

22.53 Pre-Fab

1. The Bidder shall quote the discount offered on phase V.1 prices. 2. Since the GSM subscribers ratio shall become from 75% to 50% in phase V.2, the price arrived after discount shall be multiplied by a factor of (2/3) for evaluation purposes.

22.54 Infrastructure Electrical

1. The Bidder shall quote the discount offered on phase V.1 prices. 2. Since the GSM subscribers ratio shall become from 75% to 50% in phase V.2, the price arrived after discount shall be multiplied by a factor of (2/3) for evaluation purposes.

Page 315: TENDER DOCUMENT (Ph V).pdf

315/337

22.54.1 Power Plant

1. The Bidder shall quote the discount offered on phase V.1 prices. 2. Since the GSM subscribers ratio shall become from 75% to 50% in phase V.2, the price arrived after discount shall be multiplied by a factor of (2/3) for evaluation purposes.

22.54.2 Battery

1. The Bidder shall quote the discount offered on phase V.1 prices. 2. Since the GSM subscribers ratio shall become from 75% to 50% in phase V.2, the price arrived after discount shall be multiplied by a factor of (2/3) for evaluation purposes.

22.54.3 Air Conditioners

1. The Bidder shall quote the discount offered on phase V.1 prices. 2. Since the GSM subscribers ratio shall become from 75% to 50% in phase V.2, the price arrived after discount shall be multiplied by a factor of (2/3) for evaluation purposes.

22.54.4 UPS/Inverters

1. The Bidder shall quote the discount offered on phase V.1 prices. 2. Since the GSM subscribers ratio shall become from 75% to 50% in phase V.2, the price arrived after discount shall be multiplied by a factor of (2/3) for evaluation purposes.

22.54.5 E/A

1. The Bidder shall quote the discount offered on phase V.1 prices. 2. Since the GSM subscribers ratio shall become from 75% to 50% in phase V.2, the price arrived after discount shall be multiplied by a factor of (2/3) for evaluation purposes.

22.54.6 Voltage Stabilizer

1. The Bidder shall quote the discount offered on phase V.1 prices. 2. Since the GSM subscribers ratio shall become from 75% to 50% in phase V.2, the price arrived after discount shall be multiplied by a factor of (2/3) for evaluation purposes.

Infrastructure Telecom

22.55 Transmission Media 1. The Bidder shall quote the discount offered on phase V.1 prices. 2. Since the GSM subscribers ratio shall become from 75% to

Page 316: TENDER DOCUMENT (Ph V).pdf

316/337

50% in phase V.2, the price arrived after discount shall be multiplied by a factor of (2/3) for evaluation purposes.

22.56 TRX Expansion per TRX 6000 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.57 RF Survey Per BTS 500 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.58 RF Optimisation Per BTS 10,000 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.59 Project Management Per LSA 21 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.60 Training Model as per Section IV

Per Model 4 Not Required

Note: 1. The bidder shall include any other hardware/software item required for installing, commissioning the system. 2. The circle wise bill of Material shall be finalised by the respective CMTS wing in consultation with the bidder. 3. DTR provides a detailed requirements of the purchaser. The bidder needs to provide detailed bill of material that shall be required and to quote itemised prices of each such identifiable item. Every effort should be made to quote all such items which if needed at later point of time can be ordered at the itemised prices. Absence of itemised prices of any such items, if found essential to be ordered in addition, shall have to be supplied free of cost. 4. “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. 1.3.1986 and further extended on additional items till date.” 5. Any other item not covered above but essential for successful completion of project should also be added in the price schedule. In case, such items not provided in BOM but essential for successful implementation will have to be supplied by the bidder free of cost. 6. The power consumption and floor area indicated in Phase V.1 for each network element shall be taken for Phase V.2 & Phase V.3 for evaluation purpose. 7. The SoR of Phase V.2 & Phase V.3 indicates only the main network elements. However bidders shall offer discounts for each network elements along with all their sub-items as per the SoR of Phase V.1.

Page 317: TENDER DOCUMENT (Ph V).pdf

317/337

SECTION V

SCHEDULE OF REQUIREMENTS (PHASE V.3)

S. No Description Unit Quantity Remarks

1.0 General

1. It shall be responsibility of the bidder to upgrade the UMTS & GSM network for the HSDPA, HSUPA and IMS functionalities or with features mentioned in DTR or in case it is necessary to implement.

2.0 Core Network –CS

1. The Bidder shall quote the discount offered on phase V.1 prices. 2. It shall be the responsibility of the bidder to supply the network elements dimensioned for 25% GSM and 75% UMTS subscribers as per the calculations mentioned in DTR. In DTR network elements has been designed for 75% GSM and 25% UMTS subscribers.

3.0 Core Network- PS

1. The Bidder shall quote the discount offered on phase V.1 prices. 2. It shall be the responsibility of the bidder to supply the network elements dimensioned for 25% GSM and 75% UMTS subscribers as per the calculations mentioned in DTR. In DTR network elements has been designed for 75% GSM and 25% UMTS subscribers.

4. Radio Network

4.1 Radio Network-UMTS Sl. No. 4.1 to 4.16

1. The Bidder shall quote the discount offered on phase V.1 prices. 2. It shall be the responsibility of the bidder to supply the network elements dimensioned for 25% GSM and 75% UMTS subscribers as per the calculations mentioned in DTR. In DTR network elements has been designed for 75% GSM and 25% UMTS subscribers. 3. The quantities of RNC quoted in phase V.1 shall be same for phase V.3 also for evaluation. 4. 15,000 three sectors min. 128 channel Node Bs &

Page 318: TENDER DOCUMENT (Ph V).pdf

318/337

associated infrastructure material shall be taken for evaluation purpose.

4.2 Radio Network-GSM Sl. No. 4.17 to 4.20

1. The Bidder shall quote the discount offered on phase V.1 prices. 2. It shall be the responsibility of the bidder to supply the network elements dimensioned for 25% GSM and 75% UMTS subscribers as per the calculations mentioned in DTR. In DTR network elements has been designed for 75% GSM and 25% UMTS subscribers. 3. Since the GSM subscribers ratio shall become from 75% to 25% in phase V.3, the price arrived after discount shall be multiplied by a factor of (1/3) for evaluation purposes.

5. User End Devices 1. The Bidder shall quote the discount offered on phase V.1 prices.

6. Intelligent Network

1. The Bidder shall quote the discount offered on phase V.1 prices. 2. It shall be the responsibility of the bidder to supply the network elements dimensioned for 25% GSM and 75% UMTS subscribers as per the calculations mentioned in DTR. In DTR network elements has been designed for 75% GSM and 25% UMTS subscribers.

7. VAS Elements

1. The Bidder shall quote the discount offered on phase V.1 prices. 2. It shall be the responsibility of the bidder to supply the network elements dimensioned for 25% GSM and 75% UMTS subscribers as per the calculations mentioned in DTR. In DTR network elements has been designed for 75% GSM and 25% UMTS subscribers.

8.0 Training Model Per Model 4 Not Required

9.0 FMCC System Complete System

1. The Bidder shall quote the discount offered on phase V.1 prices.

10.0 Decision Support System (DSS)

Complete System

1. The Bidder shall quote the discount offered on phase V.1 prices.

Page 319: TENDER DOCUMENT (Ph V).pdf

319/337

11.0 DISASTER RECOVERY AND BUSINESS CONTINUITY SYSTEM

Complete System

1. The Bidder shall quote the discount offered on phase V.1 prices.

12. Lawful Interception 1. The Bidder shall quote the discount offered on phase V.1 prices.

13. Tools & Testers

1. The Bidder shall quote the discount offered on phase V.1 prices. 2. It shall be the responsibility of the bidder to supply the network elements dimensioned for 25% GSM and 75% UMTS subscribers as per the calculations mentioned in DTR. In DTR network elements has been designed for 75% GSM and 25% UMTS subscribers.

14. OSS

1. The Bidder shall quote the discount offered on phase V.1 prices. 2. It shall be the responsibility of the bidder to supply the network elements dimensioned for 25% GSM and 75% UMTS subscribers as per the calculations mentioned in DTR. In DTR network elements has been designed for 75% GSM and 25% UMTS subscribers.

15. B&CCS 1. The methodology for this has been mentioned in SOR of Phase V.1, the prices for phase V.3 may be quoted separately for all the three zones.

16.0 Infrastructure Civil

1. The Bidder shall quote the discount offered on phase V.1 prices. 2. Since the GSM subscribers ratio shall become from 75% to 25% in phase V.3, the price arrived after discount shall be multiplied by a factor of (1/3) for evaluation purposes.

17. Infrastructure Electrical

1. The Bidder shall quote the discount offered on phase V.1 prices. 2. Since the GSM subscribers ratio shall become from 75% to 25% in phase V.3, the price arrived after discount shall be multiplied by a factor of (1/3) for evaluation purposes.

18. Infrastructure Telecom 1. The Bidder shall quote the discount offered on phase V.1 prices.

Page 320: TENDER DOCUMENT (Ph V).pdf

320/337

2. Since the GSM subscribers ratio shall become from 75% to 25% in phase V.3, the price arrived after discount shall be multiplied by a factor of (1/3) for evaluation purposes.

19. Spares 1. The Bidder shall quote the discount offered on phase V.1 prices.

20. Redeployment of 6000 BTS(existing)

1. The Bidder shall quote the discount offered on phase V.1 prices.

21. Earthing System

Earthing at BTS sites 1000 Including services

SERVICES 22.0 SERVICES

22.1 MSC Server/VLR including SSF

1. The Bidder shall quote the discount offered on phase V.1 prices.

22.2 Media Gateway (MGW) 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.3 GMSC Server 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.4 GMGW 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.5 Standalone HSS/AuC (HW & SW)

1. The Bidder shall quote the discount offered on phase V.1 prices.

22.6 EIR 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.7 SGSN 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.8 GGSN 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.9 Border Gateway Router Per Unit 22 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.10 OMC for GPRS nodes Per Unit 22 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.11 GRX Per Unit 1 1. The Bidder shall quote the discount offered on phase V.1 prices.

Page 321: TENDER DOCUMENT (Ph V).pdf

321/337

22.12 BSC/TRC

1. The Bidder shall quote the discount offered on phase V.1 prices. 2. Since the GSM subscribers ratio shall become from 75% to 25% in phase V.3, the price arrived after discount shall be multiplied by a factor of (1/3) for evaluation purposes.

22.13 Transcoder (HW+SW) Per TRC 600K

1. The Bidder shall quote the discount offered on phase V.1 prices. 2. Since the GSM subscribers ratio shall become from 75% to 25% in phase V.3, the price arrived after discount shall be multiplied by a factor of (1/3) for evaluation purposes.

22.14 BTS

1. The Bidder shall quote the discount offered on phase V.1 prices. 2. Since the GSM subscribers ratio shall become from 75% to 25% in phase V.3, the price arrived after discount shall be multiplied by a factor of (1/3) for evaluation purposes.

Intelligent Network

22.15 SCP/IN (Pre Paid) Cat-A 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.16 SCP/IN (Pre Paid) Cat-B 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.17 SCP/IN (Pre Paid) Cat-C 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.18 Central SCP\IN 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.19 VOMS Expansion 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.20 Central Voucher management system for inter-zone roamers

1 1. The Bidder shall quote the discount offered on phase V.1 prices.

VAS Elements

22.21 SMSC 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.22 SMS-MO Gateway 1. The Bidder shall quote the discount offered on phase V.1

Page 322: TENDER DOCUMENT (Ph V).pdf

322/337

prices.

22.23 SMS-IVR 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.24 SMS-CBC 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.25 MMSC Per Unit 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.25.1 MMS (HW) 600 K BHMM 3 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.26 MMS-Library Per unit 3 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.27(a) UMS Per Unit 3 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.28 LBS 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.29(a) GMLC Per unit 3 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.30(a) SMLC Per unit 21 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.31 LBA 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.31.1

Application Server (Fleet Management server+ LBGS, DBS, Digital Map server with point of interest and other configurations as per DTR)

Per unit 3 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.32(a) Over the Air platform and applications Per Unit 3

1. The Bidder shall quote the discount offered on phase V.1 prices.

22.33 Advertisement Push Server

Per Unit 3 1. The Bidder shall quote the discount offered on phase V.1 prices.

Page 323: TENDER DOCUMENT (Ph V).pdf

323/337

22.34 WAP 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.34.1 WAP Application Gateway including Push proxy G/W functionality

Per unit 3 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.35 Push to Talk over Cellular (PoC)

Per Unit 3 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.36(a) Video Gateway and Streaming Server

Per Unit 3 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.37 Blank Row

22.38(a) Streaming Solution Per Unit 3 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.39(a) Service Delivery Platform (SDP)

Per Unit 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.40 Geographical Information System (GIS) Per Unit 3

1. The Bidder shall quote the discount offered on phase V.1 prices.

22.41 FMCC System Complete System

1. The Bidder shall quote the discount offered on phase V.1 prices.

22.42 Decision Support System (DSS)

Complete System

1. The Bidder shall quote the discount offered on phase V.1 prices.

22.43 DISASTER RECOVERY AND BUSINESS CONTINUITY SYSTEM

Complete System

1. The Bidder shall quote the discount offered on phase V.1 prices.

22.44 Lawful Interception

22.44.1(a) Category-A Per Unit 8 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.44.2(a) Category-B Per Unit 5 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.44.3(a) Category-C Per Unit 5 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.45 Tools & Testers

22.45.1 RF Planning Tool

21 1. The Bidder shall quote the discount offered on phase V.1 prices.

Page 324: TENDER DOCUMENT (Ph V).pdf

324/337

22.45.2 Drive Test Tool

125 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.45.3 Post Processing Tool

42 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.45.4 Automatic Network Monitoring System (ANMS)

22.46 OSS

22.46.1(a) OSS Per Circle 21 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.47 OMC-S Hardware Main server.

per LSA 21 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.48 Remote OMC-S terminals (H/W+S/W)

per MSC Server/MGW

6 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.49 OMCS expansion per MSC Server/MGW

4 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.50 OMC-R Main Server. Per circle 21 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.51 Remote OMC-R terminals (H/W+S/W) Per LDCA 250

1. The Bidder shall quote the discount offered on phase V.1 prices.

22.52 Tower

1. The Bidder shall quote the discount offered on phase V.1 prices. 2. Since the GSM subscribers ratio shall become from 75% to 25% in phase V.3, the price arrived after discount shall be multiplied by a factor of (1/3) for evaluation purposes.

22.53 Pre-Fab

1. The Bidder shall quote the discount offered on phase V.1 prices. 2. Since the GSM subscribers ratio shall become from 75% to 25% in phase V.3, the price arrived after discount shall be multiplied by a factor of (1/3) for evaluation purposes.

22.54 Infrastructure Electrical 1. The Bidder shall quote the discount offered on phase V.1 prices. 2. Since the GSM subscribers ratio shall become from 75% to

Page 325: TENDER DOCUMENT (Ph V).pdf

325/337

25% in phase V.3, the price arrived after discount shall be multiplied by a factor of (1/3) for evaluation purposes.

22.54.1 Power Plant

1. The Bidder shall quote the discount offered on phase V.1 prices. 2. Since the GSM subscribers ratio shall become from 75% to 25% in phase V.3, the price arrived after discount shall be multiplied by a factor of (1/3) for evaluation purposes.

22.54.2 Battery

1. The Bidder shall quote the discount offered on phase V.1 prices. 2. Since the GSM subscribers ratio shall become from 75% to 25% in phase V.3, the price arrived after discount shall be multiplied by a factor of (1/3) for evaluation purposes.

22.54.3 Air Conditioners

1. The Bidder shall quote the discount offered on phase V.1 prices. 2. Since the GSM subscribers ratio shall become from 75% to 25% in phase V.3, the price arrived after discount shall be multiplied by a factor of (1/3) for evaluation purposes.

22.54.4 UPS/Inverters

1. The Bidder shall quote the discount offered on phase V.1 prices. 2. Since the GSM subscribers ratio shall become from 75% to 25% in phase V.3, the price arrived after discount shall be multiplied by a factor of (1/3) for evaluation purposes.

22.54.5 E/A

1. The Bidder shall quote the discount offered on phase V.1 prices. 2. Since the GSM subscribers ratio shall become from 75% to 25% in phase V.3, the price arrived after discount shall be multiplied by a factor of (1/3) for evaluation purposes.

22.54.6 Voltage Stabilizer

1. The Bidder shall quote the discount offered on phase V.1 prices. 2. Since the GSM subscribers ratio shall become from 75% to 25% in phase V.3, the price arrived after discount shall be multiplied by a factor of (1/3) for evaluation purposes.

Infrastructure Telecom

Page 326: TENDER DOCUMENT (Ph V).pdf

326/337

22.55 Transmission Media

1. The Bidder shall quote the discount offered on phase V.1 prices. 2. Since the GSM subscribers ratio shall become from 75% to 25% in phase V.3, the price arrived after discount shall be multiplied by a factor of (1/3) for evaluation purposes.

22.56 TRX Expansion per TRX 6000 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.57 RF Survey Per BTS 500 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.58 RF Optimisation Per BTS 10,000 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.59 Project Management Per LSA 21 1. The Bidder shall quote the discount offered on phase V.1 prices.

22.60 Training Model as per Section IV Per Model 4 Not Required

Note: 1. The bidder shall include any other hardware/software item required for installing, commissioning the system. 2. The circle wise bill of Material shall be finalised by the respective CMTS wing in consultation with the bidder. 3. DTR provides a detailed requirements of the purchaser. The bidder needs to provide detailed bill of material that shall be required and to quote itemised prices of each such identifiable item. Every effort should be made to quote all such items which if needed at later point of time can be ordered at the itemised prices. Absence of itemised prices of any such items, if found essential to be ordered in addition, shall have to be supplied free of cost. 4. “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. 1.3.1986 and further extended on additional items till date.” 5. Any other item not covered above but essential for successful completion of project should also be added in the price schedule. In case, such items not provided in BOM but essential for successful implementation will have to be supplied by the bidder free of cost. 6. The power consumption and floor area indicated in Phase V.1 for each network element shall be taken for Phase V.2 & Phase V.3 for evaluation purpose. 7. The SoR of Phase V.2 & Phase V.3 indicates only the main network elements. However bidders shall offer discounts for each network elements along with all their sub-items as per the SoR of Phase V.1.

Page 327: TENDER DOCUMENT (Ph V).pdf

327/337

SECTION - VI

Some of the important specifications are as follows:

� ������� � ����� �!�� ������ � � "����#�� � ��$�#�� �

% !& ��'(�&()�*" �+,,�

) � ��� % !+� +% &���'(�&(��� �� ��-(.+�

/ ���� % !+� +% &���'(�&(��� �� ��-(.+�

. "� #�'� ��� ��0 1� % !+� +% &"�� '(�&(��� ��-(2+�

2 "� #�'�!�� �����33�� ��0 1� % !+� +% &"#!'(�&(��*4�-(2+�

5 " ��� � % !&��� '(/&(��� !�)((2�

6 7 4�8��� ������ ��������! �� �����8����3������ �� �������0 1�

% !&7� � '(�&(�9�*�� -)((5�

: ������;��������� �����4� �#����� ��<�8�����

% !&��#'(�&(2+� �!�)((/�

, ��� ����� % !&��� '(�&()9��"% -)((/+�

�( �= ���� ����3��% !�>"����!����3�?�

�� "������ �33�������3��� �>" � �?� % !&"� �'(�&(���"% )(((+�

�) ��0 �4��������� ������� �� ��� % !&���'()&(��� �#+)((.+�

�/ @�4��� ������ ��������� �� ��������

% &@� �'(�&()+�� �!�)((.�

�. A � � % &A � '(�&(�+*"�-)(((+�

�2 % !�� % !&% !'(�&(�+�� �!+)(()�

�5 /% �% !�� % !&% !'(�&()+��� +)((2�

�6 �� � % &��% '(�&(��*��-)((.�

�: � � �� % !&� � �'(�&(��� �#-)((/�

�, �� �� % !&�� �'(�&(�+�� ��8�)(()�

)( �� �'������ �����3�� % !+� +% &���'(�&(��� ��-()+�

)� � ������������� ���� � � % !&��� '(�&(�+�� �!+)((2�

)) 0 �������� % &�� '(�&(2�*���)((2+�

)/ ������� % &��#'(�&(/�� ��)((.�

). "����4����� 0 ���4�����>" �?� % !&" �'(�&()+�*4��-)(()�

)2 ���������3��� �>��� �.:�B7�?� % !&��7'(�&(.+�� ��-)((2�

)5 �2�% C ;�� � 0 ����3�3��� � % &�� A '�2&()+�����)((.�

)6 �:�% C ;�� � 0 ����3�3��� � % &�� A '�(/&(.+�*���)((.�

): �����'�� ����# � % !&�# '(�&(�+�� +)(()�

), @�0 ������3��� � % !&@A �'(�&(�+��� �)(()�

/( ���43 �������� ����3��� � % !&���'(�&(�+�@���)((/�

/� � ��� ����3������ � �� ����3��� � % !&���'(�&(��� �-)((.�

Page 328: TENDER DOCUMENT (Ph V).pdf

328/337

/) � ��� ����3���������� ��= ������3�

% !&���'(�&(��� �-)((.�

// � � �������3�� % & �� '(�&()+���-�)((/�

/. .(�� ����� 0 ��� �����4���3�3��� �>4�� ��6(�B� �8�0 ���3����?�

% !&#A !'�)&(�+�*4�-)((2�

/2 �� 0 ���3��# 0 ��>.(� ?� % !&#A !'(.&(�+���)(((�

/5 .(9�/(9�)(�� ����� 0 ��� �����4���3�3��� �

% !&#A !'��&(�+����-)((.�

/6 ! �� ��# 0 �� % !&#A !'(,&(�+�@��-)((.�

/: % �� �� ����3��� ��= �@<�������4���#�� ����

% !&� �% '(�&()9�� �!�)((.�

/, % ������D4�� ���� ���#� ��0 ��8�� �� �&���1� ���� ��0 1�

% !&�#� '(�&(/�� �-)((��

.( % ������D4�� ���� ��� 4��3������#� �����33�� 4�����<��

% !&���'(2&(/�� �-)((��

.� �!��D4�� ���� ���#� �����33��D4�� ����� ��������� ��#� ����0 1�

�&�#� '(/&(��� ��-)(((�

.) 5(�� ����% 4�����3���# 0 ��� �)((1� �8�0 ���3�����

% !&#A !'�(&(�'� �)((.�

./ �#���8����� % !&��C '(�&(��*��)((5�

.. @������������ �,((&�:((�� C ;� % !&@�!'�/&(��*���)((/�

.2 % �� ���3������ ���������� % !&��#')�&(���

.5 !������� % !&!��'(�&(��

.6 !�������� �<��������� % !&@�!'�.&(���

.: ��8������0 ��8� % !&��A '(�&(��

., % �� ���3������ �� ������= �� � ����������

% !&��#')�&(��*�� �)((/�

Page 329: TENDER DOCUMENT (Ph V).pdf

329/337

SECTION VII

PART-I BID FORM

#������ +�+++++++++++++++++++++++++++++�����������������������������������������������������������������E�+++++++++++++++++��# �� *����% �>� � #?�� �8��������8��� ��� ��� ���9�� >� � ����� ����?�� �)�8�@� 9������3� ���C 43�9�� ���18�� ���! ��9���0 ����8�F���(�((�+�������9���+� C ����� �<�� ���� �8�� � ��� �3� �� � ������ ���� 3������� �3� ���4���� ��������

� 3++++++++++++++++++++++�8�� ������ �� 0 8�8� 3� 8����� �4��� ��1� 0 ������9� 0 �9��4���3����9� ���� � � 34����� � ���� ������ ++++++++++++++++++++++++++++++++++++++++++++++� ��� �� � ���0 �8��8��3�����0 ��39�� ��� �3� ��� ����������3������� �3�� ��8��34� �38 0 �����8��3�8��4��� �����3������8���8��0 �8������ �������� ���83���+�

�)+� A ��4�����1�9��� 4����3����������9�� �� � � �����������3�0 �8��>��������?�� ��83�

����� �� � ������������� �������8����� 3�3����������8��� ������0 �8��>�����������?�

� ��83�����4������� � ��8������� ���334�� ��� 4��4�8�3�� ��+�

/+� ��� 4����3���������9�0 ��0 ��� ������8����� � ������4������3� ������8��4�������1�� ���34� �G �2H� ���8��� ���������4��� ��8���4����� � ����� ���8��� �����+�

�.+� A �������� ����������83����� ����� �� ���'''''''����3�� � ��8��������<���� ����

������������38������ ���������4� ��43������ ������������������������ ����� ���8���<��� �� ���8����� �+��

�2+� " ������� � ���� 4�8�3��� ��� ��� ������3�������������<��4���9��83����� ���8��

0 �8� � 4� 0 ���������������� �8�� �� �� � 4� � ����� �� �� �0 ��� 38���� � �3��4��� ��������� ���������0 ����43+�

�5+� � � � � � ��� 34�� �������� 43� 3� � �����3���������� �������3 � �3� � � ����������� 34�3�D4����

������ �������������� ���+��6+�� A �� 4���3����� �8��� � 4� ��� � �� � 4��� � � ������� �8�� � 0 �3�� � ���� ��9� � 4� � ���

�����+����������83�++++++++++++++++++++++++++++++����� ���++++++++++++++++++++++++�)((���� �� �����������4���''''''''''''''''''''''''������8���������� ��''''''''''''''''''''''���4����4�8 3���� �3����8������ ����� ����8���� ��++++++++++++++++++++++++++++++++++++++++++++++��0 ���33�+++++++++++++++++++++++++++++++++++++++++�����33�++++++++++++++++++++++++++++++++++++++�������4��

���

Page 330: TENDER DOCUMENT (Ph V).pdf

330/337

SECTION VII

PART-II

PRICE SCHEDULE FOR INDIGENOUS EQUIPMENT (including partly imported) & service cost (1)

Excise Duty Sales Tax Freight, Forwarding, Packing & Insurance

Sl.N

o.

Item

De

scrip

tion

Qua

ntity

Ex-f

ac

tory

pric

e (

Basic

Un

it Pr

ice

exc

lusiv

e o

f all

levi

es

&

ch

arg

es)

%

Amt.

%

Amt.

%

Amt.

Any

oth

er l

evi

es/

ch

arg

es

Un

it Pr

ice

inc

lusiv

e o

f all

levi

es

& c

ha

rge

s (4

+6+8

+10

+11

)

Tota

l Pric

e in

clu

sive

of a

ll le

vie

s &

ch

arg

es

(3 x

12)

Disc

oun

t o

ffe

red

if a

ny

Tota

l Disc

oun

ted

Pric

e (

13-

14)

Imp

ort

Co

nte

nt a

s %

of

ba

sic u

nit

pric

e (

Ind

ica

ted

in

Co

l. 4)

%a

ge

of

Cu

sto

m d

uty

C

ust

om

s Ta

riff H

ea

d

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18

The equipment as listed in schedule of requirements ( Section V) and forming part of indigenous equipment supplies may be priced in the above format strictly as per the serial order in section V. “ We hereby declare that in quoting the above prices, we have taken into account the entire credit on inputs available under the MODVAT SCHEME introduced w.e.f. 1st March 1986 and further extended on more items till date”.

Note: 1. The bidder shall quote separately for hardware and software as per special conditions of the contract. 2. DTR provides a detailed requirements of the purchaser. The bidder needs to provide detailed bill of material that shall be required and to quote itemised prices of each such identifiable item. Every effort should be made to quote all such items which if needed at later point of time can be ordered at the itemised prices. Absence of itemised prices of any such items, if found essential to be ordered in addition, shall have to be supplied free of cost. 3. The services cost as listed in Schedule of requirements (Section V) may be quoted in a separate sheet(no 3) but in the above mentioned format. 4. A consolidated price schedule including indigenous, imported & services cost may be submitted keeping the sanctity of serial numbers as appearing in SOR intact.

Page 331: TENDER DOCUMENT (Ph V).pdf

331/337

SECTION VII

PART-II PRICE SCHEDULE FOR IMPORTED EQUIPMENT ( For 100 % imports)

(2)

Custom Duty

Sales Tax Packing & Inland Freight

Sl.N

o.

Item

De

scrip

tion

Qu

an

tity

Ex-F

ac

tory

pric

e p

er

uni

t

Pric

e p

er U

nit

CIF

% Am

oun

t

%

Am

oun

t

%

Am

oun

t

Oth

er l

evi

es

an

d c

ha

rge

s if

an

y

Pric

e p

er u

nit

FOR

site

in

clu

sive

of a

ll ta

xes

an

d le

vie

s

(5+

7+9+

11+

12)

Disc

ou

nt if

an

y

Tota

l Disc

ou

nte

d P

rice

[(1

3-14

)x3]

Cus

tom

Ta

riff H

ea

d (

CTH

)

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16

The equipment as listed in schedule of requirements ( Section V) and forming part of indigenous equipment supplies may be priced in the above format strictly as per the serial order in section V.

“ We hereby declare that in quoting the above prices, we have taken into account the entire credit on inputs available under the MODVAT SCHEME introduced w.e.f. 1st March 1986 and further extended on more items till date”.

Note: 1. The bidder shall quote separately for hardware and software as per special conditions of the contract. 2. DTR provides a detailed requirements of the purchaser. The bidder needs to provide detailed bill of material that shall be required and to quote

itemised prices of each such identifiable item. Every effort should be made to quote all such items which if needed at later point of time can be ordered at the itemised prices. Absence of itemised prices of any such items, if found essential to be ordered in addition, shall have to be supplied free of cost.

3. The services cost as listed in Schedule of requirements (Section V) may be quoted in a separate sheet(no 3) but in the above mentioned format.

4. A consolidated price schedule including indigenous, imported & services cost may be submitted keeping the sanctity of serial numbers as appearing in SOR intact.

Page 332: TENDER DOCUMENT (Ph V).pdf

332/337

SECTION VIII

BID SECURITY FORM �

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 period of bid validity 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 period of bid validity

(a) fails or refuses to execute the Contract, if required; or

(b) fails or refuses to furnish the Performance 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 clauses 12 and 28.2 of section II of the Bid Document upto and including THIRTY (30) days after the Period of bid validity and any demand in respect thereof should reach the Bank not later than the specified date/dates.

���������������������������������������������������������������������������������������������������4�� ���8�����1�

�4�8 ��+�

���������������������������������������������������������������������������������������������� �� ��

������������������������������������������������������������������������������������������������������������� ���

� �� ��= ������4�� ��0 ���33�������������������������������������������������@4�������33� ������8�

����33� ���0 ���33����������������������������������������������������������������#���� +� ������8�

���������������������������������������������������������������������������������������������@�<�� +� �������8�

Page 333: TENDER DOCUMENT (Ph V).pdf

333/337

SECTION IX (PART-I)

PERFORMANCE SECURITY GUARANTEE BOND 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

Page 334: TENDER DOCUMENT (Ph V).pdf

334/337

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 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)

***

Page 335: TENDER DOCUMENT (Ph V).pdf

335/337

SECTION IX (PART-II)

MANUFACTURING BANK GUARANTEE BOND

In consideration of the Bharat Sanchar Nigam Limited (hereinafter called BSNL which expression unless otherwise repugnant to the context and meaning thereof shall mean and include its permitted successors and assigns) having awarded/placed Advance Purchase Order No.____________________dated__________on M/s_____________ (hereinafter called Supplier/Vendor) for the supply of GSM equipment as stated in the bid document No._______________________ . (The said APO and the bid document are hereinafter referred as the Contract). The terms of the said Contract inter-alia stipulate that the Supplier shall start manufacture of core element of the goods in India being supplied or to be supplied under this Contract. The Supplier have unconditionally agreed to the said stipulation and to secure adherence to its commitment to start indigenous manufacturing, the Supplier have agreed to furnish a Manufacturing Bank Guarantee Bond for a sum of Rs._____________. 2. We, _________________________ [ indicate full name ,address and other particulars of Bank (hereinafter refer to as the bank, which expressing unless otherwise repugnant to the context and meaning thereof, shall mean and include its permitted successors and assignees)] at the request of M/s ___________________________________ Supplier(s) do hereby irrevocably and unconditionally guarantee and undertake to pay to BSNL an amount not exceeding Rs._______________ against failure of the supplier to perform the contractual obligation towards indigenous manufacturing or any breach by the said Supplier of any of the terms & conditions as contained in the said Contract. 3. We (name and address 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 supplier(s) of any of the terms or conditions contained in the said contract or by reason of failure of the Supplier to perform the contractual obligation towards indigenous manufacturing or loss or damage caused to be suffered or would be caused to be suffered by BSNL by reason of any breach by Supplier of any of the terms & conditions as contained in the said Contract including by reasons of any failure of supplier to the extent of validity of guarantee. 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 ___________________________________. 4. We undertake to pay to the BSNL any money so demanded notwithstanding any dispute or disputes raised by the 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 thereunder and the Supplier(s) shall have no claim against us for making such payment.

Page 336: TENDER DOCUMENT (Ph V).pdf

336/337

5. 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 execution of the effective implementation of manufacturing and value addition and for the performance of the said contract and that it shall continue to be enforceable till all the dues of the BSNL under or by virtue of the said contract have been fully paid and its claims satisfied or discharged or till ________________________(Office/Department) BSNL certifies that the terms and conditions of the said contract have been fully or properly carried out by the said Supplier(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 the period as specified in P.O from the date hereof, we shall be discharged from all liabilities under this guarantee thereafter. 6. We (name of the bank)_________________________ further agree with the BSNL that the BSNL shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said contract or to extend time of performance by the said Supplier(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 Supplier(s) and to forbear or enforce any of the terms and conditions relating to the said contract and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Supplier(s) or for any forbearance, act or omission on the part of the BSNL or any indulgence by the BSNL to the said Supplier(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. 7. This guarantee will not be discharged due to the change in the constitution of the Bank or the Supplier(s) and guarantee shall be irrevocable and obligations of Bank herein shall not be conditional to any prior notice by BSNL. 8. We (name of the bank) ____________________ lastly undertake not to revoke this guarantee during its currency except with the prior consent of the BSNL in writing. Dated the ________________ day of _______

for __________________________________ (indicate the name of bank)

***

Page 337: TENDER DOCUMENT (Ph V).pdf

337/337

SECTION X

LETTER OF AUTHORISATION FOR ATTENDING BID OPENING >�# ����8�*����% �>� � #?���� ������� ����� ������?�

��

To The Jt DDG (MMT), Bharat Sanchar Nigam Limited, (Corporate Office), 12th Floor, Statesman House,

Barakhamba Road, New Delhi – 110 001 Subject : Authorisation for attending bid opening on

________________________________(date) in the Tender of _________________________________________________________.

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 bid Documents on behalf of the bidder. Note : 1. Maximum of two representatives will be permitted to attend bid

opening. 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 recovered.