Class 5 NGN tender BSNL C.O., New Delhi
1
BID DOCUMENT
TENDER FOR PROCUREMENT OF CLASS 5 NGN (Next Generation Network):
TENDER NO. CA/NWP-CFA/NGN/T-xxx/2015 ISSUED ON xx/xx/20xx
(A GOVERNMENT OF INDIA ENTERPRISE)
AGM (MMY), 2nd Floor, MMT SECTION, BHARAT SANCHAR BHAWAN, JANPATH,
NEW DELHI-110001 T/No.: 011-23717844
FAX NO.91-11-23710198/91-11-23350494 Visit us at www.bsnl.co.in
Class 5 NGN tender (Section-2) BSNL C.O., New Delhi
2
SECTION-1
BHARAT SANCHAR NIGAM LIMITED (A Government of India Enterprise)
2nd Floor, Bharat Sanchar Bhawan, HC Mathur Lane, Janpath, New Delhi- 110001
... From: To, AGM (MMY) ................................................. 2nd Floor, MMT Section, ................................................. Bharat Sanchar Bhawan, HCM Lane, ................................................. Janpath, New Delhi – 110001. ................................................. No. CA/MMT/NWP-CFA/xxx/2015(NGN) Dated: xx/xx/2015 Sub: - Tender documents for Procurement of Class 5 NGN (Next Generation
Network) Equipment under two packages Please find enclosed the tender document in respect of above mentioned tender Enquiry
which contains 10 Sections in all.
S. No.
Section/Annexure Item Page No.
1. Section 1 Detailed NIT
2. Section 2 Tender Information
3. Section 3 Part A Scope of work
4. Section 3 Part B Technical Specifications/ Requirements
5. Section 3 Part C Schedule of Requirements(SOR)
6. Section 3 Part D Tentative Deployment Plan
7. Section 3 Part E Technical specification of UPS
8. Section 4 Part A General Instructions to Bidders(GIB)
9. Section 4 Part B Special Instructions to Bidders(SIB)
10. Section 4 Part C E-tendering Instructions to Bidders
11. Section 5 Part A General (Commercial) Conditions of Contract (GCC)
12. Section 5 Part B Special (Commercial) Conditions of Contract (SCC)
13. Section 6 Undertaking & declaration
14. Section 7 Proforma (s)
15. Section 8 Bidder’s profile & Questionnaire.
16. Section 9 Bid Form & Price Schedule
17. Section 10 Security Agreement
If interested, kindly submit your offers by means of online bids only through Electronic Tendering at the portal detailed in ‘Special Instructions to Bidders for E-Tendering’ before 11:30 hours of …../…../2015.
AGM (MMX) Phone Number - (Off) 011-2371 7844
FAX 011-2371 0198 E-Mail: ……………………..
Regd. Off.: BSNL, Bharat Sanchar Bhawan, Janpath,New Delhi -110 001. Web: www.bsnl.co.in
Class 5 NGN tender (Section-2) BSNL C.O., New Delhi
3
SECTION-1 PART A
DETAILED NOTICE INVITING E-TENDER (DNIT)
BHARAT SANCHAR NIGAM LIMITED
(A Government of India Enterprise)
MMT Section, 2nd floor, Bharat Sanchar Bhawan,
Janpath, New Delhi - 110 001
1. On behalf of Chairman and Managing Director, Bharat Sanchar Nigam Limited,
digitally sealed online tenders, on rupee payment basis, are invited in Single Stage
Bidding and two stage Opening using two Electronic Envelops (Techno-commercial
bid & Financial bid) under two separate Packages namely Package I and Package II
from the eligible bidders for Planning, Engineering, Supply, Installation, Testing &
Commissioning and Annual Maintenance of NGN equipment.
Package No.
Details Quantity(with unit)
Earnest
Money
Deposit (EMD) i.e.
Bid security
Package-I Turnkey project for IP Multimedia Sub-system (IMS) based NGN core equipments for 4 Million Subscriber base with following option-
To add on 4 Mn subscriber base capacity in the existing core of 4Mn subscriber base capacity to make it to 8 Mn subscriber base capacity;
OR To implement separate new IMS based NGN core of 4 Mn subscriber base capacity. The addition of separate new IMS core of 4Mn subscriber base capacity may be at 8 different locations.
4.0 Million Subscriber base
INR 4 Crores (INR Four Crores only)
Package-II
NGN Access Equipments {Line Media Gateways (LMGs) with POTS only ports CCB32/PCO, ADSL2+ ports, ISDN Access Gateways etc.}
5 Million Ports of POTS including CCB /PCO ports, 2Mn ADSL2+ ports
INR 7 Crores(INR Five Crores only)
Note: (i)The quantity stated above are estimated and BSNL reserves the right to vary the quantity to the extent of -25 % to +25 % of specified quantity at the time of award of the contract i.e. APO without any change in unit price or other terms & conditions.
(ii)Bidder is at liberty to participate in either of Package-I: NGN Core Equipments or Package-II: NGN Access Equipments or both the Packages-I &package-II
(ii) Separate Bid security is required to be submitted for Package-I and Package-II. If the bidder is participating in both the Packages then also Bid Security is to be submitted for separately for Package-I and Package-II. Click here for Clarifications regarding this section
2. Purchase of Tender Document:
Class 5 NGN tender (Section-2) BSNL C.O., New Delhi
4
2.1 As this Tender Document shall be following the e-Tendering Process, the Bidders may download the Detailed NIT alongwith Performa for Non Disclosure Agreement (“NDA”) from the BSNL Web site http:// bsnl.co.in following the Link ”E-tenders” from xx/xx/2015 (1800 Hrs) onwards.
2.2 Tender Document shall be available for downloading only after
(i) payment of INR 10,000/-(INR Ten Thousands Only), which shall be non-refundable in the form of crossed demand draft, drawn on any scheduled bank in favour of ‘Accounts Officer (Cash), O/o BSNL Corporate Office, New Delhi’;and
(ii) Submission of Non Disclosure Agreement (NDA) duly signed by the Bidder to AGM(MMY), 2nd Floor, Bharat Sanchar Bhawan, Janpath, New Delhi-1.
Bidder is required to register compulsorily and complete all the required formalities on the E-tender portal https://www.tcil-india-electronictender.com . Thereafter, upon payment of INR 10,000/- towards tender document fee and submission of the NDA to AGM(MMY), 2nd Floor, Bharat Sanchar Bhawan, Janpath, New Delhi-1, the prospective Bidder will be authorized by MM cell, BSNL Corporate Office, New Delhi, to access/download the tender document from the E-tendering portal only.
2.3 Bidder can participate in both packages (i.e. Package-I & Package-II) by purchasing single tender document.
2.4 Submission of Integrity Pact signed by Purchaser and Bidder is mandatory.
3. e-Tendering Process
BSNL has decided to use the e-Tendering Process for inviting Bids for this Tender and thus the physical copy of the Tender would not be sold. The special instructions to Bidders for e-Tendering is provided in Section 4-Part B of this Tender.
4. Eligibility Criteria
4.1. Package I: NGN Core-Equipments - Bidder shall fulfill the following eligibility criteria for Package-I
4.1.1. The Bidder Company shall be registered & incorporated in India under the Companies Act, 1956.
4.1.2. The Bidder shall be a company having a minimum turnover of INR 1000 crore each year during the last two years (i.e. 2012-13 and 2013-14). In case of an Indian subsidiary, the turnover of the Parent Company or Parent/ Holding Company of the Parent Companyshall also be taken into consideration for this condition.Bidder shall submit Audited Annual Report along with Bid in this regard.
4.1.3. The Bidder or its Parent Company or Parent/ Holding Company of the Parent Company shall be Original Equipment Manufacturer (OEM) of IMS (Call Servers & Database and HSS) or Original Software Solution Provider (OSP) of IMS (Call Servers & Database and HSS) of Next Generation Network (NGN) Equipment.
4.1.4. Bidder or its Parent Company or Parent/ Holding Company of the Parent Companyshall have the experience of Supply & deployment of Class5 NGN systems in minimum 2 countries comprising IMS {Call Servers & Database/ HSS} with total capacity of at least 2 Million subscriber base. Certificates in this respect issued by the concerned network operators with contact details of person signing the certificate (including name, designation, telephone number, fax numbers and e-mail id of the signatory and that of the network operator/TSP) shall be submitted as part of the Bid document.
4.1.5. The bidder or its OEM/OSP of IMS (Call Servers & Database and HSS)shall be ISO 9001:2000/2008 certified company.
Class 5 NGN tender (Section-2) BSNL C.O., New Delhi
5
4.1.6. The Bidder firm shall not be a Licensed Telecom Service Provider to provide Basic Services/ Cellular Telephony Services/ Internet Services/ UASL/ NLD/ ILD Services anywhere in India. Self Certificate by the bidder shall be submitted in this regard.
4.1.7. The Bidder firm shall not have controlling equity stake or vice versa, in and of any Basic Services/ Cellular Telephony Services/ Internet Services/ UASL/ NLD/ILD Services operating companies in India. Self Certificate by the bidder shall be submittedin this regard.
4.1.8. Bidders are required to submit Client certificates/documentary proof for meeting the eligibility conditions.
4.1.9. Only one bid from one OEM/OSP of NGN Core Equipments based on IP Multimedia Subsystem (IMS) – ( Call Servers & Database and HSS) shall be submitted. It will be the responsibility of the bidder to ensure this. In case of multiple bids from same OEM/OSP of NGN Core Equipments (IMS–Call Servers & Database and HSS) directly and/or through Indian subsidiary, all such bids shall be summarily rejected.
4.2. Package II: (Access-Equipment):Bidder shall fulfill the following eligibility criteria for Package-II-
4.2.1. The Bidder Company shall be registered & incorporated in India under the Companies Act, 1956.
4.2.2. The Bidder shall be a company having a minimum turnover of INR 1000 crores each year during the last two years (i.e. 2012-13 and 2013-14). In case of an Indian subsidiary, the turnover of the Parent Company or Parent/ Holding Company of the Parent Companyshall also be taken into consideration for this condition.
4.2.3. The Bidder or its Parent Company or Parent/ Holding Company of the Parent Company shall be Original Equipment Manufacturer of Line Media Gateway (LMGs) Access Equipments of Next Generation Network (NGN) Equipments.
4.2.4. Bidder or its Parent Company or Parent/ Holding Company of the Parent Company shall have the experience of supply & deployment of Line Media Gateway (LMGs) of Next Generation Network (NGN) Equipments and eMS in minimum 2 countries with total capacity of at least 5,00,000 subscribers/ports/lines.Certificates in this respect issued by the concerned network operators with contact details of person signing the certificate (including name, designation, telephone number, fax numbers and e-mail id of the signatory and that of the network operator/TSP) shall be submitted as part of the Bid document.
4.2.5. In case the bidder is not meeting the eligibility as per clause(4.2.3) & (4.2.4) above, then bid can be submitted through a legally bound consortium with the OEM firm meeting eligibility criteria (4.2.3)& (4,2,4) above. However in such case bidder shall be having a minimum turnover of INR 300 crores each year during the last two years (i.e. 2012-13 and 2013-14) and shall have an experience in installation and commissioning of IT/Networking/Telecom related projects of a cumulative total of minimum of INR 100 Crore during last three financial years (2011-12, 2012-13&2013-14).
4.2.6. In case a bid is submitted by bidder in consortium with the OEM of Access equipments(LMGs), the bidder and the OEM of NGN Access equipments i.e. Consortium partner shall be jointly and severally responsible for due performance of the contract including continued post execution maintenance/AMCs. Both, the bidder as well as OEM of NGN Access equipments i.e. Consortium partner shall have to furnish separate Performance Bank Guarantees (PBGs), each for an amount equal to 5% of the value of Purchase Order.
4.2.7. The bidder or OEM of NGN Access equipments (who is an consortium partner)shall be ISO 9001:2000/2008 certified company.
4.2.8. Only one bid from one OEM/OSP of NGN Access Equipments (LMGs) shall be submitted. It will be the responsibility of the bidder to ensure this. In case of multiple
Class 5 NGN tender (Section-2) BSNL C.O., New Delhi
6
bids from same OEM/OSP of NGN Access Equipments (LMGs) directly and/or through Indian subsidiary or as consortium partner shall be summarily rejected.
4.2.9. The Bidderfirm shall not be a Licensed Telecom Service Provider to provide Basic Services/ Cellular Telephony Services/ Internet Services/ UASL/ NLD/ ILD Services anywhere in India. Self Certificate by the bidder shall be submitted.
4.2.10. The Bidder firm shall not have controlling equity stake or vice versa, in and of any Basic Services/ Cellular Telephony Services/ Internet Services/ UASL/ NLD/ILD Services operating companies in India. Self Certificate by the bidder shall be submitted.
4.2.11. Bidders are required to submit Client certificates/documentary proof for eligibility conditions.
4.2.12. The Bidder shall submit an irrevocable undertaking duly signed by it and its consortium partners (if applicable) stating that both of them i.e. the Bidder and its consortium partners shall be liable for due performance of the Contract jointly and severally, failing which both of them shall be liable to be barred from having any business dealing with BSNL for a period of three years.
5. GENERAL REQUIREMENT:
5.1. All documents submitted in the Bid shall be in English. In case the certificate viz experience, registration etc. is issued in any other language other than English, the Bidder shall attach an English translation of the same duly attested by the Bidder & the translator to be true copy in addition to the relevant certificate. All documents should be duly attested/ signed by the Bidder.
5.2. Bidder participating in both the Package-I and Package-II need to submit separate Techno-commercial bid for the Package - I and Package - II. Similarly, separate financial bid shall be required to be submitted for Package - I and Package - II of the tender. Both the financial bid shall be evaluated independently for deciding the ranking of the bidders.
5.3. In case a bid is being submitted through a legally bound consortium with OEM, having the bidder as a lead bidder, following are also applicable for consortium bids:
i. Consortium agreement as per the format at Annexure-C of section --.
ii. Only bidder will interact with BSNL for all obligations/payment.
iii. The bidder is not permitted to be a consortium member in any other bids
under this tender.
iv. No change in consortium members i.e. addition or dropping of a member shall
be permitted after the submission of the bid.
v. Self certificate shall be submitted by the Consortium partner.
5.4. The bidder shall be responsible for the turnkey implementation of the project, which includes the Supply, Installation, Testing, System Integration, Commissioning and Annual Maintenance of the complete equipments and solutions for the project. The bidder shall also be responsible for the warranty and post warranty obligations including Operation and Maintenance of network solution provided by them.
5.5. In case of Package-I, the bidder i.e. OEM of NGN Core Equipment (IMS) shall establish Technical Support Centers in India for providing necessary AMC support. In case of Package - II, the OEM of NGN Access Equipment (LMGs) shall establish Technical Support Centers in India for providing necessary AMC support. Remote access from a facility outside India shall not be entertained.
5.6. The bidder shall have agreement/ MOU with the OEMs/ OSPs of other equipment(s) of which the bidder is not the OEM/ OSP for providing total support and customization as per BSNL tender requirements stating that full support shall be extended by OEM/ OSP for product(s)/ solution(s) on the platform proposed by the bidder for the period covering installation, testing, commissioning, warranty and AMC. The MOU/Agreement shall remain in force during entire period of contract
Class 5 NGN tender (Section-2) BSNL C.O., New Delhi
7
including Warranty and AMC. In case the MOU contains any clause in contradiction to terms and conditions of the tender, then BSNL shall have the right to get such conditions withdrawn/modified. The legal agreement/ MOU should be submitted along with the techno commercial Bid.
5.7. Security guidelines issued by Department of Telecom (DoT) from time to time shall be adhered to.
6. Bid Security:
6.1. Bank Guarantee from a scheduled bank drawn in favour of ‘DGM (MMT), BSNL C.O. Delhi’ which should be valid for 180 days from the Bid Opening Date.
6.2. Separate Bid security is required to be submitted for Package-I and Package-II. If the bidder is participating in both the Packages then also separate Bid Security is to be submitted for Package-I and Package-II.
6.2.1. Bid security in the form of bank guarantee is INR 4 Crore- (INR Four Crore only) for Package-I.
6.2.2. Bid security in the form of bank guarantee is INR 5 Crore- (INR Five Crore only) for Package-II.
7. Last Date, Time of Submission of Bid and Pre-bid Conference:
7.1. The date and time for submission of the Bid is xx.xx.2015 (11:30 Hrs) (“Bid Closing Date”)
7.2. In case the Bid Closing Date is declared to be a holiday, the Bid Closing Date will automatically get shifted to next working day at the same scheduled time. Any change in Bid Opening Date due to any other unavoidable reason will be intimated to all the Bidders separately.
7.3. Pre-bid Conference: A pre-bid bidder’s conference shall be conducted on xx.xx.2015 from 14.30 Hrs at Conference Room, Bharat Sanchar Bhawan, H.C.Mathur Lane, Janpath, New Delhi for those bidders who purchase tender document.
8. Bid Opening Date : The date and time for the opening of the Bids shall be xx.xx.2015 at 12:00 Hrs.
9. Place of opening of Bids:
9.1 BSNL has adopted e-tendering Process which offers a unique facility for ‘Public Online Tender Opening Event ’. BSNL’s tender opening officers as well as authorized representatives of Bidders can access the the Tender Opening Event (“TOE”) online. Please refer to clause 8 of Section 4 Part B for further instructions.
9.2 However, if necessary, the authorized representatives of Bidders can attend the TOE physically at the Meeting Room, 2nd Floor, Bharat Sanchar Bhawan, Janpath, New Delhi, where BSNL’s tender opening officers shall be conducting the TOE.
10. Non-acceptance of Bids- Except, as otherwise provided in the Tender, Bids received after the Bid Closing Date & time will not be accepted by e-tender system.
11. Rejection of Bids 11.1. Incomplete, ambiguous, conditional, unsealed Bids are liable to be rejected. 11.2. CMD, BSNL reserves the right to accept or reject any or all Bids without assigning
any reason and is not bound to accept the lowest tender. 12. Submission of signed Tender
12.1. The Bidder shall furnish a declaration under his digital signature that no addition / deletion / corrections have been made in the Tender being submitted as a part of submission of Bid and it is identical to the Tender appearing on the e-Tendering Portal.
12.2. In case of any correction/ addition/ alteration/ omission in the Tender submitted as a part of the submission of Bid, the Bid shall be treated as non-responsive and shall be rejected summarily.
Class 5 NGN tender (Section-2) BSNL C.O., New Delhi
8
SECTION- 2
Tender Information
1. Type of tender: The Tender is in the form of single stage bidding. There shall be two stages of opening using two Electronic envelopes system.
Note: (i) The Bids will be evaluated techno-commercially first and the financial Bids of
only those Bidders whose techno-commercial Bids are substantively responsive, shall be opened.
(ii) E-reverse auction shall not be applicable for this tender.
2. Period of Validity of Bids
2.1 Bids shall remain valid for 150 days from the Bid Opening Date prescribed by the Purchaser pursuant to Clause 13 of Section 4 Part A. Any Bid valid for a shorter period shall be rejected by the Purchaser as non-responsive.
2.2 In exceptional circumstances, the Purchaser may request the consent of the Bidder for an extension to the Bid Validity Period. The request and the response thereto shall be made in writing. The Bid Security provided under Clause-12 of Section 4 Part A shall also be suitably extended. It is clarified that a Bidder accepting the request for extension of Bid Validity Period will not be permitted to modify its Bid.
3. Documents supporting the Bid
3.1 The tender offer shall contain two e-envelopes viz. techno-commercial and financial envelope which will contain one set of the following documents only :
a) Techno-commercial e-envelope shall contain Electronic Form-Technical with all
relevant bid annexure of following, but not limited to, documents :
i. EMD
ii. Receipt/Proof of the tender fee.
iii. Certificate(s) showing fulfillment of the eligibility criteria(s) stated in
Clause 4 of the Detailed NIT.
iv. Power of Attorney & authorization for executing the power of Attorney in
accordance with clause 14.3 of Section 4 Part A
v. Integrity Pact
vi. Clause by clause compliance as per clause 11.2 of Section-4A
vii. Bidder’s Profile & Questionnaire duly filled & signed.
viii. Non-Relation Certificate duly filled & signed.
ix. Undertaking & declaration duly filled & signed
x. Documents stated in clause 10 of Section-4 Part A.
xi. Tender/ Bid form- Section 9 Part A
xii. Electronic Form- Technical duly filled & signed
Note 2: In case the bidder is unable to upload any of the documents listed above,
he may submit the same physically. However EMD & cost of tender document will be submitted in original in physical form.
b) Financial envelope shall contain:
i) Electronic Form- financial along with Price Schedule with all relevant bid annexure
Class 5 NGN tender (Section-2) BSNL C.O., New Delhi
9
4. The following documents are required to be submitted offline (i.e. offline submissions) to DM (MMT), BSNL, C.O. 2nd Floor, Bharat Sanchar Bhawan, Janpath, New Delhi-110001 on or before the date & time of submission of bids in a sealed envelope, failing which the bids shall be rejected.
The envelope shall bear the tender number, name of work and the phrase: “Do Not
Open Before (due date & time of opening of tender). i) EMD – Bid security (original copy) or valid certification from MSME for the
tendered item for claiming exemption. ii) DD/ Banker’s cheque of Tender fee or valid certification from MSME for the
tendered item for claiming exemption. iii) Power of Attorney in accordance with clause 14.3 of section 4 Part A and
authorization for executing the power of Attorney. ii) Pass-phrases for technical & financial bid parts in separate sealed envelopes. iii) Integrity pact
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
10
SECTION-3 PART-A
SCOPE OF WORK
1. The scope of work to be performed is Planning, design, engineering, supply, installation, testing, commissioning and annual maintenance for the equipments being supplied through this tender. There are two separate packages i.e. Packages-I for NGN core and Package-II for NGN Access equipments.
a. Package-I: Turnkey project for IP Multimedia Sub-system (IMS) based NGN core equipments for 4 Million Subscriber base with following option-
To add on 4-Mn subscriber base capacity in the existing core of 4Mn subscriber base capacity to make it to 8 Mn subscriber base capacity;
OR To implement separate new IMS based NGN core of 4 Mn subscriber base capacity. The addition of separate new IMS core of 4Mn subscriber base capacity may be at 8 different locations
b. Package-II: NGN Access Equipment- 5 Million POTS only ports (including CCB/PCO & ISDN PRI) and 2 Mn ADSL 2+ Ports.
2. Bidders can participate in either of Package-I or Package-II or both Package-I & Package-II. Successful bidder shall be responsible for interworking &integration with the existing networks/ equipment with all the network elements being inducted in the network to ensure smooth interworking.
3. While planning the supply and subsequent rollout of the network, the existing network elements of various technologies present in the BSNL networks for which Bidder shall have to confirm the compliance to Inter-operability requirement, should be taken into account for seamless inter-working of the Equipment procured against this tender with the existing equipment/ Networks.
4. The requirement of hardware and software solutions mentioned in Part–B of section 3 of the bid document gives only the minimum requirement. It shall be the Bidder’s responsibility to ensure that any additional equipment/ functional modules, including hardware, software and licenses etc. required for satisfactory performance of the NGN services as mentioned in Part–B of section-3 of this document and for the specified customer base, shall also be supplied. In case during the execution of the project or thereafter during Warranty/AMC it is found that additional equipment (Hardware / Software/ Licenses) is required while the same is not quoted by the bidder, the same shall be supplied by the bidder at no extra cost to the BSNL.
5. The detail functional requirement (DFR) and detail Technical requirement(DTR) for Package-I has been defined in Section-3 Part-B1 and The detail functional requirement (DFR) and detail Technical requirement(DTR) for Package-II has been defined in Section-3 Part-B1.
6. All Equipment, Hardware& Software supplied through this tender shall be IPV6 compliant and need to be implemented/ validated with IPv6 addressing scheme in addition to IPv4 addressing scheme.
7. NGN network equipment planed under this project shall be integrated by the successful bidders of Package-I with the different network of BSNL namely existing PSTN Network,CDOT- MAX NGN, IN, SSTP, 2G/3G GSM, CDMA, IP/MPLS NIB network, Aggregation Network, OSS/BSS of wireline (i.e CDR Project), OSS/BSS of Broadband (i.e. Project-3), Existing IPTAX, IPTV etc. The integration required is given at Part B of Section 3.
8. The objective of the Next Generation Network is briefly given as below-
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
11
a. To migrate existing PSTN/ISDN (Circuit Switched) customers to NGN (Providing Basic telephony & Supplementary services using IP to these migrated POTS customers through the application layer).
b. To provide legacy services presently being provided through PSTN Network namely POTS, Fax, ISDN services, IN Services
c. To provide Next Generation multi-media services as well as migration of existing PSTN customers progressively to Next Generation Network(NGN).
d. To provide Voice and other NGN services to the customers of different Accesstechnologies like LMG, DSLAM, FTTH, WiMAX, GSM etc.
e. Interwork with existing legacy systems like IN and MRBT etc. to extend these services to NGN domain customers as well.
9. Implementation Plan
9.1 Successful bidder shall be responsible for Integration of their eMS through North Bound interface with the exiting Network Management System(NMS) of BSNL.
9.2 The implementation plan of the Class 5 NGNbeing procured through this tender is indicated below:
S. No.
Zone Site/ Locations*(Note) Bidder
1 Package-I: Core Equipment (Class 5 NGN)
South Chennai/ Bangalore & Hyderabad or any other site(s) in the Zone
L1
East Kolkata / Patna or any other site(s) in the Zone
North Chandigarh / Lucknow or any other site(s) in the Zone
West Pune/ Ahmedabad or any other site in the Zone(s)
2 Package-II: Access equipment LMG & associated items
LMGs shall be collocated at the existing TDM Line termination units at various stations/cities in the respective circles.
L1 (3Mn POTS) & (1.2Mn ADSL2+)
L2 (2 Mn POTS) & (0.8Mn ADSL2+)
*(Note): BSNL reserves the right to change the site/location even after the
placement of Purchase Order.
10. Services for NGN Subscribers
All Equipment, Hardware& Software shall support the various NGN application services like Wide Area IP Centrex(WIPC), Multi Media Video Conferencing(MMVC), Prepaid Services and Fixed Mobile Convergence (FMC)have already been deployed in BSNL. It is responsibility of successful bidder of Package-I to integrate the system for these services however successful bidder of Package-II shall share all the information required from access equipment for integration of these services.
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
12
SECTION-3 PART-B Detail Functional Requirements (DFR)/ Detailed Technical Requirements (DTR)
1 Scope of Work:
1.1 This Package-I of the tender is for turnkey implementation of various network components required for setting up NGN core network as per specifications prescribed in this document.
1.2 The turnkey implementation NGN core network shall include Design, Planning, Architecture, Engineering, Supply, Installation and Testing, system integration, Commissioning, training, operation and management (O&M) and AMC of telecom facilities at different locations being envisaged through Package I of this tender.
1.3 The requirement of hardware and software solutions mentioned in this section of the bid document gives only the minimum requirement to be supplied as a mandatory requirement. It shall be the Bidder’s responsibility to ensure that any additional equipment/functional modules, including hardware, software and licenses etc. required for satisfactory performance of the services as mentioned in this document and for the specified customer base, shall also be supplied and be quoted in the Bid Document as “any other items”. In case during the execution of the project or thereafter during Warranty/AMC, it is found that additional equipment (Hardware/ Software/ Licenses) is required while the same is not quoted by the bidder, the same shall be supplied by the bidder at no extra cost to the BSNL.
1.4 NGN Core shall be deployed at 8 (eight) locations covering Pan-India with two locations in each zone working in Single Domain. The two cores of same domain shall work in “Active-Active” configuration with load sharing and Geographical Redundant mode with capability to handle complete traffic of partner site. All the 4 Zones i.e. 8 locations for the NGN core are in the scope of this tender, therefore, the NOC (Main & DR) application shall be covered for all four zones. The actual requirement shall be as per Schedule of Requirement (SOR). Bidder shall submit the technical details of working of this “Active-Active” configuration with load sharing in the technical bid.
1.5 Bidder shall be responsible for integration of the network element envisaged under this project with the other systems of BSNL (As listed in Appendix-A to Section 3 Part B).
1.6 All Equipment, Elements, Hardware, Software supplied through this tender shall be IPV6 compliant and need to be implemented/ validated with IPv6 addressing scheme in addition to IPv4 addressing scheme.
2 Objective:
2.1 To provide Next Generation multi-media services as well as migration of existing PSTN customers progressively to Next Generation Network (NGN).
2.2 To migrate existing PSTN/ISDN (Circuit Switched) customers to NGN (Providing Basic telephony & Supplementary services using IP to these migrated POTS customers through the application layer).
2.3 To provide Voice and other Multimedia services to the POTS/Broadband customers (through LMG, DSLAM, FTTH) on IP.
2.4 Interwork with existing legacy systems like IN and MRBT etc. to extend these services to NGN domain customers as well.
2.5 To provide Fixed Mobile convergence (FMC) services by using the IMS core along with the Access network and already deployed Mobile network. BSNL shall able to
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
13
offer FMC services between mobile (GSM network) and Fixed (landline) network using CS to CS, CS to PS, PS to PS and PS to CS with different public identity(number) in Fixed and mobile domain as well with one number.
3 Network Architecture and NGN Core Requirement
3.1 The CLASS 5 network shall be deployed as a solution as depicted in Figure-1 of Appendix B of section 3 Part B. NGN Core shall be deployed at 8 (eight) locations covering Pan-India in “Active-Active” configuration with load sharing and capability to handle complete traffic of partner site. Bidder shall submit the technical details of working of this “Active-Active” configuration with load sharing in the technical bid. The pictorial setup of 8 NGN core are given at Figure-2 of Appendix B of section 3 Part B.
3.2 The Solution shall consist of different types of Nodes which are as given below:-
3.2.1 Network Operating Centre (Main & DR) - This is the node, which shall have the NMS, Application Servers etc in addition to equipment at Primary nodes. This node shall be responsible for the administration of Operation & Management activities. The present NOC & DR-NOC may be utilized for the new NGN core as well.
3.2.2 Primary Node: This is the node where NGN Core and LMGs are located. These components are interconnected over a LAN Switch and the LAN Switch is connected to the PE Router of the MPLS Network of NIB II.
3.2.3 Secondary Node: This is the node where only the Line Media Gateway / Media Gateway is deployed. The Line Media Gateways shall be either through an aggregation LAN switch or directly connected to GigE interface of PE router, RPR switch, OCLAN Switch etc. deployed under different projects.
3.3 The connectivity diagram NGN Access sites are given at Figure-4A to 4C of Appendix B of section 5 Part Band schematic diagram NGN class-5 network along with the other network of BSNL is given at Figure-5 of Appendix B of section 5 Part B.
3.4 The brief description of BSNL’s existing network like IP/MPLS, Broadband Network, OSS/BSS of Data Services(Project-3), OSS/BSS of wireline(CDR Project) etc. are given at Appendix-A.
4 Detail Functional and Detailed Technical Requirements
4.1 Detail Functional Requirements (DFR) and Detailed Technical Requirements (DTR)
for Package-I ( i.e. IMS based NGN Core) are given at Section 3 Part B-1.
4.2 Detail Functional Requirements (DFR) and Detailed Technical Requirements (DTR) for Package-I ( i.e. NGN Access equipments) are given at Section 3 Part B-2.
4.3 Any equipment, material or system to be supplied under this Tender Package shall conform to the latest TEC GR(along with up to date amendments), if one exists. In case TEC GR does not exist for any element of NGN Access Equipment as required in this tender then the Bidder shall furnish the detailed specification of such elements comprehensive enough to establish the features, functionalities, capacity, redundancy, interfaces and protocols claimed including the integration procedures and methodologies. However, some of the essential GRs are listed in Section-7 in this Tender document and the bidders shall furnish only the deviations in respect to such GRs.
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
14
Appendix-A
BSNL’s EXISTING NETWORKS
1. IP/MPLS NIB Network:
1.1 BSNL has deployed a nation wide MPLS Transport Network with around 30 Core Routers and 150 Edge Routers catering to around 106 cities.
1.2 It consists of multi-gigabit, Multi-Protocol Label Switching (MPLS) based IP Network in the form of a 2-layered centrally managed IP backbone network designed to provide convergent network supporting data, voice and video applications. The network is envisaged to support the QoS features with four different classes of traffic viz Platinum, Gold, Silver and Bronze along with MPLS-Traffic Engineering, Fast Reroute, multi-casting. This network consists of Core routers (GSR 12416, GSR 12410 and Juniper M40e, with throughput ranging from 160 Gbps in A1 site to 40 Gbps in A2, A3 & A4 sites) in 24 locations and Edge routers in 106 locations (Cisco 7613). The routers are located on the national DWDM network interfacing at STM-16 optical level to provide for high transmission speeds. The typical connectivity diagram of the Core of the NIB-II is given below.
1.3 BSNL also is in the process of expanding this network by strengthening the Core
network and also expanding the reach of the edge network.
2. Broadband Network
2.1 Aggregation Network deployed in the network. 2.1.1 BSNL has deployed a an RPR Aggregation Network in the above 106 cities for
aggregating the Metro IP Traffic.(Please refer clarification document also) 2.1.2 There are around 1200 RPR based switches are deployed as Metro Aggregation. 2.1.3 BSNL has also deployed a LAN Switch Based Aggregation Network deployed in the
Network for Aggregating the traffic from the cities other than the 106 classified (OC City) where RPR based aggregation is deployed.
2.1.4 There are around 3000 LAN switches deployed in the Network for OC City Aggregation
2.1.5 A Typical deployment architecture is given below.
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
15
2.2 Policy Enforcement System: A Broad Architecture of the Policy Enforcement
System built as a part of the Broadband Multiplay is given below.
2.2.1 Directory Server: It is used to store user profile. Existing LDAP based directory application of NIB –II shall be continued to be used for Broadband (xDSL)subscribers.
2.2.2 BNG: It is the policy enforcement point for the Broadband (xDSL)subscribers in the solution.
2.2.3 Provisioning system: The existing Provisioning application (Metasolve’s ASAP) shall be continued to be used for Broadband (xDSL) subscribers. It shall also inform the billing system of every provisioning.
2.2.4 Subscriber Service Selection Centre (SSSC): It is the intelligence for policy enforcement. It works along with BNG and RADIUS / COPS to enforce the policies. It downloads the profile of users at the start of session through AAA server. It integrates with SSSS to change the current user session parameters e.g. speed. It also integrates with Billing system to check the account balance of users. It keeps the
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
16
usage history of users and present the same with account balance to users through SSSS.
2.2.5 Subscriber Service Selection System (SSSS): It is a web portal with Radius client. It is user interfaced to the network policy enforcement architecture. SSSS shall act as a “Portal” into the network, where advertisements, automatic provisioning and service registration shall take place.
2.2.6 AAA: It shall be used for authentication, authorization and accounting of user sessions. It shall get the profile of user and fetch the same at the start of session to BNG/ SSSC.
2.3 Provisioning Application:The existing provisioning application of Broadband Multiplay Network viz Metasolve’s ASAP shall be continued to be used as the provisioning application for Broadband.
2.3.1 The PMS application shall be running in Cluster mode in Main NOC with Disaster recovery at Pune.
2.3.2 The development of the necessary cartridges and integration with the Provisioning application for smooth business process flow shall be the Bidders responsibility.
2.3.3 All necessary Hardware, Software and Licenses etc for the Metasolv ASAP shall be provided by BSNL.
2.4 Home Device Management System: 2.4.1 BSNL has deployed as a part of the Broadband Multiplay Network the Motive Home
Device Management (HDM) system (TR064 and TR069 Application) for remote management of the CPE's.
2.4.2 TR-69 functions supports Configuration update, Firmware upgrade, Wireless configuration, Ping diagnostics, Remote reboot etc of CPE.
2.4.3 The Motive HDM also supports TR111 and TR104. The existing Motive software version is HDM2.2.
2.4.4 The HDM solution supports BSNL and its broadband subscribers to have: 2.4.5 Automatic installation and configuration of PC and DSL CPE for all broadband
services including Internet access , digital video (IPTV), telephony (VoIP) products etc
2.4.6 Support for subscribers, technicians and CSRs / Help Desks operators.
3. NIB II Project 3:(Bangalore–NOC, Pune–DR, Mumbai/Noida– Data Center)
The OSS-BSS infrastructure has the functionalities:-
3.1 Web Portal (IBM Websphere):- Single access point for CSR as well as customers. The existing web portal is divided into two segments. The backend software alongwith database is installed at Bangalore with DR at Pune , where as front end is implemented at 3 regional locations.
3.2 OM/IM (Metasolv) –The implementation is centralized at Bangalore with DR at Pune
3.3 Billing & Mediation (Kenan of Comverse) –The implementation is centralized at Bangalore with DR at Pune.
3.4 EMS (IBM Tivoli) – Centralized EMS server is implemented at Bangalore along with event collectors at all data center locations.
3.5 AAA (Elitecore) – Main AAA is at Bangalore having DR at Pune. Proxy AAA is at Bangalore, Mumbai & Noida and MPLS AAA (for dial-VPN) is at Bangalore.
3.6 Messaging/LDAP (Openwave) with Antivirus and Anti Spam Solution– The messaging is a distributed architecture having MTA IN / OUT/ WEB MAIL. Message Store is distributed in Bangalore, Mumbai and Noida. Master LDAP is at Bangalore having DR at Pune. Caching LDAP is at Bangalore, Mumbai & Noida.
3.7 Web Hosting Solution – Two types of Web hosting solution is currently implemented. One with Unix as OS and Oracle as Database. Another is with Windows as OS and MS SQL as Database. The hosting solution provides space in
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
17
both of these OS and Database for customers to host their web sites and portal informations.
3.8 EAI (IBM Websphere) – The integration of various OSS BSS systems within themselves are done through Enterprise Application Integrator. Process flows are defined and rules are implemented through EAI so that new software packages can be implemented or rules / flows can be modified without much effort or customization. The EAI software package is IBM Websphere. It is implemented at Bangalore as well as Pune.
3.9 Help Desk (Remedy) – The implementation is centralized at Bangalore with DR at Pune.
3.10 Business Intelligence (SAP) - The installation is centralized at Bangalore with DR at Pune
3.11 Voucher Management System (VMS) – The installation is centralized at Bangalore with DR at Pune
3.12 Apart from these the following modules are also implemented:
a. Instant Messaging (freeware) b. Enterprise Backup System c. Security Solutions d. Incentive and Commission Management System (ICOMS)
4. EXISTING OSS/BSS of Wire Line (CDR Project)
OSS/BSS solution (i.e. CDR Project) for wireline segment has been implemented in the BSNL on Zonal basis and datacenter for North, East, West & South are located at Chandigarh, Kolkata, Pune and Hyderabad respectively. Some of the main functional modules of CDR Project may be given as below-
4.1 Billing Solution(Convergys)
4.2 Mediation (INTEC)
4.3 Provisioning (Clarity)
4.4 EAI (Oracle Fusion ware)
4.5 Enterprise Management System (EMS) (HPOV)
4.6 CRM (MySAP/Siebel)
4.7 Web Self Care (MySAP/Siebel)
4.8 Directory Enquiry(BTS Logic)
4.9 Oracle RDBMS
4.10 IVRS (Nortel)
4.11 Enterprise Reporting Software
4.12 Electronic Stapling (TCS)
4.13 IOBAS (Intec) & FMS (Neural)
4.14 Revenue Assurance (Connectiva)
5. Existing PSTN Network-The existing BSNL’s TDM switching network for class-5 includes mainly E10B technology, OCB technology, EWSD technology, 5ESS technology and CDoT technology switches. The life expired capacity of these class 5 network are to be replaced with class-5 NGN network in phased manner. This tender is focused for replacement of E10B and other NT switches except CDoT switches.
6. IMS Based NGN –
6.1 BSNL has deployed IMS based Next Generation Netwwork for 4 Mn subscriber base under two Packages.
Package-I for 4 Mn Subscriber base - consisting of Core Equipment NGN based
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
18
on IP Multimedia Sub-system(IMS) {IMS based(Call servers & Database),Gateway Controllers, Enum Server,SIP Application Servers(SAS), Session Border Controllers (SBCS), Media server, etc, LAN Switches, NMS & eMS} and Pre-paid System & Multi-media Video Conferencing including, Wide Area Centrex.
NGN Access Equipments (Line Media Gateways (LMGs)) for 4 Mn ports {POTS, ADSL2+, ISDN PRI }.
6.2 Present Deployment of NGN Core network for landline- NGN core is based on IP Multimedia Sub-system(IMS) {IMS based(Call servers & Database). The main equipments of NGN core are P/I/S/E-CSCF, HSS, Gateway Controllers, Enum Server, SIP Application Servers(SAS), Session Border Controllers (SBCS), Media server etc. NGN Core has been deployed at 8 (eight) locations (Bangalore, Hyderabad, Kolkota, Bhubneshwar, Pune, Ahmedabad, Lucknow & Chandigarh) covering Pan-India. The two locations (i.e. NGN core) of each zone are working in one Domain and both cores of same domain are working in “Active-Active” configuration with load sharing and Geographical Redundant mode with capability to handle complete traffic of partner site. The applications like Wide Area IP Centrex (WIPC), Multimedia Video Conferencing (MMVC) & Prepaid, NMS are installed at Main-NOC(Bangalore) & DR-NOC(Kolkota) covers for all four zones. The Bangalore & Kolkota are being utilized as Network Operation center for complete NGN network. The NGN core sites of respective zone have been integrated with the CDR project of respective zone for provisioning, Billing, Invoicing etc.
6.3 Objective of NGN network: The present NGN network is being used for -
To provide Next Generation multi-media services as well as migration of existing PSTN customers progressively to Next Generation Network (NGN).
To migrate existing PSTN/ISDN (Circuit Switched) customers to NGN (Providing Basic telephony & Supplementary services using IP to these migrated POTS customers through the application layer).
To provide Voice and other Multimedia services to the POTS/Broadband customers (through LMG, DSLAM, FTTH) on IP.
Interwork with existing legacy systems like IN and MRBT etc. to extend these services to NGN domain customers as well.
To provide Fixed Mobile convergence (FMC) services by using the IMS core along with the Access network and already deployed Mobile network.
6.4 Network Architecture and NGN Core Requirement- The NGN network has been deployed with following type of nodes:-
Network Operating Centre (Main at Bangalore & DR at Kolkota) - This is the node, which shall have the NMS, Application Servers like WIPC, MMVC & Prepaid in addition to equipment at Primary nodes. This node shall be responsible for the administration of Operation & Management activities.
Primary Node: This is the node where NGN Core and LMGs are located. These components are interconnected over a LAN Switch and the LAN Switch is connected to the PE Router of the MPLS Network of NIB II.
Secondary Node: This is the node where only the Line Media Gateway/ Trunk Media Gateway is deployed. The Line Media Gateways/ Trunk Media Gateways shall be either through an aggregation LAN switch or directly connected to GigE interface of PE router, RPR switch, OCLAN Switch etc. deployed under different projects.
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
19
Appendix-B
Figure-1
Schematic IMS/TISPAN Architecture
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
20
Different NGN Core Sites : Figure-2
IP/MPLS Core Network
North Zone
South Zone
West Zone
East Zone
DR-NOCMain-NOC
Site-7
Site-8
Site-1Site-2
Site-4
Site-3
Site-5Site-6
The control equipment of two site of each zone are working in Geographical redundant active-active mode.
Main NOC & DR-NOC shall serve the common services to PAN India for NGN Class-5 network
Figure-3
NG
N C
lass
-5 C
ore
sid
e
GE
Firewall
MPLS
Nation wide Core
Main & DR-NOC sites/Primary sites
IPS/
NIDSFirewall
IPS/
NIDS
Open Zone
Pre-paidSBC Multi Media
conferencing
NMSSoftswitch
/CSCF/dBSASMedia
Server
Left Arm Right Arm
ENUMSecure Zone
NIB
IP/M
PLS
Co
re
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
21
Figure-4A
IP/MPLS Network
The LMG sites having capacity
more than 11K Lines
The LMG sites having capacity
6K to 10 K Lines
NG
N C
lass
-5 s
ide
NIB
IP/M
PLS
Co
re LMG Connectivity for sites with capacity more than 6K Lines
Figure 4B
RPR
Aggregation
Layer
MPLS
Layer
BNG
RPR Tier 1 Switch
10 G
RPR
Small LMGsGE
GE
GE
LMG
MPLS
Nation wide Core
LMG Connectivity for lower capacity sites
RPR Tier 2 Switch
DSLAM
GE
LMGLMG
PE Router
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
22
Figure-4C
RPR
Aggregation
Layer
MPLS
Layer
BNG
RPR Tier 1 Switch
10 G
RPR
Small LMGsGE
GE
GE
LMG
MPLS
Nation wide Core
LMG Connectivity for lower capacity sites
RPR Tier 2 Switch
DSLAM
GE
LMGLMG
PE Router
Figure 5
NGN-C5 & other BSNL’s Network
TDM TAX (L1 + LII)/ Tandem
IP TAX
LE
LE LE
Other TDM networks – GSM (Upto Phase IV)
CDMA
Existing TDM Local Switch
Phase V GSM and onwards
CDR Project(OSS-BSS of
wireline)
IN System
OSS-BSS of Broadband
NGN C5 core, Applications,
NGN Access (LMG, FTTH, DSL etc)
SSTP Network
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
23
SECTION-3 PART-B1 (Applicable for Package-I, NGN Core based on IMS)
Detail Functional Requirements (DFR)/ Detailed Technical Requirements (DTR)
1 Specification Requirement for IMS based NGN Core
1.1 Generic Requirements of IMS based NGN Core are as below-
1.1.1 The IMS based NGN Core equipment proposed to be procured in this tender provides for the Control Layer functionality as well as service/ Application layer functionality as specified in the tender.
1.1.2 Bidder shall submit detailed documentation clearly indicating the dimensioning parameters for each and every equipments/subsystems proposed to be supplied as part of this tender to meet the functional as well as traffic requirement as envisaged in this tender.
1.1.3 The IMS based NGN Core shall support standard Protocols as mentioned below -
(a) SIP- It shall be used to control for LMGs and for interworking with other SIP proxy (in IMS NW) as per following RFCs/ Standards
IETF RFC 3261 with SIP extensions as required for implementing services and features required in the tender.
National standards for SIP as per TEC GR mentioned in section VII
ETSI TS 181019, 181025 and 181023 for fixed based access(UNI) (b) SIP - Isc for interworking with Applications / services (c) SDP- Session Description Protocol (SDP) as per following RFC(s)
RFC 2327 (d) SIGTRAN (SS7 over IP based on SCTP) as per following RFCs/ Standards
IETF RFC 3332(M3UA)
National standards for SIGTRAN as per TEC GR mentioned in section VII.
(e) Diameter
IETF RFC 3588, RFC 3589, RFC 3539 with functionality / interface specific RFCs /extns. from 3GPP/ ETSI in respect of Ro/ Rf, Cx/ Dx, Sh, Gq/ Gq’ and e4 etc.
(f) H.248/ Megaco for communication between MGC & MGW as per following RFCs/ Standards
ITU-T H.248 v2 Gateway control protocol
National standards for H.248 as per TEC GR mentioned in section VII (g) SIP-I for inter working between MGCs as per following RFCs/ Standards
ITU-T Rec. Q 1912.5
1.1.4 The IMS based NGN Core shall support evolution of IMS to 3GPP Rel. 7 , Rel. 8 & enhancement of all features incorporated in Rel 9 & Rel 10 to support legacy PSTN services like POTS, CCB, Fax, VOIP, Broadband services and Fixed Mobile Convergence.
1.1.5 The IMS elements shall be capable of working in a multi-vendor environment.
1.1.6 The IMS equipment shall not necessitate any changes in the existing Public Switched Telephone network (PSTN), Integrated Services Digital Network (ISDN), Public Land Mobile Network (PLMN) and Intelligent Network (IN) and shall not impact the interfaces and protocols in these networks.
1.1.7 The IMS component architecture shall be Carrier Grade, compliant to Advanced Telecom Computing Architecture (ATCA) and meet NEBS specified Environmental requirements.
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
24
1.1.8 The IMS based NGN Core shall support Half call model i.e. it will treat originating and terminating requests separately.
1.1.9 The IMS based NGN Core shall support Audio and Video communication between a SIP phone / client in the wire line network and mobile 3G/ SIP phone.
1.1.10 The IMS based NGN Core shall support IMS based PSTN emulation services.
1.1.11 IMS Shall support both online and off line charging.
1.1.12 All IMS components shall be powered from -48 V (-41 to -57 V) DC supply.
1.1.13 IMS NW shall synchronize with NTP server.
1.1.14 IMS equipment under procurement shall comply to the following quality and performance standards–
(a) ITU-T Rec. Q.3902 (Parameters to be monitored in the process of operation when implementing IMS technical means in (Public Telecom Networks) for parameter monitoring and thereby utilizing these parameters for managing the network from the centralized NMS.
(b) ITU-T Rec. 1540 – “IP Data Communication service – IP Packet transfer and availability performance parameters.
(c) ITU-T Rec. 1541 “Network Performance Objectives for IP Leased services. (d) ITU-T Rec. 1542 “Framework for achieving end-to-end IP Performance
Objectives” (e) Service Stratum Performance Targets as listed in ITIU-T Rec. G.1010 or latest
for different categories of Audio, Video and Data applications. 1.1.15 The up-time requirement for each IMS node shall be 99.999% and shall be
achieved through implementation of at least following redundancy measures. The IMS based NGN Core shall have no single point of failure. Each core Equipment shall have the following redundancies:
a. Control Module subsystem shall be fully redundant (e.g. 2N modules = N module + N module)
b. Peripheral Subsystem including the Hard disks shall be fully redundant ( e.g. 2N modules=N module + N module). The Peripheral subsystems shall be accessible from the multiple control subsystems simultaneously. Failure of one peripheral subsystem shall not lead to switchover of the control subsystem. The two peripheral subsystems shall have identical data stored on them so that complete network information is available at all times.
c. Power Supply shall be fully redundant ( e.g. 2N modules=N module+N module). The power supply shall have provision for feeding from two different sources. The DC to DC converters shall be provided separately for each subsystem and shall be fully redundant( e.g. 2N modules=N module+N module)
d. Interface Redundancy shall be provided using different module/card. Both the module/card shall be accessible by both the control subsystems. Failure of an interface module/card shall not lead to switch over of control subsystems.
1.1.16 All the redundancies shall be provided in such a manner that in case of failure of a subsystem the established calls shall not be disturbed. The redundancies are to be implemented in such a manner that in no case the traffic handling capacity of the Call Servers goes down.
1.1.17 The Services shall continue to be provided even in case of failure of a subsystem without degradation in performance.
1.1.18 The IMS based NGN Core shall provide IP interface towards MPLS/RPR network and shall consist of either GigE optical interface/Gigabit Ethernet interface/100 base
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
25
T (Fast Ethernet) with (1+1) redundancy. It shall interface with a switch/router (co-located or remotely located) as per interface specified in TEC GR No. GR/TCP-01.
1.1.19 For implementation of the solution, the different IMS Core domains will be required to be set up. Each domain shall have two set of Call Servers. It shall be possible for one set of Call Servers to act as primary Call Server set and other as secondary Call server set. The two Call server sets shall work in load sharing mode. Data should be loaded in both primary and secondary Call srever, and the secondary Call server should be able to control all the MGWs/LMGs originally controlled by the primary.
1.1.20 In a distributed configuration, any call server/processor should be capable of accepting and processing a call attempt from any end-user device or any Media Gateway, at any given point of time.
1.1.21 In a distributed configuration no call server/processor should initiate overload mechanisms, unless the overall BHCA handled by Call server /SBC exceeds the value specified for overload.
1.1.22 The bidder shall indicate whether the hardware architecture is based on CTCA (Compact Telecom Computing Architecture) or Advance TCA architecture or other open architecture. The bidder shall also provide a roadmap for migration to ATCA architecture.
1.1.23 The Call server shall provide detailed xDR. It shall be possible to transfer the xDR in real time to the billing server using DIAMETER / RADIUS protocol from Call server. It shall also possible that Call server can transfer the xDRs over TCP/IP links to the billing centre using FTP or FTAM for file transfer. In addition, it shall be possible to take the xDRs on Optical / Magnetic media locally.
1.1.24 Call Server shall provide for generation of simultaneous multiple xDR files on the basis of at least four criteria. The identified criteria are postpaid, prepaid, Lawful Interception and hot billing. The files shall be so named and numbered that it shall be possible to poll these defined files separately and independently by authorised mediation devices. It shall also be possible redefine the set criterion through suitable MML command.
1.1.25 The IMS based NGN Core shall be able to interwork with the PSTN, CDMA, and GSM network of BSNL and other operators. The IMS core shall also interwork with the MSC server/GMSC server and IMS compliant Softswitches of CDoT on SIP for voice and video calls for its own network or other operator network.
1.1.26 IMS based NGN Core shall interwork with CCS7 signaling in network as specified in TEC GR no TEC/SR/NSF-SU2/01.
1.1.27 The IMS based NGN Core shall capable of interworking with the Service Control Point (SCP) in network as per TEC Gr No.S/INP-01 and shall not necessitate any changes to interfaces or protocol in SCPs.
1.1.28 The subscribers capacity required for each IMS based NGN Core site is given below in table. Each IMS based NGN Core Site shall able to handle the subscribers capacity of other IMS based NGN Core site of same domain (Zone) also in order to meet the Geographical redundancy requirement.
Zone Subscribers base
Main Site DR site or Partner site
South Hyderabad Chennai
South Chennai Hyderabad
Sub Total East Patna Kolkata
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
26
East Kolkata Patna
Sub Total North Chandigarh Lucknow
North Lucknow Chandigarh
Sub Total West Pune Ahmedabad
West Ahmedabad Pune
Sub Total
Total 4,000,000
1.1.29 IMS (Call servers &HSS) unit with minimum configuration requirements as per the
unit offered for validation under the clause no 4.1.31 Annexure-1 to Section 5 part B shall be supplied. However, IMS (Call servers &HSS) set (one or multiple units) along with other control& application layer equipments shall be dimensioned at each NGN core site to meet the subscribers base indicated in table under Cl 4.1.28 Annexure-1 to Section 5 part B and also to meet the additional capacity required for geographical redundancy configuration. The detail dimensioning shall be submitted along with the technical bid.
1.1.30 A sizing certificate along with detail calculation for various interfaces as mentioned in TEC GR /SW ITA -001/ 02 March-10 chapter 10 for the proposed subscriber base shall be submitted.
1.1.31 However, for validation testing purposes IMS (Call server & HSS) along with other control equipments shall meet the minimum requirement as per details for different parameter such as Subscribers capacity, BHCA etc. for applications as given below.
Sl. No.
Parameter Value ( Minimum)
1. Subscriber capacity 350K
2. Simultaneous call flow for normal calls 100K
3. Number of trunks/Circuits connected 150K
4. Minimum number of prepaid subscribers 50% of total subscribers
5. Media Gateways connecting capacity (LMG & TMG) 500
6. SIP terminations 300K
7. BHCA 4 M
8. Call holding time for normal calls (POTS) 120 sec
9. Traffic carried per subs (Erlangs) for normal calls and SIP calls
0.25
10. Average Traffic per junction (Erlang) 0.7
11. Over load BHCA capacity for normal calls and SIP calls
5 M
12. Processed BHCA capacity in case of overload for normal calls and SIP calls
5.4 M
13. VoIP calls BHCA for normal calls and SIP calls 5 M
14. Average Holding Time for SIP calls 180 sec
15. Call Mix – intra Call server inter SIP-to-SIP calls, SIP-to-PSTN/ PLMN calls and inter network calls
25K
16. No of incoming trunk category 256
17. Minimum no of outgoing directions 1000
18. Itemized billing over junction for selected trunks group 300
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
27
for both incoming and outgoing calls
19. Storage capacity of SDRs/CDRs for 100% calls 30 days
20. Number of calling line category 128
21. No of signaling point code supported 512
22. Min no of charging rate supported 1024
23. Maximum capacity of subscribers charge meter units As per capacity of subscriber base
24. No of different charge records required for different services
Minimum 4 per service but shall be configurable as per requirement
25. No of selected trunk group for taking bulk billing for incoming and outgoing calls with maximum capacity of charge units
2048
26. % of link utilization for network planning Maximum 80% traffic on per link
27. Analyzing capacity of codes At least 10000 codes
1.1.32 The offered IMS solution shall be based on ETSI TISPAN and 3GPP IMS architectures. The proposed IMS schematic is given at Figure 1.
1.1.33 The IMS architecture shall conform to TEC GR /SW ITA -001/ 02 March-10 of IMS. Bidder shall arrange for test equipment for demonstration of the features/functionalities as envisages in these TEC GRs.
1.1.34 The IMS based NGN Core shall support Number Portability. (Please refer Amendment No. 36 below)
1.1.35 IMS based NGN core shall support the interworking with ISDN Access Gateway(IAG) on SIP and/or H.248 standard protocol.
1.2 Call session control Function (CSCF):
1.2.1 Call session control function (CSCF) including P-CSCF, I-CSCF, S-CSCF &E-CSCF shall conform to TEC GR /SW ITA -001/ 02 March-10 of IMS.
1.2.2 CSCFs shall support High availability / Redundancy requirements as specified under the TEC GR referred. It should provide for 99.999% uptime through implementation of measures as specified at Para 4.1.15 of this section as applicable.
1.2.3 All the redundancies shall be provided in such a manner that in case of failure of a subsystem the established calls shall not be disturbed. The redundancies are to be implemented in such a manner that in no case the traffic handling capacity of the Call Servers goes down.
1.2.4 The Services shall continue to be provided even in case of failure of a subsystem without degradation in performance.
1.2.5 CSCF shall inter-work/ inter-operate with other manufacturer’s products in the network namely MGCF, LMG and Application Servers etc.
1.2.6 CSCF functionality at two geographically redundant sites shall work in Active –Active load sharing configuration or in a pool for the purpose of traffic handling. CSCF at each geo redundant site may have more than one CSCF module depending upon the traffic and scalability requirement.
1.3 Home Subscriber Server(HSS)/ User Services Profile Function (USPF):
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
28
1.3.1 HSS/USPF is a master database for users. It shall be the entity containing the subscription-related information to support the network entities actually handling calls/sessions.
1.3.2 HSS/USPF shall conform to the Generic Requirements as per TEC GR /SW ITA -001/ 02 March-10 of IMS. .
1.3.3 HSS/USPF shall be working in Geo-redundant Hot Standby configuration. Geo-redundant USPF configuration shall have ‘No Single point of Failure’. There will be no service degradation in case of a site failure
1.3.4 HSS/USPF shall have sufficient storage capacity to handle data corresponding to combined IMS customer strength in respective zones put together. Bidder shall provide dimensioning details for Storage.
1.3.5 In addition, HSS/USPF shall support the following.
a. The HSS/USPF database server shall store the Initial Filter Criteria (iFC) as part of the user profile.
b. Public User Identity/identities shall get authenticated by the network during registration, in accordance to ETSI TS 123 228.
c. Private User Identity/identities shall take the form of a Network Access Identifier (NAI) as defined in RFC 2486.
d. The database server shall be aware of the type of authentication supported by the user.
e. HSS/USPF shall support both SIP_URI and TEL_URI user identity formats. f. Deployment of UPSF and SLF separately or in a single physical node. g. Interfacing with HLR (if required) to implement services (like e.g. Wide Area IP
Centrex, FMC etc) requiring common/ combined database of the subscribers across the domains.
h. Open interfaces for provisioning and CRM 1.3.6 HSS/USPF shall provide for necessary Data back-up, and Data replication (from
Main to DR site or Partner site )& recovery in case of planned and unplanned outages as per requirement. It shall also allow all these operations from remotely located NMS.
1.3.7 The bidder shall submit a detailed documentation clearly detailing the data replication methodology and protection mechanism. Both sets of hardware located in geographically separated locations shall be capable of handling the full rated load and each set shall be capable of handling the full rated load in case of disaster. It should be also possible to have these geographically separated nodes to work in load sharing way.
1.4 Break-out Gateway Control Function support (BGCF)
1.4.1 BGCF, a SIP server, shall interact with S-CSCF, MGCF and peer BGCFs in external IMS networks. BGCF shall be used for routing a call from IMS to PSTN/PLMN or UMTS and support following requirement
1.4.2 BGCF shall support the Mi interface between the BGCF & the S-CSCF; Mj interface between the BGCF & the MGCF and Mk interface between the BGCF & another BGCF according to TS 123.002.
1.4.3 BGCF shall receive request from S-CSCF to select appropriate PSTN/PLMN Domain break out point for the session.
1.4.4 BGCF shall select the network in which the interworking with the PSTN/PLMN Domain is to occur. If the interworking is in another network, then the BGCF shall forward the SIP signalling to the BGCF of that network.
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
29
1.4.5 BGCF shall select the MGCF in the network in which the interworking with PSTN/PLMN domain is to occur and forward the SIP signalling to that MGCF. This shall not apply if the interworking is a different network.
1.4.6 BGCF shall conform to TEC GR /SW ITA -001/ 02 March-10 of IMS.
1.5 Media Gateway Control Function (MGCF/AGCF)
1.5.1 MGCF shall support Mg interface to CSCF and associated functional behavior.
1.5.2 It shall have the flexibility to co-locate SGW and IM-MGW in one node in case conversion of transport for signaling is needed locally.
1.5.3 The MGCF shall control the media gateways using the H.248 control profile as per ES 283024.
1.5.4 The H.248 shall be transported using SCTP or UDP.
1.5.5 The MGCF shall support text encoding in ABNF format.
1.5.6 AGCF (Access Gateway Control Function) shall be provided either separately or as part of MGCF.
1.5.7 MGCF shall conform to TEC GR /SW ITA -001/ 02 March-10 of IMS.
1.5.8 MGCF shall support High availability / Redundancy requirements as specified under the TEC GR referred. It should provide for 99.999% uptime through implementation of measures as specified at Para 4.1.15 of this section as applicable.
1.5.9 MGCF shall provide complete transit (Class-4) applications for packet network and PSTN/PLMN network.
1.5.10 The MGCF shall control Trunk Media Gateway (TMG) of different make and model in respect of all services, features and other functionalities.
1.5.11 The MGCF shall provide international gateway functionality (IGF) to work on CCS7, SIGTRAN and SIP signaling with exchanges in other countries directly. This facility support use of different version of ISUP, SIGTRAN and SIP for national and international working. This facility shall support & provide multiple signaling point codes for use in national and international CCS7 signalling. IGF functionality shall be provided for 20% of TMG capacity.
1.5.12 It shall possible to support routing of calls based on country of origin (as per incoming trunk group).
1.5.13 MGCF shall support following clauses of TEC GR SW/NGN-LTS/01.Jan-09
(i) Cl no 3.1.6 for codec support (ii) Cl no 4.1.2, 4.1.3.2, 4.1.4 , 4.1.6 , 4.1.7, 4.1.11 & 4.1.15 for Signaling and
protocol interworking (iii) Cl no 4.1.16 for interface to billing system. (iv) Cl no 5.1.4 for Quality of services (v) The clauses of chapter 5 for quality requirement and chapter-8 for security
requirement
1.6 Network attachment subsystem (NASS):
1.6.1 NASS shall include the functions of Network Access Configuration Function (NACF), Access Management function (AMF), Connectivity session Location and Repository Function (CLF), Profile DataBase Function(PDBF) and Customer Network Gateway(CNG).
1.6.2 NASS shall conform to TEC GR /SW ITA -001/ 02 March-10 of IMS.
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
30
1.6.3 NASS shall support High availability / Redundancy requirements as specified under the TEC GR referred. It should provide for 99.999% uptime through implementation of measures as specified at Para 4.1.15 of this section as applicable.
1.7 Resource and admission control subsystem (RACS) :
1.7.1 It shall not be limited but include the following logical functions
(a) Application Functions(AF) is collocated in P-CSCF (b) Server Based Policy Decision Function (SPDF) (c) Core-Border gateway Function (C-BGF) is in the SBC (d) Access Resources and Admission Control Function (A-RACF) (e) Resource Control Enforcement Function is in the Edge Router
1.7.2 RACS shall conform to TEC GR /SW ITA -001/ 02 March-10 of IMS.
1.7.3 RACS shall support High availability / Redundancy requirements as specified under the TEC GR referred. It should provide for 99.999% uptime through implementation of measures as specified at Para 4.1.15 of this section as applicable.
1.8 MRF(Media Resource Function)/Media Server
1.8.1 The MRF shall provide media resources including Digit detection, announcement playback and recording, Media mixing function such as 3 to 6 party call conferencing, video media etc.
1.8.2 MRF Shall be as per TEC GR /SW ITA -001/ 02 March-10 of IMS.
1.8.3 MRF shall support High availability / Redundancy requirements as specified under the TEC GR referred. It should provide for 99.999% uptime through implementation of measures as specified at Para 4.1.15 of this section as applicable..
1.8.4 It shall be possible for Media Servers to accept controlling messages from two IMS systems.
1.8.5 It shall be able to provide each announcement in at least three languages one after the other for each circle in zone.However, in a zone total number of regional languages including hindi and English may be upto 16.
1.9 Charging functions(CF):
1.9.1 IMS core shall support the functional requirement of charging as specified in the TEC GR /SW ITA -001/ 02 March-10 of IMS.
1.9.2 IMS functional units shall provide support for both online and offline charging. The charging control system shall support -
Session based (offline & online) charging.
Event based (offline & online charging).
Flow based charging as per 3GPP Rel. 6 and Rel. 7. 1.9.3 CF shall support FTP or FTAM over TCP/IP for transfer of CDRs to existing
Convergent Billing & CRM system of BSNL for postpaid subscribers.
1.9.4 On line charging information from the nodes like S-CSCF, MRFC and AS etc, shall be forwarded to the Online charging function (OCF) of prepaid system through Ro interfaces using Diameter protocol. The On line charging shall support both IEC (Immediate Event Charging) and ECUR (Event Charging with Unit Reservation) modes of charging.
1.9.5 Off line charging information from the IMS entities like S-CSCF, MGC and AS shall be collected by CCF (Charge collection function) through Rf (Diameter) interface(s). The CCF shall generate CDRs out of the session/event charging information and
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
31
send them to Convergent Billing System in real time and through FTP over TCP/IP. CCF shall be part of the supply under this tender.
2 Session Border Control (A-SBC, N-SBC) 2.1 SBC shall conform to TEC GR No GR /SBC-01/ 02 Mar-10 2.2 The SBC shall have no single point of failure. The SBC shall have the following
redundancies:
a. Control Module subsystem shall be fully redundant ( e.g. 2N modules=N module + N module) .
b. Peripheral Subsystem including the Hard disks shall be fully redundant ( e.g. 2N modules=N module + N module). The Peripheral subsystems shall be accessible from the multiple control subsystems simultaneously. Failure of one peripheral subsystem shall not lead to switchover of the control subsystem. The two peripheral subsystems shall have identical data stored on them so that complete network information is available at all times.
c. Power Supply shall be fully redundant (e.g. 2N modules=N module +N module). The power supply shall have provision for feeding from two different sources. The DC-to-DC converters shall be provided for each subsystem separately and shall be fully redundant ( e.g. 2N modules=N module + N module).
d. Packet Interface Redundancy shall be provided using different module/card. Both the module/card shall be accessible by both the control subsystems. Failure of a interface module/card shall not lead to switch over of control subsystems
2.3 All the redundancies shall be provided in such a manner that in case of any failure the established calls shall not be disturbed.
2.4 The SBC shall be supplied with at least GigE Interface in 1 + 1 configuration and Fast Ethernet (100 Mbps) Interface in 1 + 1 configuration. The interface redundancy shall be provided using different interface module.
2.5 The SBC is required for both UNI and NNI connectivity with other IP networks.The separate SBCs shall be provided for network SBC (N-SBC) and Access SBC (A-SBC).
2.6 The SBC is used to provide VoIP peering with other operators. 25% of calls/traffic shall use VoIP peering with other networks/operators. The SBC is to be connected to SIP terminals and IMS Core both. The subscribers using SIP client shall be taken as 25% of subscriber base.
2.7 Trans coding, an internal SBC function is required for 50% calls . 2.8 In case a standalone Database Server is provided, then it shall be 64-bit EPIC/RISC
based processor having sufficient storage capacity to handle data corresponding to SBC.
2.9 SBC shall provide for necessary Data back-up, and Data replication (from Main to DR site or Partner site) & recovery in case of planned and unplanned outages as per requirement. It shall also allow all these operations from remotely located NMS.
2.10 Design Values for SBC shall be as follows:-
S. NO.
PARAMETER Minimum capacity
Scalable upto
1. Media latency ≤15 microsec
2. Call attempts per second(caps) 150 750
3. Concurrent calls (cc) 32K 100K
4. Switching capacity non blocking(throughput) (Gbps)
4 Gbps 30Gbps
5. Rate of registration 100/sec 750/sec
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
32
6. SDR storage capacity At least 120 hrs
7 Rate of re-registration 1000/sec 5000/sec
8. Number of VLANs Up to 2000 4096
9. Signalling latency ≤1 millisec ≤1 millisec
10 Number and type of Ethernet interface and numbers of port required
Fast Ethernet interfaces in 1+1 configuration Bidder to provide exact numbers as per dimensioning rules used by him. (The bidder has to furnish the dimensioning rules also)
10. Interface with existing CDR billing platform
FTP over TCP/IP
11. DIAMETER RADIUS
As per RFC 3588 As per RFC 2865 The latest updates/ amendments to these RFC shall be supported
3 SIP Application Server (SAS) 3.1 There shall be a SIP Application Server in IMS core. The SAS shall comply the TEC
GR GR /SAS -01/ 01 Nov. 2009. 3.2 SAS shall able to provide all the supplementary and basic services mentioned in the
TEC GR of SAS. 3.3 The SAS shall have no single point of failure. The SAS shall have the following
redundancies:
a. Control Module subsystem shall be fully redundant (e.g. 2N modules=N module+N module) .
b. Peripheral Subsystem including the Hard disks shall be fully redundant ( e.g. 2N modules=N module+N module). The Peripheral subsystems shall be accessible from the multiple control subsystems simultaneously. Failure of one peripheral subsystem shall not lead to switchover of the control subsystem. The two peripheral subsystem shall have identical data stored on them so that complete network information is available at all times.
c. Power Supply shall be fully redundant( e.g. 2N modules=N module+N module). The power supply shall have provision for feeding from two different sources. The DC-to-DC converters shall be provided for each subsystem separately and shall be fully redundant.
d. Packet Interface Redundancy shall be provided using different module/card. Both the module/card shall be accessible by both the control subsystems. Failure of a interface module/card shall not lead to switch over of control subsystems
3.4 All the redundancies shall be provided in such a manner that in case of any failure the established calls shall not be disturbed.
3.5 The SAS to be deployed in the IMS core shall be supplied with the GigE(1000 Mbps) and Fast Ethernet (100 Mbps) Interface in 1 + 1 configuration. The Ethernet interface redundancy shall be provided using different interface module.
3.6 The SAS shall provide SIP/Isc for interworking with the IMS Call server. The call and message handling resources in the SAS shall act in load sharing mode at the interface points of the SAS as well as at call / message processing level. SAS should
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
33
use suitable hardware and/or software mechanism to implement this by making use of its own internal resources only. However, there should be no proprietary implementations in the solution. The redundancy can be provided using Active/standby architecture.
3.7 The SAS shall work with -41V to -57 V D.C. input from the power supply as specified in Option-1 of TEC GR/SAS-01. DC Power is mandatory.
3.8 The SAS shall support at least two operator terminals per site.It shall also allow all these operations from remotely located NMS.
4 Services for NGN Subscribers
4.1 The services that shall be supported / provided to NGN subscribers including the basic telephony services.
4.2 NGN shall enable all the mandatory services as well as desirable services as listed in the TEC GR TEC/SR/NSF-SU2/01.Jan.09 in the latest version available on the date of bid submission.
4.3 The POTS subscribers shall be terminated on LMG which shall be controlled by NGN core equipments. PSTN services and other services to POTS customers shall be provided from the Application server(s).
4.4 It shall support to provide the services from third party application service providers to NGN subscribers.
4.5 IN and other legacy/ existing services like PRBT/MRBT etc described in this tender shall be provided by integrating with existing legacy applications like IN, PRBT/MRBT etc.
4.6 Basic Telephony and Supplementary services to POTS subscribers: These services shall be provided to POTS customers as per ETSI ES 282.0001 or ETSI ES 182.012.
Originate/ transfer/ Hold Communication
Call Waiting.
Multi telephone number
Call Forwarding busy.
Call forwarding Immediate.
Call forwarding – No answer.
I/C call only line(Operator defined Time based)
O/G call only line(Operator defined Time based)
O/G Call Restriction Service.(Operator and subscriber defined Destination and time)
I/G Call Restriction Service.(Operator and subscriber defined Origination and time)
Non-metered line.
Conference Calling Three parties.
Calling time Identification – Presentation (CLIP).
Routing to Announcement/VMS.
Malacious Call Identification (MCI)
Temporary out of service subscribers.
Fixed Line SMS support.
Unified Messaging Service (UMS).
Parallel Ringing.
Calling Line Identification on Call Waiting.
Selection Call Acceptance.
Selection Call Register.
Call forwarding based on line and Time.
Call forwarding on Not Reachable (CFNR).
Per Call CLIP.
Anonymous call / Communication Register.
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
34
Message Waiting indication
Support for CRBT/. 4.7 Basic telephony/Supplementary and Multi-media services for SIP subscribers shall
be provided as per relevant & latest ETSI / 3GPP/ IETF/ OMA / GSMA RCS specs. 4.8 Basic telephony/Supplementary and Multi-media services shall be supported for both
prepaid and post paid customers. Further these services shall be usable in both On-net and off-net environment.
4.9 Basic /Supplementary services for SIP subscribers.
Originate/ transfer/ Hold Communication
Originating Identity Presentation
Originating Identity Restriction
Terminating Identity Presentation
Terminating Identity Restriction
Communication Forwarding - Unconditional
Communication Forwarding - Busy
Communication Forwarding - No Reply
Communication Diversion Notification – Served -user
Communication Diversion Notification – Reminder
Communication Diversion Notification – Caller
Barring Programs
Three Party Call
Self Administration (via Ut interface)
Network Announcement
Operator Black Lists
Operator Anonymous Communication Rejection
Conference
Communication wait 4.10 Multi-media services for SIP subscribers: 4.10.1 BSNL intends to provide following Multimedia services through PC clients and IP
phones connected via broadband network while providing voice based supplementary services to POTS subscribers connected to access gateways/ LMGs.
4.10.2 The MM services shall be supported are as follows
Point to point video communication
Presence and Group Management(PGM) NGN (instant) Messaging IP – Centrex Multi media conference Web portal GSMA - RCS support IN , MRBT services requiring integration with existing legacy systems FMC (VCC)
RCS R1 / R2 based MM services across Fixed and mobile domains
4.11 MRBT: Multimedia Ring-Back Tone(s) (MRBT) services to NGN subscribers shall be provided by integrating with existing legacy applications like IN, MRBT etc .
4.12 The method of access, administration and charging various supplementary services and other features for POTS shall be as per TEC document on Service Requirement NO. SR/ASF-01 for Analogue subscribers
4.13 Services shall be allowed only when authorized by the administrator. 4.14 Registration, activation and deactivation codes for all supplementary services shall
be programmable by a GUI interface.
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
35
4.15 It shall be possible to expose the NGN enablers i.e. ‘Presence’, ‘Group Management’ and ‘Messaging’ as Web Services in order to allow these enablers to be used by third party application developers.
4.16 NGN Messaging :The NGN Messaging shall be supported to allow RCS users to send, receive and transfer files such as Voice, Text, Video, Pictures to/from other RCS users.
4.17 IP Centrex - 4.17.1 The IP based Centrex services shall be possible to provide to both the POTS and
SIP users in the same zone through from respective NGN core and IP Centrex features as described in TEC GR No. GR/IPC-01. Any combination of SIP as well as POTs subscribers can be used for IP Centrex.
4.17.2 IP Centrex allows small and medium size enterprises to deploy PABX/ CUG service without really installing system physically in their premises. IP Centrex service is operator hosted deployed at centralized location and extending services to enterprise or other user groups in wide area i.e. across the country.
4.17.3 The following features should be support for IP Centrex subscribers: a) Auto Callback b) Blind Call Transfer c) Call Forwarding Always d) Call Forwarding Busy e) Call Forwarding No Answer f) Call Forwarding Selective g) Call Hold (Flash Call Hold) h) Call Intercept (user) i) Call Notify j) Call Return k) Call Trace - Customer Originated Trace l) Call Waiting m) Calling Line ID Blocking Persistent n) Calling Line ID Blocking Per Call o) Calling Line ID Delivery p) Calling Line ID Delivery per call q) Cancel Call Waiting Persistent r) Cancel Call Waiting per Call s) Consultation Hold t) Extension Dialing u) Last Number Redial v) Malicious Call Trace w) Personal Web Portal x) Speed Dial 8, Speed Dial 100 y) Three-Way Audio calling z) Calling Plan – Incoming aa) Calling Plan – Outgoing bb) Configurable Feature Codes cc) Configurable Feature Codes Prefix dd) VPN Support
4.18 Multi Media Video Conferencing
4.18.1 IMS core shall support multi media services. Multimedia services for SIP subscribers to be provided by utilizing the MMVC server deployed under existing NGN network. The system shall support multimedia communications between SIP – based and soft terminals via SBC to provide multimedia service. IMS (Call Server & HSS) shall support multiple audio/video coding formats such as G.711, G.723, H.261, H.263 and H.264.
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
36
4.18.2 The point to point multimedia communication services shall be supported as follows:
(i) Instant messaging: Allows real-time communication by means of text between one terminal user and another who has already logged in.
(ii) Video Communication: With respective cameras installed, a terminal user can directly originate a video call to the opposite party and the appropriate video quality can be determined depending on the network bandwidth.
(iii) Application share: A terminal user shares an application; then the opposite party can use this shared application remotely. Application Sharing is an element of remote access that enables two or more users to access a shared application or document from their respective computers simultaneously in real time. Generally, the shared application or document runs on a host computer and remote access to the shared content is provided to other users by the host user.
(iv) Electronic whiteboard: Both parties can write and draw on the same picture, for example, for discussion purposes. This is applicable to many occasions such as remote teaching and technical exchange. An Electronic white board is a computer-based, distributed, shared graphical and text working space. One useful application of Electronic white board is for distance learning.
(v) Content release: The contents of advertisements and media streams can be released through a multimedia terminal, and a platform can be used to selectively locate the user or to immediately release.
4.19 Fixed Mobile Convergence
4.19.1 It shall support Fixed Mobile Convergence as per 3GPP Release 8 or the latest releases.
4.20 DIMENSIONING PARAMETERS : 4.20.1 Profile (Percentage) of the subscribers using VAS including Multi media services
S.No. Standard Services %age of
subscribers
1 Voice call 100%
2 Voice Conferencing (3-way minimum) 20%
3
Presence & Group management Instant messaging /chat Video call Video and Image sharing File transfer
25%
4 Network Address Book 20%
5 IP Centrex within same IP Domain 25%
6 Wide Area IP Centrex 20%
7 MM conferencing 15%
8 Fixed Mobile Convergence (FMC): subscribers shall have voice call continuity in Fixed and GSM network as per requirement
20%
9 MRBT/PRBT/CRBT 100%
4.20.2 Profile (Percentage) of the subscribers for use of basic / supplementary Services
S.No. Name of Facility Subscribers (%age)
1 Automatic Alarm Call Service: (a) Usage (b) Simultaneous Registration.
100% 10%
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
37
2 Absent Subscriber Service. 10%
3 Call Waiting. 100%
4 Do not disturb 10%
5 Multi Telephone Number 100%
6 Call Forwarding (Busy /Immediate/No answer) 50%
7 Call Restriction I/C only calls. 10%
7a Call Restriction O/G only calls 10%
8 O/G Call Restriction Service Subs. Controlled (Dynamic STD) 100%
9 O/G Call Restriction Service Administration controlled 100%
10 Printed Record of Duration of charge of calls (AMA) 100%
11 Announcement followed by dial tone of off hook. 100%
12 Conference Calling – Three party 20%
13 Fixed Designation Call – Immediate or Timed Out (Hot Line) 10%
14 Malicious Call Identification 5%
15 Analogue CLIP 100%
16 CLIP based barring 100%
17 Temporary out of service subs. 20%
18 Third Party Enquiry 5%
19 DTMF 100%
20 Abbreviated dialing 100%
21 SDR generation for all type of subscribers 100%
5 Prepaid Services – IMS core shall support prepaid billing for the services also. 6 Integration with Different Project of BSNL - 6.1 It shall be the responsibility of the Successful Bidder(s) to integrate & inter-work the
Equipment supplied under this project with all other network equipments supplied by other vendors and the existing network equipment. The bidders are required to make due diligence in respect of technical and financial implications in respect of integration as specified here under before submission of bid. Any hardware and software requirements including services & any commercial thereto for integration with the existing network equipments/systems wherever required, the cost shall have to be borne by the Successful Bidder. It shall be the responsibility of the Successful Bidder of the Package I Core NGN equipment to get their equipment integrated with the existing network & systems /new NGN Core, and ensure seamless integration & inter-operability.
6.1.1 In case the Successful Bidder fails to establish integration with the existing equipments/systems, BSNL reserves the right to get integration done by the incumbent vendors at the cost of the Successful Bidder.
6.2 Integration with other equipment supplied under Class 5 NGN project
6.2.1 It is responsibility of L-1 bidder of Package-I through this tender to integrate the NMS with the eMS of other vendor supplied under Package-I & Package-II of this tender and any other eMS deployed as part of Class-5 NGN network in future also. However, the other successful bidders of eMSs shall share API, MIBs, Interface Information etc. to facilitate integration of eMS with NMS as per requirement.
6.2.2 Successful bidders shall be responsible for integration/interworking of different core equipments of this project including Multimedia Video Conferencing, Wide Area IP Centrex, Prepaid etc. with that of different core equipments supplied by own or other successful bidder of this project in the intra-zone and inter-zone.
6.2.3 Successful bidders shall be responsible for integration and delivery of applications/services to end subscribers within the intra zone & inter-zone.
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
38
6.2.4 Successful bidders shall be responsible for integration/interworking of its core equipments with that of NGN Access equipments supplied by successful bidder of Package-II.
6.3 Integration with NIB network-
6.3.1 The existing IP/MPLS NIB network/Aggregation network shall be used as core transport network. The PE routers of IP/MPLS network, RPR switch, OCLAN switch etc shall be used for connecting the equipments being planned/ deployed under this project.
6.3.2 It shall be the responsibility of the Successful bidder(s) to ensure the end-to-end QoS and integration of the supplied equipment with the IP/MPLS Backbone/ Aggregation network of BSNL at no extra cost to BSNL.
6.4 Integration with OSS&BSS of Wireline(CDR system):
6.4.1 Successful bidder shall be responsible to integrate NGN Core equipment and other associated equipments with CDR system (OSS/BSS of wireline & Broadband) for the purpose of Commercial, CRM, Customer care, Billing and Provisioning system etc for the services to be extended to NGN customer.
6.4.2 The Successful bidder shall also integrate NGN core with CDR system of respective Zone & respective mediation system for online transfer of the call data records (CDRs)/files.
6.5 Integration for the Broadband services-
6.5.1 Successful bidders shall be responsible for integration of different core equipments of this project with different equipments of Broadband Projects of NIB like BRAS/BNG, AAA, SSSS & SSSC, Motive, Metasolve provisioning system etc.
6.5.2 Successful bidders shall be responsible for integration of different core equipments equipments etc of this project with different equipments/subsystem of OSS/BSS project of NIB like Webportal, LDAP, AAA, Provisioning system, OM/IM, mediation/billing etc.
6.6 Integration/ Interworking with Wireline& Wireless subsystem-
6.6.1 Successful bidders shall be responsible for integration of different core equipments of this project with that of IPTAX network already installed in the BSNL network.
6.6.2 Successful bidders shall be responsible for integration/interworking of different core equipments of this project with the existing SSTP network (Signaling Network ) of BSNL .
6.6.3 Successful bidders shall be responsible for integration/interworking of different core equipments of this project with the existing PSTN/ISDN, 2G/3G-GSM network & CDMA/WiMAX network.
6.6.4 Successful bidders shall be responsible for integration/interworking with the CDoT MAX NG (IMS compliant NGN class 5 of CDoT technology).
6.7 Integration/ Interworking with Applications -
6.7.1 Successful bidders shall be responsible for integration/interworking of different core equipments of this project withexisting services application like messaging, Video/voice over IP etc.
6.7.2 Successful bidders shall be responsible for integration/interworking of different core equipments of this project withthe existing IP TV services of BSNL as required.
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
39
6.8 A brief of existing network of BSNL is given at Appendix-A
6.9 Interworking with IN system
6.9.1 Successful bidders shall be responsible for integration/interworking of different core equipments of this project with the existing IN system of BSNL for IN services.
6.9.2 IN services shall be provided as per TEC Spec. No. G/LLT-01/05 Mar.03 and S/INP-01/01 Jul 97 & G/INS-01/03 JUNE.2001 with amendment 1. INAP as per National Standards (TEC specification No. S/ INP-01/01 JUL 97) shall be provided. Inter-working problems with the BSNL’s SCPs have to be solved free of cost. Switch will have ‘CS2’ capability for implementation of CS2 services at a later date.
6.9.3 Above mentioned IN services are required for POTS and SIP subscribers. Necessary functionalities of SSP with stand-alone IP per site shall be provided.
6.9.4 The traffic and call duration for 'IN' call is same as for non-IN calls. All subscribers should be able to make ‘IN’ calls, but in capital load terms, BHCA for 'IN' calls will be 10% of the total BHCA of each model configuration.
6.9.5 ‘IN’ Platform such as SCP, SMP need not be provided. It shall be possible for IMS core to inter-work with existing SCP through SSTP.
6.9.6 In case bidder fails to integrate with the existing IN system deployed in PSTN of BSNL for any of the IN service in operation, an alternate solution/application system shall be provided for the respective IN service(s) free of cost to BSNL. In such cases, bidder shall also integrate such application system with existing PSTN of BSNL.
6.9.7 The required simulators/testers shall be provided for testing purposes.
7 Carrier Selection :
7.1 As per TRAI directives for carrier selection implementation, it shall be mandatory for BSOs to route all de-fault calls to pre-recorded announcement. Therefore provision shall be made for 100 % subscribers for default calls at 0.01 Erl traffic /line in addition to other requirements of the announcement devices.
7.2 The NGN Core dimensioning shall take care of various resources such as processors, senders, receivers, memory, etc for implementation of 4 digit code for carrier selection.
7.3 The network shall support Carrier Selection feature as TEC GR No.SR/ASF-01/03 Mar.03. Carrier Pre-selection feature for at least 16 carriers for NLD and 16 carriers for ILD i.e 256 combinations shall be provided. The facility should be provided for destination based selection.
8 DNS & ENUM Server 8.1 NGN shall conform to the Generic requirements, ‘Naming and Addressing’
requirements as specified in TEC GR. 8.2 ENUM/ DNS shall be implemented as Internal DNS/ENUM and External DNS/ENUM
to provide security. 8.3 ENUM & DNS (in one city) shall be working in Geo-redundant Hot/ Standby
configuration. Geo-redundant ENUM/ DNS configuration shall have ‘No Single point of Failure’ and shall provide for 99.999% uptime. There shall be no service degradation in case of a site failure.
8.4 DNS & ENUM shall have sufficient storage capacity to handle data corresponding to combined NGN subscriber base in their respective zones put together.
8.5 DNS & ENUM shall provide for necessary Data back-up, and Data replication (from Main to DR site or Partner site) & recovery in case of planned and unplanned
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
40
outages as per requirements. It shall also allow all these operations from remotely located NMS.
8.6 ENUM shall also support following Functional Requirements: 8.6.1 The solution shall support an E164 to SIP URI routing translation service. This
service shall result in single or multiple DNS NAPTR resource records being returned to the CS for a successful lookup.
8.6.2 ENUM server will support DNS/ENUM RFCs 3761, 2916, 1035, 1034. 8.6.3 At the IP layer, the solution must support UDP, TCP, IPv4, and IPv6 connections. 8.6.4 Data schema shall support wildcards for routing entries 8.6.5 The solution shall support DNS functionality in addition to ENUM (i.e., serving DNS
records) 8.6.6 The solution shall support returning a number of SRV records with priority as well
their associated A records 8.6.7 The solution will provide an information repository for number, name and IP address
data 8.6.8 The capability will provide a publish feature for number, name and IP address data 8.6.9 The solution will provide a facility for input and change of IP address data. 8.6.10 The solution shall support the following signaling interfaces: SIP, TCAP. 8.6.11 The solution shall support scaleable and flexible data schema(s) used to provide
the routing translation service, easily configurable. The solution shall be authoritative for the hosted routing information
8.6.12 The solution shall support diverse routing responses using NAPTR resource records to the IMS Call server including support for proportional distribution of routing information. The solution shall also support the mapping of E164 numbers to single and multiple NAPTR records.
8.6.13 The solution shall support Origin Based Routing (OBR) whereby the routing chosen, may depend upon the origin, location and destination information.
8.6.14 The solution shall support PSTN network routing prefix in the NAPTR records as part of the SIP URI: a. Using routing prefix for TDM networks
b. Using routing prefix for IP networks
8.6.15 The ENUM Server must support the option to only allow DNS queries from a configurable set of IP addresses. This set must support at least 100 addresses. The supplier shall quantify any related the performance impacts.
8.6.16 The ENUM Server must support multiple top-level domains. 8.6.17 The ENUM Server must support the storage and return of multiple NAPTR records
for one E.164 number. 8.6.18 The ENUM Server must support mapping policies that allow for resolving E.164
numbers up to 16-digits in length. 8.6.19 The ENUM Server must support wildcard NAPTR records. 8.6.20 The ENUM Server shall support SOAP or plain XML/HTTP for its batch and
individual record upload APIs. The ENUM server must support SOAP or plain XML/HTTP provisioning APIs that allow for full remote configuration of the server, including loading and changing DNS Zone records.
8.6.21 The ENUM server must provide a GUI-based configuration and management console.
8.6.22 Solution must provide 99.999% availability 8.6.23 Solution must provide ability to eliminate single points of failure 8.6.24 Solution must support disaster recovery and vendor must provide disaster
recovery procedures 8.6.25 ENUM/DNS database shall support a single zone or multiple zone spread over up
to 1,000 zones and the ENUM server must simultaneously support 10,000 queries/sec, with average latency no greater than 0.25ms per query.
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
41
8.6.26 The ENUM server must support a configuration that uses separate network interfaces for ENUM query traffic and administrative traffic
8.6.27 Modify solution security policies in place without affecting services, underlying programs, or requiring code modifications.
8.6.28 The integrity of the communications between any clients and the ENUM servers shall be protected.
8.6.29 The ENUM Server shall Support IPSEC authentication using TSIG. It shall support DNSSEC.
8.6.30 Systems that make up the solution shall have authentication, authorization and audit logging capabilities for all access by administrators.
8.6.31 The solution shall support following RFCs: a) RFC 4033 – Secure DNS
b) RFC 4034 – Resource records for DNSsec
c) RFC 4035 – Protocol modifications required to implement DNSsec
d) RFC 4398 – Storing digital certificates in DNS
e) RFC 3225 – Indicating that resolvers support DNSsec
f) RFC 3007 – Support Dynamic DNS in DNSsec zones
g) RFC 3658 and RFC 3755 – Support DDNS in DNSsec zones and the
delegation signer standards
h) RFC 2845 – Support of TSIG
i) RFC 3645 – Support of GSS/TSIG records
j) RFC 3730, RFC 4114, RFC 4310 – Extensible Provisioning Protocol
8.7 TheENUM server should meet the following Operational Requirements: 8.7.1 The solution must restart securely after a failure. 8.7.2 In the event of an unrecoverable error, the solution shall include the ability to roll
back the configuration of all affected elements to a known good state 8.7.3 The solution shall support mechanisms to protect against Denial of Service (DOS)
attacks 8.7.4 The solution must be secure and robust as possible. The supplier shall describe
mechanisms in its implementation that contribute to robustness and security; for example by avoiding invalid or unauthorized zone transfers, mitigation of threats targeting well known ports and protocols, general infrastructure attacks (e.g., denial of service) and DNS-specific attacks (e.g., cache poisoning, domain hijacking, man-in-the-middle).
8.7.5 Solution must provide ability to restore system after a failure using supplied management tools.
8.7.6 Solution must provide ability to maintain security logs for a period of 30 days or more, and then archived to permanent storage.
8.7.7 Local application logs shall be maintained for a period of 30 days. 8.7.8 The solution shall be supported automated back-up tools for period capture of back-
ups 8.7.9 The solution shall be supported with an Element Management System and shall
support an external Network Management System. 8.7.10 The solution shall be supported with a set of diagnostic tools for monitoring and
managements. 8.7.11 The solution shall support a set of test and diagnostic tools to assist in the
resolution of faults and in performing unit, integration, and conformance testing 8.7.12 The solution shall support web and command line (and scripting) tools that are
available to the administrator to allow configuration and management testing 8.7.13 The solution must support the ability to be integrated bi-directionally (i.e. to send
and receive information) using standard interface technologies and messages. Example technologies include: XML, JMS, RMI, Java Connector Architecture, OSSJ, SOAP EPP etc.
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
42
8.7.14 The solution shall provide a management interface to allow the solution components to be monitored remotely by a network management platform (e.g. via the management network or a dial-up terminal server).
9 Lawful Interception System-
9.1 BSNL has already deployed the Lawful Interception system for Class-5 NGN subscribers. The LIS is deployed at each NGN core site i.e. Bangalore, Hyderbad, Kolkota, Bhubnehwar, Pune, Ahmedabad, Lucknow & Chandigarh. The successful bidder shall integrate their system with the LIS systems already installed with NGN core sites.
9.2 The LIS system is compliant to specification as per TEC/GR/SW/LIM-01/03 Dec-08 & TEC/GR/SW/LIS-01/03 Jun-08.
9.3 It is possible to intercept manage and monitor voice, data, video and other multi-media calls including email & SMS in the NGN on a real time basis. Monitoring is possible for 12 Law Enforcement Agencies with two E-1 each agency and minimum 5000 targets. Further, it is mentioned system support the target provisioning scalability upto 20000 targets.
9.4 The system shall intercept 720concurrent calls per IMS core Site. Call Content shall be extended on E1circuit and Call Related data shall be transferred over TCP/IP. In case the LEA is collocated with IMS core, it shall be possible to extend call-content on Ethernet port also. Provisioning shall be made from centralized/decentralized through client after receiving request from LEA. The bidder shall have to furnish the detailed write up about the Lawful Interception solution being provided by him.
9.5 NGN Core shall support following standard interfaces for lawful interceptions:-
9.5.1 X1, X2 & X3 Interfaces – to connect interception access points (intercepting NW elements) with LI - Management system which comprises of Administrative function (ADMF), Mediation function (MF) and Delivery function (DF).
9.5.2 Handover interfaces & HI1, HI2 & HI3: between LI - Management System (NW operator Domain) and Lawful Enforcement Monitoring facility (Law Enforcement Agency) – to handover warrant for LEAs to MW Operation (on HI1) and for delivery of interception signaling information (IRI) and content (CC) on HI2 & HI3 respectively.
10 Network Management System(NMS) & Element Management System(eMS): 10.1 Telecom Network Architecture - The Telecom Management Network Architecture
shall be based on the five Layer TMN Model of the ITU (T). The TMN hierarchy is pyramidal from top to bottom consisting of Business Management Layer (BML), Service Management Layer (SML), Network Management Layer (NML), Element Management Layer (EML) and the Network Element Layer (NEL). In the Class 5 Network Planned through this Tender, only the bottom three Layers (NML, EML and NEL) are taken into account. The BML and SML layer shall be used from the existing OSS/BSS of BSNL as part of CDR & NIB project.
10.1.1 Network Element Layer (NEL): It shall contain the actual piece of Hardware or network devices that are responsible for providing the various services. This layer shall communicate with EML for different orders like provisioning, activation, testing etc. Elements shall provide all information / functions required by NMS as described in the document. The different Network elements involved in the Class 5 Network are same as described in the SOR.
10.1.2 Element Management Layer (eML): It shall be responsible for managing the set of homogeneous network elements. EML shall help in providing the FCAPS
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
43
management functionality to the network elements on the basis of orders received from NML. The aim of putting EML in the TMN architecture is to provide openness above EML. All proprietary implementations shall end at EML itself. EML shall provide all information/functions required by NMS as described in TEC GR No. TEC GR SD/NMS-02/01 FEB 2005.
10.1.3 Network Management Layer (NML): It shall be responsible to manage and control all the network elements in the network through Element Managers. The network Management Layer shall provide the interface between the Service Management layers and shall be responsible for all the FCAPS activities. It shall also provide the formatted xDRs to the rating / mediation system.
10.2 Network Management System –
10.2.1 BSNL has already deployed NMS system in BSNL for NGN network. The NMS has been deployed in Main and DR architecture. The Main NMS is deployed at Bangalore and DR is deployed at Kolkota site. Bangalore is also a Main Network Operation center(NOC) and Kolkota is DR-NOC.
10.2.2 The deployed NMS support FCAPS functionalities and NMS with the help of eMS & OSS/BSS covers broadly following -
i. Inventory Management
ii. Configuration Management
iii. Provisioning management
iv. Service Usage and Assurance
v. Fault Management
vi. Performance Management
vii. Resource Utilization data Collection
viii. QoS Assurance
10.2.3 Successful bidder shall integrate their eMS system with the existing NMS for NGN system. The Element Management System (eMS) which interfaces with the Network Elements is required to handle the proprietary management interfaces at one end and open interface i.e. CORBA/xML etc on north bound interface to integrate with NMS. The detail requirement of eMS is given below.
10.3 Element Management System(eMS):
10.3.1 EMS shall help in providing the FCAPS management functionality to the network elements on the basis of orders received from NMS. All proprietary implementations shall end at EMS itself. EMS shall provide all information/functions required by NMS as described referred TEC GR. The eMS shall perform the following functions.
10.3.2 eMS shall be supplied by all the bidders for their respective network elements. The eMS proposed system shall have SNMPv1, v2 & v3 support.
10.3.3 eMS for Network Elements shall support northbound open interfaces like SNMP/JAVA/CORBA/XML for integration with the NMS. Open interfaces supported by eMS should, inter-alia, provide fault, topology and performance statistics. The bidders shall be required to provide API/MIBs to facilitate integration of eMS with NMS. It should be possible to provide FCAPS for all NEs in the network from NMS.
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
44
10.3.4 The eMS shall support FCAPS as per TEC standard SD/NMS-02/01
10.3.5 The System shall be able to assign minimum three different categories of users, including but not limited to
(a) Helpdesk User
(b) Operation and Maintenance User
(c) System Administrator
10.3.6 The application shall be designed to control access right of users in respect of function menu and geographical area of interest.
10.3.7 The eMS of all the NE's shall be running at Main Network Operation Center (NOC) with disaster Recovery at Secondary NOC.
10.3.8 The servers deployed in the NOC/DR NOC shall have sufficient capacity to store data at maximum load for at least a month.
10.3.9 All the MIBs (public as well as private)/GDMO for all the components of the CLASS 5 network shall be provide to the BSNL during validation.
10.3.10 Service Delivery: It consist of: i. Inventory Management Support:It involves maintaining a record of all the NE
resources that are installed in the sub network to support the provisioning of
services; it includes collection of locations, quantities of equipment, model
numbers, serial numbers, versions, installation dates, etc. To ensure
ongoing operational integrity, the eMS periodically resynchronizes its
database with the NE using the auto discovery mechanism. It also auto
discovers equipment-provisioning parameters that are stored in the eMS
database for use in other service-provisioning, service-assurance
operations.
ii. Configuration Management Support: It involves complete control of sub
network resources, topologies, and redundancies and includes the
installation and turn-up of new equipment resources; it may include the
assignment of resources to trunk routes or service areas, the control of
equipment, and network protection switching.
iii. Provisioning Support: It involves the creation of specific connections or the
enabling of specific sub network features and the assignment of these to a
specific subscriber for an extended period; the connections and features
may take into account or be determined by a QoS level that is guaranteed to
the subscriber.
iv. Service Usage Support: It involves the measurement of the usage of the sub
network resources by the various subscribers; this is the basis for billing.
10.3.11 Service Assurance: It consist of i. Fault Management Support: It involves the monitoring of the network
resources to detect malfunction, preempt failures, and detect faults. After
faults are discovered, the operator must troubleshoot, repair, and restore the
network as quickly as possible. Fault management ensures that service
remains available.
ii. Performance Data Collection Support: It involves the periodic collection of
quality metrics that characterize the performance of the network resources
over service intervals. It also facilitates the visualization of trends that can
indicate periodic or gradual degradation of physical resources.
iii. Resource Utilization data Collection Support: It involves the collection of data
on the level of utilization of network resources assigned to subscribers. This
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
45
data can be used to determine whether the service product is appropriately
matched to the subscribers' usage characteristics. It can also be used to
forecast demand and suggest service upgrades before QoS suffers.
iv. QoS Assurance Support: It involves ensuring that the quality metrics
characterizing network performance remain within the agreed limits. It
requires proactive monitoring of the network fault, performance, and utilization
parameters to preempt any degradation in service quality
10.3.12 Fault Management: i. The proposed eMS platform shall support the following features &
functionalities.
a. Fault & Alarms management.
b. Fault and troubleshooting capabilities shall include but not limited to
Fault aggregation/consolidation, fault-severity indications, extensive
list of fault filters, fault-forwarding, fault event-driven actions such as
email, paging, scripts, forwarding etc.
c. Network topological view using hierarchical viewing methods. The
views must be customizable to manageable hierarchy. The view must
be either graphical forms or in linked-list form.
ii. The eMS shall have total alarm visibility of all NEs under its management.
These shall be customized according to BSNL requirement.
iii. It shall be possible to send critical alarm alerts through SMS or e-mail and the
same shall be configurable.
iv. The fault management system shall able to perform the following, but not
limited to, functions
a. Network and service fault alarms with severity level indicators.
b. Archive log for historical alarms and events.
c. Threshold alarms
v. The Vendor shall describe in detail the Fault Management functions of Alarm
Monitoring, Event Handling, Testing, Troubleshooting, Root Cause Analysis
and Reporting.
vi. The fault management shall be able to provide root cause analysis and
correlate the physical failures
10.3.13 Performance Management – Service Assurance & Accounting i. Ability to generate SLA reports based on monitoring performance parameter
MIBs in the NEs. It must also support threshold violation alarms.
ii. The System shall be able to retrieve, generate and print reports and graphs
on Performance Management data based on real time, time intervals, daily,
weekly, monthly, annually or specific period, for all NEs and its resources by
using the built-in report capabilities of the System.
iii. The System shall be able to support provision of performance measurements
(e.g. QoS/CoS) at the Interface/ Port level
iv. The Vendor shall describe in detail how the System Administrator can control,
configure, diagnose, query, set thresholds and monitor the eMS locally and
remotely. The Vendor shall also propose the management of the log files.
10.3.14 Configuration Management i. The tool should be able to discover network devices based on SNMP, IP
Address, manual or as batch entry using CSV format.
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
46
ii. The tool should be able to do configuration changes for network devices from
a central location.
iii. The tool should be able to capture and keep record of any configuration
change happening on a network device.
iv. The tool should be able to keep a record of who does what change for
auditing purpose.
v. The tool should support bare metal configuration of network devices.
vi. The tool should provide configuration roll back option, so that a device can be
brought to a good state configuration.
vii. The tool should support blocking device, for change execution.
viii. The tool should provide capability to follow an approval workflow before some
or all changes can be implemented.
ix. The tool should be able to perform ACL updates on selected or all network
devices.
x. The tool should be able to run diagnostics and health check on selected or all
devices to reduce manual effort and help in quickly diagnosing problems. It
should be able to provide easy to comprehend diagnostics report.
xi. The tool should enforce changes, which comply with the organizational
policies using calendars and scheduling.
xii. The tool should be able to generate compliance reports for management.
xiii. The tools should provide easy custom report generation capability
10.3.15 The eMS shall support discrete configuration of the network elements. 10.3.16 The eMS shall be able to export configuration files to 3rd party applications for
modeling, integrity checking, or generation reports. 10.3.17 The eMS shall provide a chassis view / device view of all the devices. 10.3.18 The eMS shall have an Embedded Object Oriented Database for efficient
administration & cost effectiveness. The database shall have sufficient capacity to store data at peak load for minimum one month.
10.3.19 License charges: The Network architecture and Customer base support required has been clearly specified. License is chargeable by vendors in different ways, some based on number of individual components like LMGs, NGN Core etc, some on number of servers on which the application is hosted, and so on. The details of such charging indicating future scalability to 100% of present requirement shall have to be furnished in the Software costs.
10.4 Server for NMS/eMS 10.4.1 Server shall be 64 bit RISC or EPIC architecture processors with minimum 8 cores
scalable to 16 cores in each server. Each processor shall be minimum 2Ghz clock speed having a minimum of 8 GB dedicated RAM per core. The highest cache available in the model at the time of submission of the bid shall be quoted. Number of equipped cores shall be as per sizing certificate given by the authorized signatory of software (Application) OEM.
10.4.2 Server shall have an operating system of Unix/Linux." Only supported software that is supported by respective OEMs for the period of contract (i.e. Eight years) shall be supplied.
10.4.3 Server shall have dual redundant power supplies. 10.4.4 The eMS solution supplied shall be in high availability mode with redundancy i.e.
N+1 (Active or Passive) configuration. 10.4.5 In case of requirement of clustering software, same also shall also be supplied
and cost of the same shall be separately quoted along with the requirement of the number of licenses. The number of Cores, memory, disk volume should not be less than the total of the individual servers.
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
47
10.4.6 The No. of equipped Cores in the Server shall be based on the actual hardware sizing of the application.
10.4.7 All servers shall be rack mounted using rack mounting kits to be supplied by the server vendor (OEM) in server vendor’s 19” (42 U) racks (OEM). The number of racks shall be minimised for optimised floor space utilization. Bidder shall ensure that the racks are identical. OEM rack mounting kit shall be supplied along with the racks. Provision shall be available for power cable terminations, power switches, along with lacing of cables. Fan shall also be available in the rack for cooling.
10.4.8 All components shall have provision for Ethernet and RS232C Console Ports 10.4.9 All components shall provide clients for administration. 10.4.10 It shall support installation/un-installation of system and application software from
a central location. 10.4.11 It shall support centralized management and control of different versions and
releases of system and application software for different components. 10.4.12 It shall support installation/Rollback of software patches from a central location. 10.4.13 During the installation of software, message regarding successful installation or
failure (including the stage of installation when failure occurred) shall be displayed 10.4.14 FTP/TFTP shall be supported for downloading software, configuration, patches etc
to the OSS components. 10.4.15 It shall support GUI based configuration and reconfiguration of system and
application software from a central location. 10.4.16 Monitoring tools shall be provided for detection and diagnosis of the faulty
component. 10.4.17 It shall support Open interfaces for logging and monitoring. 10.4.18 All SW applications shall be able to run in a redundant active – standby pair of
hosts with automatic switchover in case active server or its applications have any failure..
10.4.19 It shall have ability for tracing and debugging the system and applications through logs. Level of tracing and debugging shall be configurable.
10.4.20 User interfaces of software shall have the following features: (a) Provision for search and help
(b) Customize and define help content
10.4.21 Backup/Restore support shall be available for all applications: (a) Through Command Line Utilities / GUI
(b) Provide automated backup and restore capabilities.
10.4.22 Appropriate methodologies at the application level or file system level have to be implemented for optimizing the file system size for messaging and billing etc for fast clean and recovery even in the case of file system crash.
11 Networking and Other Equipments
11.1 Layer-3 Switch 11.1.1 Layer-3 Switch shall provide connectivity for the connectivity of different servers,
databases and other critical devices at each location under this project. The LAN Switch shall be "High Range" as per Chapter 3 TEC-GR No: GR/LSW-01/03 SEP 2007.
11.1.2 Layer-3 switch shall be deployed in secure zone in each arm. 11.1.3 There should be sufficient headroom in the chassis of each Layer-3 switch to cater
for the complete requirement of this project, without requiring any additional chassis and with no impact on performance.
11.1.4 The Layer-3 switches shall be deployed in high availability pairs (Active-Active or Active-Standby mode for optimised performance) across different arms of each site.
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
48
11.1.5 Gigabit Ethernet interface ports shall be supplied as per the actual total number of NGN equipments/servers.
11.1.6 For connectivity to PE routers of IP/MPLS core the LAN Switch shall have 1000 Base LH Gigabit Ethernet on single mode 1550 nm fibre interfaces in 1+1 configuration. The ports required for connectivity to PE routers shall be sufficient to carry all types of traffic for all NEs connected to it. The LAN switch should provide CE functionality also.
11.2 Firewall System 11.2.1 Firewall shall be as per TEC GR no. GR/FWS-01/02 SEP 2006 (or latest TEC GR
as available as on date of bid submission). Bidder shall provide clause by clause compliance to TEC GR. In addition to GR, following features are also required and the same will prevail upon the related Clauses in TEC-GR, in case of any contradiction:
11.2.2 Firewall shall be deployed in high availability configuration. 11.2.3 Firewall shall have redundant and hot swappable power supplies. Firewall shall be
DC (-48 V nominal, capable to operate in range of -40 V to -57 V) or AC Powered (220 V _+ 10% -15%) nominal at 50 ± 2 Hz
11.2.4 Firewall shall be handling minimum performance criteria as per category “D” of referenced TEC GR with all features enabled without deterioration in performance. However, it shall be overall responsibility of the bidder to demonstrate the capability of supplied Firewall to meet the volumetric of this project at full load at each site (NOC, DR-NOC & Primary core sites); If at any time, during the warranty & AMC period of this project, it is found that the performance is degraded due to undersized Firewall, bidder shall replace it free of cost with suitable high end solution.
11.2.5 Bidder shall provide minimum 8 fixed GigE ports (Electrical Interface) on each firewall.
11.3 Network Intrusion Detection System (NIDS) 11.3.1 NIDS shall conform to TEC GR NO. GR/IDS-01/02 OCT 2007 (or latest TEC GR
as available as on date of bid submission). The bidder shall provide clause by clause compliance to TEC GR. In addition to GR, following features are also required and the same will prevail upon the related Clauses in TEC-GR, in case of any contradiction.
11.3.2 The NIDS shall detect any unauthorized internal/external intrusion attempts at each site and shall provide comprehensive information regarding appropriate policies for application on the firewall, NIPS to prevent attacks. It shall be possible to apply these policies automatically, if required.
11.3.3 NIDS shall be positioned at each site and shall be configured in fail-over mode to protect entire traffic.
11.3.4 Shall be server or appliance based with minimum performance figures as defined for “C” category of TEC GR & to handle the traffic requirement as per minimum volumetric of this tender. However, it shall be overall responsibility of the bidder to demonstrate the capability of supplied NIPS to meet the volumetric of this project at full load at each site; If at any time, during the warranty & AMC period of this project, it is found that the performance is degraded due to undersized NIDS, bidder shall replace it free of cost with suitable high end solution.
11.3.5 Comprehensive signature database with more than 10000 attack signatures and updates for new attack signatures shall be provided.
11.3.6 Shall provide unlimited custom defined signature database. 11.3.7 Shall log raw data locally for internal forensic analysis of attacks for a period of at
least 30 days. 11.4 Network Intrusion Prevention Systems (NIPS)
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
49
11.4.1 NIPS shall be as per TEC GR no. GR/IPS-01/01 NOV 2006 (or latest TEC GR as available as on date of bid submission). Bidder shall provide clause by clause compliance to TEC GR. In addition to GR, following features are also required and the same will prevail upon the related Clauses in TEC-GR, in case of any contradiction.
11.4.2 Shall be deployed in inline & stealth mode to protect the traffic of all segments. 11.4.3 Shall be deployed in High Availability mode at each site. 11.4.4 Shall be handling minimum performance criteria as per category “C” of referenced
TEC GR with all features enabled without deterioration in performance. However, it shall be overall responsibility of the bidder to demonstrate the capability of supplied NIPS to meet the volumetric of this project at full load at each site; If at any time, during the warranty & AMC period of this project, it is found that the performance is degraded due to undersized NIPS, bidder shall replace it free of cost with suitable high end solution.
11.4.5 Shall support minimum 5000 OEM defined signatures and shall have no limitation for custom defined signatures.
11.5 Peripherals: 11.5.1 In addition to system specific peripherals/terminals, PCs and printers as per SOR
for line testing, administrative functions, alarms, documentation and other miscellaneous functions.
11.5.2 PC Specifications- IS0 9002 certified, CPU- Intel Core 4 Duo Processor - 2.8 GHz or above with input voltage range 180-250 volts, 4 GB RAM or above, at least 1MB L-2 cache (in-built), at least 256 KB Flash ROM for System BIOS, Power management (plug-n-play) and manageability in a network, Keyboard skin and Ethernet interface (10/100/1000 Mbps).Dust covers, power cables, stickers bilingual (Hindi/English) shall be provided by the supplier.
S.No Items
i. 500 GB or above Hard Disc
ii. 104 Keys enhanced Keyboard
iii. Fast serial Port
iv. Enhanced Parallel Port (Support for ECC/EPP/ECP)
v. At least 2 Front USB Ports
vi. PS2 Mouse Port
vii. Three buttons optical Mouse with pad
viii. DVD Writer Combo drive
ix. 17 “ TFT Colour Monitor
x. Preloaded latest Windows operating systems, (Software- MS Office (latest edition) , Antivirus Software)-with Licensed Original version in CD/DVD ROM media with Manuals.
xi. Preloaded Documentation with back-up on CD/DVD
xii. Preloaded technology specific software wherever applicable with backup on CD/DVD
11.5.3 Printers shall be ISO 9002 certified with input voltage range 180-250volts. Dust covers, power cables, connectors etc. shall also be provided by the supplier.
S.No Items Requirement
i. Printing speed 24 ppm or above (A4/ letter size paper)
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
50
ii. Resolution 1200 DPI x 1200 DPI
iii. Automatic Language switching
Yes
iv. Media Sizes Letter, Legal, A4 Executive
v. Media Type Plain Paper, Envelopes, Labels etc.
vi. Scalable Type Faces 10 True Type, 35 Intelli-font
vii. Connectivity High Speed Parallel Port, IEEE 1284 Compliant
viii. Memory 4 MB (Min.)
ix. Paper Tray 2 Nos.
x. Input Cap 250 Sheets (Min.) - A4 size paper
xi. Software Printing Software drivers for latest Windows OS and specific software
xii. Ports USB & Ethernet
11.5.4 Provision should exist for loading of centralized antivirus management system for
all O &M terminals. 11.5.5 It shall be possible to support file transfer on IP through one of the designated PC
also.
11.6 Tools And Testers: 11.6.1 One complete set of Tools, Testers, simulators instruments etc. is to be proposed
and provided for each core site needed for installation of the equipment. 11.6.2 NGN & Triple Play protocol analyzer, NGN protocol analyzer shall support all the
protocols used in respect of media, signaling ,IMS Call server - Call Server inter-component messaging /communication , security etc as well as triple play functioning.
12 Hardware Sizing For NGN Equipment, Servers And Appliances
12.1 Processor utilization metric: 12.1.1 Hardware sizing shall be based on the following CPU utilization metric. The sizing
shall be applicable to both Blade server architecture as well as Standalone server architecture.
a) CPU Utilization (%age) = 100 – CPU Idle % b) Peak CPU Utilization shall not exceed 80% at any time, on 24x7X365 basis. c) Average CPU Utilization over any hour, measured at 5 minute intervals, shall
not exceed 50%. (The above utilization matric shall also be applicable to RAM and cache also.)
12.1.2 In case CPU utilization exceeds the value defined above, bidder shall supply additional hardware free of cost to BSNL.
12.1.3 Bidders must note that the hardware sizing indicated in this document is minimum and indicative. Bidder shall supply at least the minimum hardware specified in this document. Bidder shall provide a certificate from the application OEM that the hardware quoted in the bid is sufficient to meet the application requirements as per the tender.
12.1.4 If any additional hardware, software and license are needed to meet the requirement of this tender document to the same shall be quoted by the bidder, along with sizing details and bill of material.
12.1.5 If any specific module of the application requires separate hardware for proper functioning, the same shall be quoted, by the bidder, along with sizing details and bill of material.
12.1.6 If at any stage of this project and till the full capacity is reached it is found that the solution requires additional hardware, software, licenses or other resources or any customization effort to meet the requirements envisaged in this tender document,
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
51
the same shall be supplied and implemented by the bidder without any cost to BSNL
12.2 Servers / Systems and their Configuration:
12.2.1 NGN components/servers/ systems shall be Carrier Grade, certified for or
functionally compliant to ATCA (Advanced Telecom Computing Architecture) and certified for NEBS by a third party accredited lab. The architecture shall provide 99.999% or higher level of service availability through integration of features for resiliency, redundancy, serviceability and manageability through implementation of at least the following (and as applicable) measures.
. No single point of failure. All Control, Processing and other critical modules shall have 1+1 redundancy. All Power modules shall have N+1 redundancy (with load balancing) Failover mechanism Non-blocking backplane capacity. Mirroring of call processing states and relevant call information. Carrier Grade Operating system Real time capability (Real time OS/ computing/ protocols etc) System and Self management (as specified under ATCA or better) including
Remote booting/ management/ disc services etc. Signaling Interface redundancy shall be implemented in 1+1 configuration
whereas media interface redundancy may be 1+1 or N+1 configuration. Hot swap-ability amongst redundant modules. Peripheral subsystem including hard disks shall be fully redundant. The
peripheral subsystem shall be accessible from multiple subsystems simultaneously. Failure of one peripheral subsystem shall not lead to switchover of control subsystem. The two peripheral subsystems shall have the data mirrored. So that important network information is available all the times.
12.2.2 Server hardware configuration at each of the main or Geo-redundant domain/ site shall be either 1+1, N+1 or as a pool of (N) servers where 1<=N<=4 depending upon the category of application/ system.
12.2.3 Depending upon the application/ data processing requirements and the amount of data to be handled, NGN systems/ servers can be configured as only ‘Application servers’ or ‘Application plus DB servers’. Further database may be integral part of such servers or may be implemented on separate storage box.
12.2.4 The offered systems/ servers shall have configuration as given in Table below. The configuration shall be minimum and indicative and the bidder shall dimension and propose the HW as well as I/O ports/I/O slots/ I/O devices and internal storage etc on servers as per requirement.
12.2.5 Server shall be 64 bit RISC / EPIC / CISC architecture processors with
minimum 8 cores scalable to 16 cores in each server. Each processor shall be
minimum 3 Ghz clock speed having a minimum of 8 GB dedicated RAM per
core. Server shall have dual redundant power supplies. The highest cache
available in the model at the time of submission of the bid shall be quoted. No
of equipped cores shall be as per sizing certificate given by the authorized
signatory of software (Application) OEM. The number of equipped Cores in the
Server shall be based on the actual hardware sizing of the application. EMS
server shall be in N+1 configuration at same site to meet High availability.
12.2.6 The server shall be provided with a minimum of 2 numbers of hot plug 1TB
10K RPM SAS hard disk drives. The server should also support SAN boot. The
server shall support Ethernet and fiber channel connectivity OR Converged
Network Adapters in lieu of the same. Bidder shall provision Database storage
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
52
capacity to store data at peak load for minimum three years. Detailed
calculation of storage capacity calculation shall be submitted by the bidder.
12.3 Operating System for Servers/systems : 12.3.1 Operating system shall be Carrier Grade, 64 bit architecture, ‘Unix 98’ compliant
and shall support following standards. Interface standard: X Open C2 level security Graphics standard: X11, post script, OpenGL, Display Postscript Desktop standard: CDE, Motif Object standard: Java IDL Connectivity standard: ONC, ONC+, NFS, WebNFS, SMB. Support for
other standards, if any, shall be indicated by the bidder. Internet standards: HTTP, FTP, Telnet, DNS, NTP, IMAP4, DHCP, SNMP,
SMTP, Ipv6, IP-Sec, Kerberos, SASL, OCF Support for NIS+ Network and IO multi-pathing
12.3.2 Operating system shall also have the following features. Independent and isolated OS images shall be runs in each partition. Support Virtual IP Address to help applications remain available if network
adapter connection is lost.0 Shall support IP fail over Journaling file system and a volume manager shall be provided with each
server OS shall support online version upgrades. OS shall be provided with cluster software. OS shall be provided with Server Management software.
12.4 Cluster Software:
High Availability Cluster Software supplied with servers shall have following general features: (a) Shall support integrated load balancing of the workload in the cluster. (b) Shall support Ethernet cluster heartbeat link. It shall be possible to form a Cluster
across different classes of servers from the same vendor (c) Shall provide flexibility for adding or removing servers in the cluster as needed
without bringing the cluster or applications offline (d) Shall Ensure cluster members stay in sync and communicates status instantly
throughout the cluster inter connect. (e) Shall allow simultaneous access to storage from multiple servers that is load
sharing between servers and enables full use of enterprise RAID subsystems (f) Shall allow policy based fail-over. (g) Shall provide wide range of application support to develop agents for non-
standard application. Cluster solution proposed for database servers shall be Database aware.
(h) Shall provide both system-based and application based monitoring. (i) Shall have Extensive scalability of at least 8 cluster nodes. (j) Cluster nodes could be added and removed as business needs change. (k) Shall have support for WAN based High availability cluster solution. (l) Shall support data replication.
12.5 Data Protection, Backup And Disaster Recovery Solution:
12.5.1 Geo-redundancy for different NGN systems/ components, as applicable, shall be
implemented as per requirements specified for different system/subsystem in this tender.
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
53
12.5.2 NGN elements shall preserve CDRs and the History of all important command/ transaction/alarm logs, audit trails etc for a period as specified in respective section of Call Server, eMS/NMS, Application Servers, LIMS in RAID 0/1. The prepaid CDRs shall be available on line in production environment for a period ofminimum 6 months in RAID 0/1.
12.5.3 Full copy of Data (all Data except CDRs of postpaid billing) shall be backup on separate disc storages with minimum two copies for the purpose of restoration. The data shall be backed up on discs through two full PIT (point in time) copies in RAID 5.Data shall be archived in tape/disc for a period of at least 2 years.
12.5.4 Backup solution shall have ability to backup all the popular industry cluster solutions and OS. It shall support all the platforms like Solaris, HP, UX, AIX, Windows NT/ 2000 and Linux
12.5.5 Proposed Backup software shall provide Auto Scheduling functionality including in-built frequency and calendar based scheduling system.
12.5.6 Backup solution shall have Single Backup Host connectivity for various Operating systems like Solaris, HP-UX, Win NT, Win 2000, Linux etc. via SAN/LAN. Backing Server must be configured with the relevant configuration to meet the above Backup functionality.
12.5.7 The proposed Backup Solution Software should have full command line support on above mention OSs.
12.5.8 Backup shall be independent of the OS to which the tape drive is connected. 12.5.9 Following Business continuity Plan objectives shall be met for Main NOC and DR-
NOC site. Data back-up window : Four Hour RPO (Recovery Point objective): One hour RTO (Recovery Time objective): 24 Hours Two Business Continuity Volume (BCV) copies of data in RAID 5 shall be
provisioned at main site and one BCV copy in RAID 5 at DR site. 12.5.10 The vendor shall provide the Data Replication implementation services for the
offered solution proposed and implemented.
13 Electrical Infrastructure: 13.1 Uninterrupted power supply (UPS) :This specification describes a three-phase, on-
line continuous operation, solid-state uninterruptible power supply (UPS). The features of the UPS system shall be as below: -
13.1.1 General –
(i) It shall be modular/standalone & online UPS, designed for 24x7 operation. Online UPS means that the input AC power shall be subjected to process of inversion & conversion to supply conditioned & pure sine wave AC supply to the load.
(ii) The UPS system shall be wired to supply conditioned and uninterrupted power supply to the application servers, network equipments, storage device, workstations or any other equipments installedNGN Core sites, wherever applicable.
(iii) Proper ventilation/cooling arrangements to support continuous operation.
(iv) It shall be housed in a self supporting structure made of steel. It shall house all the components of the UPS. Optionally batteries can be housed separately.
(v) UPS shall be as TEC GR no. GR/UPS-01/03 May 2006 and amendments if any.
(vi) Battery backup available shall be for minimum 3 hours for full load. Batteries supplied shall be maintenance free VRLA Batteries and shall be as per TEC GR No. GR/Bat-02/02 Mar 2006 with amendments if any.
(vii) It shall condition the power supply by regulating the power factor & harmonics in the input mains power supply.
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
54
(viii) It shall be 3-phase input & 3-phase output power supply UPS system.
(ix) It shall have high availability through intelligent precision-charging that maximizes battery performance, life, and reliability.
13.1.2 Architecture-
(i) Entire UPS system shall be supplied in N+N configuration based on actual KVA requirements as calculated by the bidder.
(ii) Total UPS shall be supplied in units of capacity as mentioned in SOR for NGN Core sites.
13.1.3 Input Power Supply:
(i) Commercial power supply as per Indian standards.
13.1.4 Output Power Supply:
(i) Nominal output voltage shall be AC, 3 phase and neutral (adjustable steplessly) with ± 1% accuracy.
(ii) Output waveform shall be true sine wave.
(iii) UPS Output shall be isolated from UPS input through an isolation transformer.
(iv) Output Frequency: UPS shall provide 50 Hz +/- 0.5 Hz free running (battery operation)output.
(v) It shall support unbalanced load. Load unbalance of 50% shall not trip the UPS i.e. if a load on one of the three phases is ‘x’ kVA then a load of x/2 shall not trip the UPS.
(vi) It shall be able to supply 150% overload for atleast 60 seconds and shall supply 125% overload for atleast 10 minutes. This enables the system to handle inrush currents, sudden peak loads and output faults without transitioning to bypass.
(vii) The UPS shall operate with an efficiency of more than 90% at 75% of the rated load.
13.1.5 Manageability
(i) It shall provide for redundant serial ports for manageability by eMS of the data center. UPS shall be SNMP compliant for SNMP trap etc.
(ii) It shall have provision for remote management of the UPS over the network.
(iii) It shall allow management of the UPS locally through a text-based display that allows quick diagnosis via stored alarm conditions and events.
(iv) The UPS shall indicate if the unit is on battery, if the battery is low or if there is an overload condition.
(v) The UPS shall monitor the health and status of the external batteries and their expected runtime.
(vi) The UPS shall ensure early detection of potential problems by periodic testing of UPS components.
(vii) It shall prevent unauthorized access to the UPS through a suitably designed rack system.
13.1.6 Protection Requirements
(i) Output short circuit protection shall be there with fault isolation capability.
(ii) Input phase reversal protection.
(iii) Input voltage high/low protection.
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
55
(iv) Input surge/transient protection.
(v) Soft start or slow voltage transfer to generator. Low Battery Voltage Protection to prevent total discharge or damage to the battery, the UPS must stop supplying to connected load when the battery voltage reaches a set minimum voltage level (programmable).
13.2 SMPS Power Plant And Battery Sets: 13.2.1 SMPS power plant is to be provided as per TEC specification G/SMP-01/05
JAN.2005 and MF VRLA/Tubular battery sets as per G/BAT-01/03 MAR.2004, GR/BAT-03/01 MAR 2006 with amendments thereto. The Bidder should source the equipment (both batteries and SMPS power plants) from TSEC approved manufacturers.
13.2.2 SMPS power plant and battery sets shall be provided as per detail given in SOR. 13.2.3 The NGN Core & NOC equipment shall operate from an battery at a nominal -
48V DC (Negative 48 V DC) over the range -40 VDC to -57 V DC. However, servers/PCs/ workstations and printers may operate from 230 V AC obtained through UPS.
13.2.4 Only 100 amp or higher power modules shall be provided in power plants to be supplied for core NGN network sites. SMPS power plants are to be compatible with batteries.
13.2.5 The cabinet of power plant supplied at core NGN network locations shall be capable of generating at least 2000A. It shall be possible to increase the capacity of power plant just by addition of modules.
13.2.6 Battery sets shall be planned such that the battery sets are not discharged beyond 80 % of their rated capacity at any timeto meet 100% load.
13.2.7 2 sets of battery shall be provided. 6 hours combined batteries back up is required. Therefore, battery banks of 6 x exchange load/ (0.8 x 0.95) AH capacity shall be required, where 0.8 is permissible depth of discharge & 0.95 is the effective capacity of battery at 6 hour discharge rate, to the end cell voltage of 1.75 volts/cell.
13.2.8 Suitable switching arrangement for inter connection between various items of SMPS Power Plants, Battery sets and their interconnection in switching cubicle and further power distribution to equipment as required for the ultimate capacity of the power plant and battery sets shall be provided.
13.2.9 The following shall be assumed while calculating the lengths of power cable and the same shall be included as a distinct item in the detailed priced BoM of Installation material for respective elements:
(i) For core sites- 30m run from Power plant room to the switch room and from switch room to equipment as per the actual layout.
(ii) For LT panel to power plant, in the core sites, an average run of 30m shall be taken.
13.2.10 SMPS Power plant capacity should be such that it is to take following loads simultaneously:
(i) 10 % of rated capacity of battery, (battery float load for all sets) (ii) Exchange load during busy hour (Detailed calculations to be given
for all configurations). 13.2.11 SMPS Rectifier efficiency is to be taken as 90%. 13.2.12 Redundant SMPS module(s) shall also be provided as hot standby in addition to
requirement as calculated above. There should be a provision of one redundant module for every five modules (or part thereof as per details given below) in a system.
The number of redundant modules shall be calculated as below:
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
56
If: Y = dividend = the number of modules required for load and battery as calculated above.
5 (five) = divisor,
N = quotient = natural number
M = remainder = natural number,
Then Y = N*5+M
No. of spare modules required = either N when M is less than 3 or (N + 1) when M is greater than or equal to 3. That is redundant modules shall be provided on the following basis:
S.No
SMPS module as calculated vide Para
13.10
Spare SMPS Module (H/SBY)
Required
1.
2.
3.
4.
5.
6.
Up-to 7
8-12
13-17
18-22
23-27
28-32 and so on.
1
2
3
4
5
6
13.2.13 Maintenance spares including spares for control panel and spare fuses shall also be provided.
13.2.14 D.C. Distribution cabinet and power cables between the D.C. distribution cabinet & switch room and other related items shall have to be provided by switching equipment supplier even if SMPS power plant and battery sets are not ordered on him. However, these items can be supplied to the sites separately just like Power Plant & Battery sets.
13.2.15 The power cable and bus bar shall be rated at 2 Amp /Sq. mm. 13.2.16 Only TEC approved equipment/ Modules are to be provided. 13.2.17 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.
13.2.18 The price for each component such as SMPS modules, control rack, auxiliary rack/ expansion rack, power cable, cable trays, all types of fuse required, lugs, DCDB etc. shall be quoted.
13.2.19 The Supplier shall arrange DCDB, MCBs etc and extend DC power supply, AC power supply, earthing etc from the available points to the supplied equipments. Flexible, multistrand, fire retardant copper cables of appropriate gauge with ISI rating only should be used with tinned copper lugs of appropriate size fixed with crimping tool at the connecting ends. The power shall be tapped from MCB if the same is available at the power plant end or from the riser, if that is the case. DCDB shall be provided by the supplier with adequately rated circuit breakers in either case.
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
57
SECTION-3 PART-B2
(Applicable for Package-II, NGN Access) Detail Functional Requirements (DFR)/ Detailed Technical Requirements (DTR)
1. ACCESS EQUIPMENTS (Line Media Gateways)
1.1. Access network – It includes LMGs, customer premises equipments etc. Battery &
power plant, MDF/DDF, cabling etc. is to be supplied along with the equipment.
1.2. The different type of nodes/sites on the basis of Wire-line subscriber capacity and their tentative numbers are as below:
Table 4.1 (Tentative no. of site vis-à-vis Wire-line subscriber capacity)
Site Category
Wire-line subscriber
(POT)capacity
Total No of sites
Core/A-1 20K
This will be updated as in the NIT
A2 11-18 K
A3 6-10 K
A4 3-5 K
A5 2K
B1 1 K
B2 0.5 K
Other 0.25K or less
Total
1.3. The LMGs are required with minimum 2000, 1000, 500, 250, 128 & 64 Ports capacities as mentioned in the SOR. The multiple LMGs shall be required to make higher capacity as per requirement of respective sites. LAN Switch shall be required to aggregate these LMGs at that site.
1.4. The tentative distribution of total POTS ports shall be (including approx. 2.5% CCB-32/PCO & ISDN E-1 PRI circuits equivalent to 7.2% ports). The type of Ports and ratio of Ports required per location may vary depending upon the exact requirement of the field. The ratio of Ports may also vary.
1.5. The ADSL 2+ ports shall be physically different ports from POTS ports on the line card. In case of combo ports (the same physical port is having ADSL and POTS functionality) also, each physical port shall be counted as single port only.
1.6. In case of dedicated card for CCB32/PCO ports then the LMGs of lower Port capacity i.e. less than 500 Ports Capacity shall be Equipped with 16 Ports for CCB/PCOs. The LMGs of 1000 Ports capacity and 2000 Ports Capacity shall be Equipped with minimum 32 Ports for CCB/PCOs.
1.7. The LMGs line interface slots shall have universal slots. It shall be possible to insert any type of subscriber termination card (relating to POTS, ADSL2+ or CCB-32/PCO) in any slot in the LMGs.
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
58
1.8. Subscriber termination card shall be able to work in any type of LMGs (i.e. LMG 2000, LMG 1000, LMG 500, LMG 250, LMG 128 & LMG 64 chassis). The line cards shall be inserted in the LMGs as per field requirement up to the maximum LMG chassis capacity.
1.9. The splitters shall be inbuilt in cards or mounted on the same rack of LMG or adjacent rack to LMG rack such that one pair of wire for each port after combining with POTS Port & ADSL2+ Port at LMG location/adjacent location goes in a one length of cable containing multiple number of pairs from LMG location to MDF.
1.10. The chassis shall be wired up to the Ports capacity of the LMGs as specified in the Schedule of Requirement (SOR) in Section 3 Part(C) including the Power cables, cable from LMGs to MDF, connector, splitter etc.
1.11. It shall be possible to cascade the LMG's from the same vendor which are co-located or located in other places through the GE Ports. The cascading shall not affect any of the eMS or Port binding related functions.
1.12. It shall be possible to cascade the LMG's in different locations in a Ring configuration and one of the LMG shall act as a master which shall trunk the traffic to the aggregation Network.
1.13. The software related licenses for the support of all protocols and interfaces mentioned in the latest GR shall be ensured by the bidder.
1.14. There shall not be any software license restrictions for loading the LMG with add-on cards along with necessary cables beyond the tendered capacity up to the rated capacity (vendor’s ultimate capacity of the chassis) of the LMG. No additional software cost shall be payable by BSNL for any capacity expansion up to ultimate capacity by add-on cards.
1.15. LMG shall be controllable by two different NGN call Servers in ‘hot stand by mode’ and there should not be any service disruption. The LMG shall pose no restriction to support this functionality. When Primary or secondary Call Server fails and/or comes-back to service, established calls shall not be disconnected. Calls in the call processing stage may fail, however new calls shall be processed successfully without degradation of service.
1.16. The system shall be a true 100% multi-service capable platform in supporting all xDSL and VoIP services.
1.17. The same physical IP interfaces shall able to carry control/signaling & management traffic, customer traffic however the each kind of traffic can be separated with different VLANs/VPNs.
1.18. The uplink interface shall be optical single mode (1550nm) with capability to drive at least 20 km. The total required connectors (Sx,Lx,Zx) shall be quoted in the ratio of 30% Sx, 30% Lx & 40% Zx connector. However, connectors (Sx, Lx, Zx) shall be supplied by the bidders depending on the actual field requirement.
2. LMG’s Specification
2.1. Line media Gateway shall conform to the specification of TEC GR No. GR/SW/LMG-001/01 Jan 2009 except the ISDN line.
2.2. The desirable requirement as specified in the chapter 9 of TEC GR No. GR/SW/LMG-001/01 Jan 2009 shall conform as mentioned below-
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
59
(i) General requirements as per clause 9.1.1 to 9.1.6
(ii) Codec support as per clause 9.2
(iii) Tones and announcement as per clause no 9.3.1 to 9.3.2
(iv) Interworking with NGN core as per clause no 9.4
(v) IP Interface requirements as per clause 9.5.1, 9.5.2,9.5.4 & 9.5.7
(vi) General subscriber line test requirements applicable to PSTN(POT)/ADSL/VDSL
Ports as per clause 9.7
(vii) ADSL2+ line testing as per clause 9.7.6 except 9.7.6.6
(viii) Hardware, software, Environmental conditions & system supervision shall conform to
clauses 9.8, 9.9, 9.10 & 9.11 respectively
(ix) Traffic measurements and observations related to PSTN/ADSL/VDSL as per Clause
9.12
(x) Alarm indicationsrelated to PSTN,ADSL/VDSL as per clause 9.13
(xi) Announcement followed by dialtone on off-hook as per clause no 9.14
(xii) The equipment shall be capable of working with -40V to -57V D.C input from power
supply.
2.3. The system, in association with Call Server, Intelligent Network (IN application server) and SIP Application servers, shall support all bearer, tele and supplementary services in PSTN and Intelligent Network as per TEC SR No. TEC/SR/NSF-SU2. The system shall have capability to provides multicast capabilities andsubscriber bandwidth (ADSL2/2+ ITU Q.992.3/5) to provide to the same subscriber lines a bundle of services called Triple Play: Voice, data and Video RFC 2236 IGMP v2. The system shall provide Multicast broadcast control
2.4. Bidder shall submit the detail document giving the distribution of the Codec i.e. how many DSPs ports supports G.711, G.729 A, T.38, Modem over IP etc. Document showing that Codec negotiation during the mid-call shall also be submitted.
2.5. LMG shall work on SIP protocol with class 5 NGN Core.
2.6. IMS Inter working and Migration-LMG shall inter working with IP Mutlimedia System (IMS) for voice, video and data calls as per 3GPP, ETSI, TISPAN and ITU-T NGN standards and recommendations using SIP protocol as per TEC GR No. GR/SIP-01 (as applicable for LMG).
2.7. Inter-working with IN: The system in association with soft-switch, shall be capable of inter-working with Service Control Points (SCP) in the network as per TEC GR No. S/INP-01 (as applicable for LMG).
2.8. The system, in association with Soft-switch and monitoring equipment, shall facilitate lawful interception and monitoring for all types of communications such as voice, data, FAX, all types of message contents etc. for the complete duration of the call for all terminating and originating calls.
2.9. The system shall pose no limitation in interception and monitoring any number from monitoring positions for the complete duration of the call, for all terminating, originating and transit calls conforming to TEC GR No. GR/LIS-01.
2.10. The NTP shall be supported as per clause no 3.10 of TEC GR No. GR/SW/LMG-001/01 Jan 2009 respectively.
2.11. Redundancy Requirement
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
60
2.11.1. The LMG shall have no single point of failure. The LMG shall have the following redundancies in addition to redundancies specified per clause no 9.6.1 to 9.6.14 of TEC GR No. GR/SW/LMG-001/01 Jan 2009 of Line Media Gateway:
(i) Control Module subsystem shall be fully redundant(N+N configuration).
(ii) Power Supply shall be fully redundant(N+N Configuration). The power supply shall have provision for feeding from two different sources.
2.12. Design Parameters 2.12.1. The backplane/switching capacity and packet Forwarding rate shall be supported as
follows:
LMGs Capacity Back-plane/Switching Capacity
Packet forwarding rate (with packet size 64 Byte)
64P 4 Gbps 8 Mpps
128P 8 Gbps 16 Mpps
256P 12Gbps 24 Mpps
500P 20Gbps 40 Mpps
1000P 30Gbps 60 Mpps
2000P 50Gbps 100 Mpps
2.12.2. The LMG’s shall be supplied with Gigabit Ethernet Interface in 1+1 configuration. The Ethernet Interface redundancy shall be provided using different interface modules. The uplink interface shall be optical single mode (1550nm) with capability to drive at least 20 km.
2.12.3. The minimum GE interfaces required per LMG shall be as follows:
LMG
Capacity
GE Interfaces
Aggregation towards RPR/ Other Aggregation Networks (Uplink)
Ring/Linear Cascade for other
LMG's
Total including
redundancy
64P 1+1 1+1 4
128P 1+1 1+1 4
256P 1+1 1+1 4
500P 1+1 1+1 4
1000P 1+1 1+1 4
2000P 2+2 1+1 6
2.12.4. Other design parameters for LMG shall be as follows:
Sl No
Parameter Value
1. Subscriber Connecting capacity 256, 500, 1 K and 2K Lines for LMG of 256 P, 500P, 1000P, 2000P respectively.
2. Average Traffic per subscriber (Erlang)
0.15
3. Normal BHCA (with 10% Intra LMG calls)
At least 1,50,000
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
61
4. Overload BHCA 1.5 times normal BHCA i.e. (BHCA at S.No. 3 above)
5. Processed BHCA capacity in case of overload
90% of the overload BHCA
6. Call mix ratio 10% Intra LMG calls
7. The software related licenses for the support of all protocols and interfaces mentioned in the latest GR shall be ensured by the bidder.
2.12.5. The detail documentation for the design parameter against the clause no 9.17.5, 9.17.6 & 9.17.9 of TEC GR No. GR/SW/LMG-001/01 Jan 2009 of Line Media Gateway in addition to above mentioned parameters to meet the chassis capacity of LMG with assumption of 30% concurrency for any LMG capacity shall be submitted.
2.13. LMG shall support the legacy services presently being provided through PSTN Network namely POTS, Fax, ISDN services, IN Services.
3. ISDN PRI Solution- Bidder shall provide the solution for the ISDN PRI without any
change at customer premises equipment. The migration from present ISDN PRI working through TDM Exchanges to the NGN shall be transparent for the customer. This solution can be provided in following manner:-
3.1. In case ISDN PRI is supported in the LMG, then bidder can provide the number of ISDN PRI ports in theminimum 210 number of LMGs of 2000 Ports capacity type as per requirement given in SOR. Line media Gateway shall conform to the specification of TEC GR No. GR/SW/LMG-001/01 Jan 2009 for the ISDN line also.
3.2. In case ISDN PRI is not supported in the LMG, then bidder shall provide the ISDN Access Gateway (IAG) and IAG can be located at one location in SSA to aggregate all the ISDN PRI through that ISDN Access Gateway. The number of ISDN PRI ports shall be provided as per requirement given in SOR and IAG shall support minimum 16 ports.IAG shall be provided with following specifications/requirements-
3.2.1. It shall be possible to control IAG from two different NGN Core working in either ‘hot standby mode’ or in ‘load sharing mode’. The IAG shall pose no restriction to support this functionality.
3.2.2. The same physical IP interfaces shall able to carry control/signaling & management traffic, customer traffic however the each kind of traffic can be separated with different VLANs/VPNs.
3.2.3. Connectors (Sx, Lx, Zx) shall be provided by the bidders depending on the actual field requirement. The uplink interface shall be optical single mode (1550nm) with capability to drive at least 20 km. The total required connectors (Sx,Lx,Zx) shall be quoted in the ratio of 30% Sx , 30% Lx & 40% Zx connector.
3.2.4. ISDN Access Gateway shall conform the functional requirement as per chapter 3, security requirement as per chapter 5 of TEC GR No. GR/SW/LMG-001/01 Jan 2009.
3.2.5. ISDN Access Gateway shall conform to the specification of TEC GR No. GR/SW/LMG-001/01 Jan 2009 pertaining to the ISDN line.
3.2.6. The interconnectivity & Interoperability requirement as specified in the chapter 4 of TEC GR No. GR/SW/LMG-001/01 Jan 2009 shall conform as mentioned below-
(i) Signalling and protocol Interworking as per clause 4.1.3
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
62
(ii) Network Interface as per clause 4.2
(iii) Subscriber Interface as per clause no 4.3.3
(iv) Signalling transport as per clause no 4.4
3.2.7. ISDN Access Gateway (IAG) can be controlled by NGN Core/MGCF using ITU-T H.248 control protocol or SIP.
3.2.8. Inter-working with IN: The system in association with NGN Core shall be capable of inter-working with Service Control Points (SCP) in the network as per TEC GR No. S/INP-01 (as applicable for LMG).
3.2.9. The system, in association with NGN Core and monitoring equipment, shall facilitate lawful interception and monitoring for all types of communications such as voice, data, FAX, all types of message contents etc. for the complete duration of the call for all terminating and originating calls.
3.2.10. The system shall pose no limitation in interception and monitoring any number from monitoring positions for the complete duration of the call, for all terminating, originating and transit calls conforming to TEC GR No. GR/LIS-01.
3.2.11. Bidder shall submit the detail document giving the distribution of the Codec i.e. how many DSPs ports supports G.711, G.729 A, T.38, Modem over IP etc. Document showing that Codec negotiation during the mid-call shall also be submitted.
3.2.12. The NTP and synchronization shall be supported as per clause no 3.10 & 3.11 of TEC GR No. GR/SW/LMG-001/01 Jan 2009 respectively.
3.2.13. Redundancy Requirement-The IAG shall have no single point of failure. The IAG shall have the following redundancies in addition to redundancies specified per clause no 9.6.1 to 9.6.14 of TEC GR No. GR/SW/LMG-001/01 Jan 2009 for Line Media Gateway:
(i) Control Module subsystem shall be fully redundant (N+N Configuration).
(ii) Power Supply shall be fully redundant(N+N Configuration). The power supply shall have provision for feeding from two different sources.
4. Aggregation Switch
4.1. Aggregation Switch shall provide the aggregation of different LMGs type at each site on one side and shall provide the connectivity IP/MPLS network through PE router or other network element of NIB Aggregation Network.
4.2. Aggregation switches shall collect the customer traffic like voice, video and data being generated through access networks such as LMG/IAG and hand over to RPR/IP-MPLS network.
4.3. The Aggregation switches deployed in the project shall have interface cards supporting wire-rate throughputs for different packet sizes such as 64, 128, 256 bytes etc.
4.4. Aggregation switches shall be centrally managed from the EMS deployed at NOC/DR-NoC.
4.5. Two LAN switch shall be provided for each LMG sites having LMGs capacity more than 5K lines. Gigabit Ethernet interface ports shall be supplied as per the actual total number of LMGs at that particular site. Tentative number of LAN switch and GigE interfaces shall be provided as below-
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
63
S. No. Site Category
Wire-line subscriber (POT) Cap
No of sites
No PAN Access Switch
Electrical GE
Optical GE
Optical 10GE
1 Core/A-1 20k ? ? 10 4 4
2 A2 11~18k ? ? 8 8 -
3 A3 6 ~ 10k ? ? 4 4 -
4.6. The numbers and the minimum interface requirement in the Aggregation switches shall be as given in above table.
4.7. For connectivity to NIB network i.e. IP/MPLS, the LAN Switch shall have 10 GigE port (for 20 K site) and GigE (for other sites) in 1+1 configuration. The ports required for connectivity to PE routers shall be sufficient to carry all types of traffic for total capacity of LMGs at that particular site. The LAN switch should provide Customer Edge router functionality also.
The uplink interface shall be optical single mode (1550nm) with capability to drive at least 20 km. The total required connectors (Sx,Lx,Zx) shall be quoted in the ratio of 30% Sx , 30% Lx & 40% Zx connector.
4.8. The Aggregation switches shall have functionality like ability to create Ethernet Layer 2 VPN such as point to point, point to multipoint as well as multipoint to multipoint to isolate the customer traffic into their own logical virtual network.
4.9. The switching fabric plane shall be bidirectional and non-blocking. The PAN switch shall support a wire speed L2 switching capabilities under full load conditions.
4.10. The Aggregation switches shall support built in power diagnostics to monitor optical SFP/XFP ports, system diagnostics hardware failures.
4.11. The solution shall interface to the existing RPR/PAN aggregation network and nationwide MPLS core network wherever required
4.12. The Aggregation switches shall support point to point, point to multipoint and multipoint to multipoint traffic in full duplex mode of working.
4.13. The Aggregation switches shall be able to function in terminal mode, hub, mesh, and ring topology.
4.14. The Aggregation switches shall provide manages multi-service integration viz voice, video, and data.
4.15. The Aggregation switches will aggregate the traffic from all nodes and hand over the traffic to the upper existing PAN or RPR aggregation network. The central office Aggregation switches will terminate the traffic from all the Aggregation Access nodes and hand over the traffic to the IP-MPLS core.
4.16. The network shall support internetworking between the MPLS-TP and IP/MPLS domains by one of the solutions
i. MPLS-TP Termination -service termination at the edge of each domain and traffic hand over UNI.
ii. MPLS-TP is a carried over IP-MPLS: service /Tunnel not terminated at the handoff point, hand-off to core over S-VLAN tunnels or using GRE tunnels
iii. The equipment shall support the bridging functionality between MPLS-TP and IP/MPLS domains.
4.17. The power cable shall be completely wired up to the full rack capacity as per actual provision in the racks/sub racks so that the expansions to the rack/sub rack’s ultimate capacity are possible by simply adding modules. If BSNL go for expansion in the future, power cable shall not be procured.
4.18. The successful bidders shall provide the complete details of PCBs/ Modules/ sub-modules contained in each unit of the equipment along with their quantity & itemized price. The selected bidders shall be bound to supply the additional Hardware/ Software for expansions as per the need of the purchaser based on the availability
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
64
of vacant slots in the chassis / racks on the finalized itemized price or price negotiated downwardly.
4.19. Hardware and software description of Network component -:
4.19.1. The performance of the Switches shall not be degraded upon enabling of one or more features.
4.19.2. All devices shall have provision for Out of Band Management.
4.19.3. All back plane capacity indicated in this tender refers to the usable backplane capacity.
4.19.4. All the interfaces on the devices shall be supported as integrated interfaces and shall not require any external convertors / adapters.
4.19.5. All interfaces in the Aggregation switches shall be capable of MPLS-TP functionality simultaneously.
4.19.6. The Aggregation switches deployed as part of this contract shall be as per TEC GR No TEC/GR/TX/CEN-003/02/Sep-13 titles Multiprotocol Label Switching transport profile (MPLS-TP) bases carrier Ethernet Network (CEN) Switch for Access network applications with latest amendment if any. The vendor shall provide a clause-by-clause compliance to the specifications. Further, it shall comply with all the specifications as detailed in this document. For any clauses that may have conflicting interpretation between the TEC GRs and the Special Conditions of this contract the latter shall prevail.
4.19.7. The switching capacity of different type of Switches is given in Table below.
Swtich Type Minimum Switching capacity
Minimum address support
Minimum LSP bidirectional entries
Minimum PW bidirectional entries
Core/A-1 60 Gbps 32 k 1K 1K
A2 40 Gbps 32 k 1K 1K
A3 20 Gbps 32 k 1K 1K
4.19.8. The switching capacity and processing speed are the usable capacity and usable packet processing speed. All switching capacities mentioned above are in Gbps and for full duplex operation.
4.19.9. Interface support required
4.19.9.1. 1000BaseSX, 1000BaseLx
4.19.9.2. 10G Base-SR, 10Base-LR and 10Base-ER
4.19.10. It should be possible to use all optical interfaces as either client interface and/or network interface
4.19.11. Each port shall be configurable for any direction of transmission
4.19.12. The PAN switch shall support Hardware based aging of MAC address.
4.19.13. All the equipment supplied must handle IPV4 and IPV6 traffic transparently.
4.19.14. Chassis capacity
Feature Core/A-1 Node A2/A3 Node
Number of L2 (point to point) VPNs supported
2k 1k
Number of L2 (multipoint to multipoint ) VPNs supported
1k 512
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
65
Number of VLANs supported per port
4k 4k
Number of Tunnel supported 2k 1k
CoS 8 level priority queuing 8 level priority queuing
QoS PW: 8 class of service LSP: 8 class of service
PW: 8 class of service LSP: 8 class of service
Max Frame Size Supported 9600 bytes 9600 bytes
Minimum Number of NE count Support on eMS
5,000 5,000
4.19.15. IGMP traffic should be transparently passed and the switch should not interfere in end to end working of the IGMP traffic.
4.19.16. RSTP shall be supported to provide protection between MSAN and PAN switches.
4.19.17. Muti-chassis LAG shall be supported to provide protection of single node failure.
4.19.18. The PAN switches shall support burst sizes of 64K and above.
4.19.19. The traffic shaping at egress shall be done on per port basis.
4.19.20. It shall support LAG as per IEEE 802.3ad, allowing configuration of static LAG on client ports.
4.19.21. For others specifications and conditions which are not explicitly mentioned in this tender document, need to refer from TEC GR TEC/GR/TX/CEN-003/02/Sep-13.
4.19.22. The equipment shall be powered by the -48V DC with voltage variation of -42V to -60V or AC with voltage of 110/220V.The equipment shall be adequately protected in case of voltage variation beyond the specified range and also against the reverse input polarity.
5. Element Management System (eMS)
5.1. The Telecom Management Network Architecture shall be based on the five Layer TMN Model of the ITU(T). The TMN hierarchy is pyramidal from top to bottom consisting of Business Management Layer (BML), Service Management Layer (SML), Network Management Layer (NML), Element Management Layer (EML) and the Network Element Layer (NEL). In the Class 5 Network Planned through this tender, only the bottom Layers (EML and NEL) is taken into account. The BML and SML layer shall be used from the existing OSS/BSS of BSNL as part of CDR & NIB project. NMS is being procured through Package-I of this tender.
5.1.1. Network Element Layer (NEL): The different Network elements involved in the Class 5 Network are same as described in the SOR.
5.1.2. Element Management Layer (eML): The role of this layer, done by element Management System (eMS) is to control and manage all aspects of the domain such as Fault, Configuration, Accounting, Performance and Security (FCAPS) as defined by ITU-T and to ensure maximum usage of the devices resources.
5.2. The eMS shall perform the following functions.
5.2.1. Service Delivery:It consist of following:
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
66
(i) Inventory Management Support: It involves maintaining a record of all the NE resources that are installed in the sub network to support the provisioning of services; it includes collection of locations, quantities of equipment, model numbers, serial numbers, versions, installation dates, etc. To ensure ongoing operational integrity, the eMS periodically resynchronizes its database with the NE using the auto discovery mechanism. It also auto discovers equipment-provisioning parameters that are stored in the eMS database for use in other service-provisioning, service-assurance operations.
(ii) Configuration Management Support: It involves complete control of sub network resources, topologies, and redundancies and includes the installation and turn-up of new equipment resources; it may include the assignment of resources to trunk routes or service areas, the control of equipment, and network protection switching.
(iii) Provisioning Support: It involves the creation of specific connections or the enabling of specific sub network features and the assignment of these to a specific subscriber for an extended period; the connections and features may take into account or be determined by a QoS level that is guaranteed to the subscriber.
(iv) Service Usage Support: It involves the measurement of the usage of the sub network resources by the various subscribers; this is the basis for billing.
5.2.2. Service Assurance:It consist of following
(i) Fault Management Support: It involves the monitoring of the network resources to detect malfunction, preempt failures, and detect faults. After faults are discovered, the operator must troubleshoot, repair, and restore the network as quickly as possible. Fault management ensures that service remains available.
(ii) Performance Data Collection Support: It involves the periodic collection of quality metrics that characterize the performance of the network resources over service intervals. It also facilitates the visualization of trends that can indicate periodic or gradual degradation of physical resources.
(iii) Resource Utilization data Collection Support: It involves the collection of data on the level of utilization of network resources assigned to subscribers. This data can be used to determine whether the service product is appropriately matched to the subscribers' usage characteristics. It can also be used to forecast demand and suggest service upgrades before QoS suffers.
(iv) QoS Assurance Support: It involves ensuring that the quality metrics characterizing network performance remain within the agreed limits. It requires proactive monitoring of the network fault, performance, and utilization parameters to preempt any degradation in service quality.
5.2.3. Fault Management:
(i) The proposed eMS platform shall support the following features & functionalities.
(ii) Fault & Alarms management.
(iii) Fault and troubleshooting capabilities shall include but not limited to Fault aggregation/consolidation, fault-severity indications, extensive list of fault filters, fault-forwarding, fault event-driven actions such as email, paging, scripts, forwarding etc.
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
67
(iv) Network topological view using hierarchical viewing methods. The views must be customizable to manageable hierarchy. The view must be either graphical forms or in linked-list form.
(v) The eMS shall have total alarm visibility of all NEs under its management not limited to the following.
a) Real time alarm monitoring and collection
b) Alarm display with audible and visual alert signal
c) Alarm graphical representation on network map
d) Alarm storage
e) Alarm reports
f) Alarm attributes and colour coded.
g) Archiving and exporting
h) Alarm acknowledgment and alarm clear
i) Alarm filtering
(vi) These shall be customized according to BSNL requirement.
(vii) It shall be possible to send critical alarm alerts through SMS or e-mail and the same shall be configurable.
(viii) The fault management system shall able to perform the following, but not limited to, functions
a) Network and service fault alarms with severity level indicators.
b) Archive log for historical alarms and events.
c) Threshold alarms.
(ix) The Vendor shall describe in detail the Fault Management functions of Alarm Monitoring, Event Handling, Testing, Troubleshooting, Root Cause Analysis and Reporting.
(x) The fault management shall be able to provide root cause analysis and correlate the physical failures
5.2.4. Performance Management – Service Assurance & Accounting
(i) Ability to generate SLA reports based on monitoring performance parameter MIBs in the NEs. It must also support threshold violation alarms.
(ii) The System shall be able to retrieve, generate and print reports and graphs on Performance Management data based on real time, time intervals, daily, weekly, monthly, annually or specific period, for all NEs and its resources by using the built-in report capabilities of the System.
(iii) The System shall be able to support provision of performance measurements (e.g. QoS/CoS) at the Interface/ Port level
(iv) The Vendor shall describe in detail how the System Administrator can control, configure, diagnose, query, set thresholds and monitor the eMS locally and remotely. The Vendor shall also propose the management of the log files.
5.2.5. Configuration Management
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
68
(i) The tool should be able to discover network devices based on SNMP, IP Address, manual or as batch entry using CSV format.
(ii) The tool should be able to do configuration changes for network devices from a central location.
(iii) The tool should be able to capture and keep record of any configuration change happening on a network device.
(iv) The tool should be able to keep a record of who does what change for auditing purpose.
(v) The tool should support bare metal configuration of network devices.
(vi) The tool should provide configuration roll back option, so that a device can be brought to a good state configuration.
(vii) The tool should support blocking device, for change execution.
(viii) The tool should provide capability to follow an approval workflow before some or all changes can be implemented.
(ix) The tool should be able to perform ACL updates on selected or all network devices.
(x) The tool should be able to run diagnostics and health check on selected or all devices to reduce manual effort and help in quickly diagnosing problems. It should be able to provide easy to comprehend diagnostics report.
(xi) The tool should enforce changes, which comply with the organizational policies using calendars and scheduling.
(xii) The tool should be able to generate compliance reports for management.
(xiii) The tools should provide easy custom report generation capability.
5.3. eMS for Network Elements shall support northbound open interfaces like SNMP/JAVA/CORBA/XML for integration with the NMS. Open interfaces supported by eMS should, inter-alia, provide fault, topology and performance statistics. The bidders shall be required to provide API/MIBs to facilitate integration of eMS with NMS. It should be possible to provide FCAPS for all NEs in the network from NMS.
5.4. The proposed system should have SNMPv1, v2 & v3 support.
5.5. The System shall be able to assign minimum three different categories of users, including but not limited to
(i) Helpdesk User
(ii) Operation and Maintenance User
(iii) System Administrator
5.6. The application shall be designed to control access right of users in respect of function menu and geographical area of interest.
5.7. The eMS of all the NE's shall be running at Main Network Operation Center (NOC) with disaster Recovery at Secondary NOC.
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
69
5.8. The servers deployed in the NOC/DR NOC shall have sufficient capacity to store data at maximum load for at least a month.
5.9. The eMS shall support discrete configuration of the network elements.
5.10. The eMS shall be able to export configuration files to 3rd party applications for modeling, integrity checking, or generation reports.
5.11. The eMS shall provide a chassis view / device view of all the devices.
5.12. The eMS shall have an Embedded Object Oriented Database for efficient administration & cost effectiveness. The database shall have sufficient capacity to store data at peak load for minimum one month.
5.13. The eMS shall support FCAPS as per TEC standard SD/NMS-02/01
5.14. All the MIBs (public as well as private)/GDMO for all the components of the CLASS 5 network shall be provide to the BSNL during validation.
5.15. License charges: The Network architecture and Customer base support required has been clearly specified. License is chargeable by vendors in different ways, some based on number of individual components like LMGs, NGN Core etc, some on number of servers on which the application is hosted, and so on. The details of such charging indicating future scalability to 100% of present requirement shall have to be furnished in the Software costs.
5.16. Server for eMS
5.16.1. Server shall be 64 bit RISC or EPIC architecture processors with minimum 8 cores scalable to 16 cores in each server. Each processor shall be minimum 1.6 Ghz clock speed having a minimum of 4 GB dedicated RAM per core. The highest cache available in the model at the time of submission of the bid shall be quoted. No of equipped cores shall be as per sizing certificate given by the authorized signatory of software (Application) OEM.
5.16.2. Server shall have an operating system of Unix/Linux." Only supported software that is supported by respective OEMs for the period of contract (i.e. Eight years) shall be supplied.
5.16.3. Server shall have dual redundant power supplies.
5.16.4. The eMS solution supplied shall be in high availability mode with redundancy i.e. N+1 (Active or Passive) configuration.
5.16.5. In case of requirement of clustering software, same also shall also be supplied and cost of the same shall be separately quoted along with the requirement of the number of licenses. The number of Cores, memory, disk volume should not be less than the total of the individual servers.
5.16.6. The number of equipped Cores in the Server shall be based on the actual hardware sizing of the application.
5.16.7. All servers shall be rack mounted using rack mounting kits to be supplied by the server vendor (OEM) in server vendor’s 19” (42 U) racks (OEM). The number of racks shall be minimized for optimized floor space utilization. Bidder shall ensure that the racks are identical. OEM rack mounting kit shall be supplied along with
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
70
the racks. Provision shall be available for power cable terminations, power switches, along with lacing of cables. Fan shall also be available in the rack for cooling.
5.16.8. All components shall have provision for Ethernet and RS232C Console Ports
5.16.9. All components shall provide clients for administration.
5.16.10. It shall support installation/un-installation of system and application software from a central location.
5.16.11. It shall support centralized management and control of different versions and releases of system and application software for different components.
5.16.12. It shall support installation/Rollback of software patches from a central location.
5.16.13. During the installation of software, message regarding successful installation or failure (including the stage of installation when failure occurred) shall be displayed
5.16.14. FTP/TFTP shall be supported for downloading software, configuration, patches etc to the OSS components.
5.16.15. It shall support GUI based configuration and reconfiguration of system and application software from a central location.
5.16.16. Monitoring tools shall be provided for detection and diagnosis of the faulty component.
5.16.17. It shall support Open interfaces for logging and monitoring.
5.16.18. All SW applications shall be able to run in a redundant active – standby pair of hosts with automatic switchover in case active server or its applications have any failure.
5.16.19. It shall have ability for tracing and debugging the system and applications through logs. Level of tracing and debugging shall be configurable.
5.16.20. User interfaces of software shall have the following features:
(i) Provision for search and help
(ii) Customize and define help content
5.16.21. Backup/Restore support shall be available for all applications:
(i) Through Command Line Utilities / GUI
(ii) Provide automated backup and restore capabilities.
5.16.22. Appropriate methodologies at the application level or file system level have to be implemented for optimizing the file system size for messaging and billing etc for fast clean and recovery even in the case of file system crash.
6. Other Infrastructure and Equipments 6.1. The Air conditioning plant, standby Engine Alternator, A.C. Power supply, false
Ceiling /false flooring (Wherever planned by BSNL), smoke detection/Fire alarms and lights shall be provided by BSNL.
6.2. The suppliers shall do actual layout of equipment and dimensioning after site survey.
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
71
6.3. The power plant/ Batteries, Invertors, MDF/DDF shall be provided as per requirement given in SOR. However, Power distribution arrangements from Power Plant/Battery room to switching equipment (LMG) room including power cables, cables of adequate size and length up-to DDF/MDF and other accessories shall be provided in accordance to meet the requirement after field survey.
6.4. The Installation material like MDF/DDF, TAG block, Cable etc shall be tentatively planned as per different type of nodes/sites on the basis of Wire-line subscriber capacity as below:
(Tentative no. of site vis-à-vis Wire-line subscriber capacity)
Site Category
Wire-line subscriber
(POT)capacity
Total No of sites
Core/A-1 20K
A2 11-18 K
A3 6-10 K
A4 3-5 K
A5 2K
B1 1 K
B2 0.5 K
Other 0.25K
Total
6.5. Tools, testers, simulators, instruments etc. required to be supplied shall conform to TEC specifications. Where TEC specification has not been specified, ISO 9002 certified tools, testers, simulators, and instruments etc. shall be supplied.
6.5.1. In cases where TEC specifications have not been specified, TEC typed approved equipment is not available and also ISO 9002 certified tools and testers are not available; ISI certified tools and testers shall be supplied.
6.6. MDF
6.6.1. The requirement of MDF shall be given as per Schedule of Requirement.
6.6.2. The supplier shall provide all the cabling from the exchange side of MDF. Minimum of 30 M per length of 128 pair cable between switch room and MDF shall be provided for each site.
6.6.3. Pre-connectorised or non-connectorised cable between exchange equipment and MDF shall be supplied to the field unit based on the site-specific requirements. Wherever non-connectorised cables are supplied, necessary connectors shall be supplied.
6.6.4. The cabling required for jumpering between line side and exchange side shall be provided by the supplier. 10 metres of jumper wire per wire-line voice port shall be provided.
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
72
6.6.5. Tag Blocks (exchange side i.e. Horizontal in MDF) are to be supplied for all the ports terminations along with switch board cables for each site. MDF Tag blocks, shall be as per TEC specification No. GR/CTN-01/04 May 2005 (along with amendment no 1 dated 08/02/2006).
6.7. SMPS POWER PLANT AND BATTERY SETS:
6.7.1. SMPS power plant is to be provided as per TEC specification G/SMP-01/05 JAN.2005 and MF VRLA/Tubular battery sets as per G/BAT-01/03 MAR.2004, GR/BAT-03/01 MAR 2006 with amendments thereto. The Bidder should source the equipment (both batteries and SMPS power plants) from TSEC approved manufacturers..
6.7.2. SMPS power plant and battery sets shall be provided as per detail given in SOR.
6.7.3. The NGN Access equipment (LMGs, TMGs, IAG etc) shall operate from an exchange battery at a nominal - 48V DC (Negative 48 V DC) over the range -40 VDC to -57 V DC.
6.7.4. 100 amp or as appropriate size power modules shall be provided in power plants to be supplied for core NGN network sites. SMPS power plants are to be compatible with batteries.
6.7.5. Battery sets shall be planned such that the battery sets are not discharged beyond 80 % of their rated capacity at any timeto meet 100% load.
6.7.6. 2 sets of battery shall be provided. 6 hours combined batteries back up is required. Therefore, battery banks of 6 x exchange load/ (0.8 x 0.95) AH capacity shall be required, where 0.8 is permissible depth of discharge & 0.95 is the effective capacity of battery at 6 hour discharge rate, to the end cell voltage of 1.75 volts/cell.
6.7.7. SMPS is to be dimensioned as per the requirement of each site and should be expandable alongwith the expansion in LMG.
6.7.8. Suitable switching arrangements for inter connection between various items of SMPS Power Plants, Battery sets and their inter-connection in switching cubicle and further power distribution to switching equipment as required for the ultimate capacity of sites.
6.7.9. The following shall be assumed while calculating the lengths of power cable and the same shall be included as a distinct item in the detailed priced BoM of Installation material for respective elements:
(i) For core sites- 30m run from Power plant room to the switch room and from switch room to equipment as per the actual layout.
(ii) For LT panel to power plant, in the core sites, an average run of 30m shall be taken.
6.7.10. SMPS Power plant capacity should be such that it is to take following loads simultaneously:
(i) 10 % of rated capacity of battery, (battery float load for all sets) (ii) Exchange load during busy hour (Detailed calculations to be given
for all configurations). 6.7.11. SMPS Rectifier efficiency is to be taken as 90%.
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
73
6.7.12. Redundant SMPS module(s) shall also be provided as hot standby in addition to requirement as calculated above. There should be a provision of one redundant module for every five modules (or part thereof as per details given below) in a system.
The number of redundant modules shall be calculated as below:
If: Y = dividend = the number of modules required for load and battery as calculated above.
5 (five) = divisor,
N = quotient = natural number
M = remainder = natural number,
Then Y = N*5+M
No. of spare modules required = either N when M is less than 3 or (N + 1) when M is greater than or equal to 3. That is redundant modules shall be provided on the following basis:
S.No. SMPS module as calculated vide Para
13.10
Spare SMPS Module (H/SBY)
Required
1.
2.
3.
4.
5.
6.
Up-to 7
8-12
13-17
18-22
23-27
28-32 and so on.
1
2
3
4
5
6
6.7.13. Maintenance spares including spares for control panel and spare fuses shall also be provided.
6.7.14. D.C. Distribution cabinet and power cables between the D.C. distribution cabinet & switch room and other related items shall have to be provided by switching equipment supplier even if SMPS power plant and battery sets are not ordered on him. However, these items can be supplied to the sites separately just like Power Plant & Battery sets.
6.7.15. The power cable and bus bar shall be rated at 2 Amp /Sq. mm.
6.7.16. Only TEC approved equipment/ Modules are to be provided.
6.7.17. 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.
6.7.18. The price for each component such as SMPS modules, control rack, auxiliary rack/ expansion rack, power cable, cable trays, all types of fuse required, lugs, DCDB etc. shall be quoted.
6.7.19. The Supplier shall arrange DCDB, MCBs etc and extend DC power supply, AC power supply, earthing etc from the available points to the supplied equipments.
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
74
Flexible, multistrand, fire retardant copper cables of appropriate gauge with ISI rating only should be used with tinned copper lugs of appropriate size fixed with crimping tool at the connecting ends. The power shall be tapped from MCB if the same is available at the power plant end or from the riser, if that is the case. DCDB shall be provided by the supplier with adequately rated circuit breakers in either case.
7. PC SPECIFICATIONS
IS0 9002 certified, CPU- Intel Core 2 Duo Processor - 2.8 GHz or above with input voltage range 180-250 volts, 2 GB RAM or above, at least 1MB L-2 cache (in-built), at least 256 KB Flash ROM for System BIOS, Power management (plug-n-play) and manageability in a network, Keyboard skin and Ethernet interface (10/100/1000 Mbps).
Dust covers, power cables, stickers bilingual (Hindi/English) shall be provided by the supplier.
S.No Items
i. 100 GB or above Hard Disc
ii. 104 Keys enhanced Keyboard
iii. Fast serial Port
iv. Enhanced Parallel Port (Support for ECC/EPP/ECP)
v. At least 2 Front USB Ports
vi. PS2 Mouse Port
vii. Three buttons optical Mouse with pad
viii. DVD Writer Combo drive
ix. 17 “ TFT Colour Monitor
x. Preloaded latest Windows operating systems, (Software- MS Office (latest edition) , Antivirus Software)-with Licensed Original version in CD/DVD ROM media with Manuals.
xi. Preloaded Documentation with back-up on CD/DVD
xii. Preloaded technology specific software wherever applicable with backup on CD/DVD
8. Printers :
Printers should be ISO 9002 certified with input voltage range 180-250volts. Dust covers, power cables, connectors etc. shall also be provided by the supplier.
S.No Items Requirement
i. Printing speed 24 ppm or above (A4/ letter size paper)
ii. Resolution 1200 DPI x 1200 DPI
iii. Printing Language Enhanced HP PCL6 & ADOBE Post Script Level 2
iv. Automatic Language switching
Yes
v. Media Sizes Letter, Legal, A4 Executive
vi. Media Type Plain Paper, Envelopes, Labels etc.
vii. Scalable Type Faces 10 True Type, 35 Intelli-font
viii. Connectivity High Speed Parallel Port, IEEE 1284 Compliant
ix. Memory 4 MB (Min.)
x. Paper Tray 2 Nos.
xi. Input Cap 250 Sheets (Min.) - A4 size paper
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
75
xii. Software Printing Software drivers for latest Windows OS and specific software
xiii. Ports USB & Ethernet
9. Integration with Different Project of BSNL:-
9.1. It shall be the responsibility of the Successful Bidder(s) to make the Equipment supplied under this project integrate & inter-work with all other network elements supplied by other vendors and the existing equipment. Any hardware requirement in terms of interfaces etc the existing NEs and the software requirement such as additional licenses/API implementation etc, wherever required, shall have to be done by the Successful Bidder free of costs to BSNL.
9.2. It shall be responsibility of successful bidders of Package-II to integrate their eMSs with the NMS supplied under Package-I through this tender.
9.3. Successful bidders shall be responsible for integrationof different Access equipment of this package with that of different core equipments supplied under package-I of this tender.
9.4. Successful bidders shall be responsible for integration/interworking and delivery of applications/services to end subscribers within the intra zone & inter-zone.
9.5. The existing IP/MPLS NIB network shall be used as core transport network. The PE routers of IP/MPLS network, RPR switch, OCLAN switch etc shall be used for connecting the equipments being planned/ deployed under this project.
9.6. It shall be the responsibility of the Successful bidder(s) to ensure the end-to-end QoS and integration of the supplied equipment with the IP/MPLS Backbone of BSNL at no extra cost to BSNL.
9.7. Successful bidders shall be responsible for interworking of different NGN Access equipments of this project with different equipments of Broadband Projects of NIB like BRAS/BNG, Motive, Metasolve provisioning system etc.
9.8. Successful bidders shall be responsible for interworking of different NGN Access equipments in association with NGN core through this tender with different equipments/subsystem of OSS/BSS project of NIB like Webportal, OM/IM, mediation/billing etc.
9.9. Successful bidders shall be responsible for interworking of different NGN Access equipments in association with NGN core through this tender with that of IPTAX network already installed in the BSNL network.
9.10. Successful bidders shall be responsible for interworking of different NGN Access equipments in association with NGN core through this tender with the existing PSTN/ISDN, 2G/3G-GSM network & CDMA network, IN system of BSNL for IN services.
9.11. A brief of existing network of BSNL is given at Appendix-A
10. Termination of switch board cable from LMG toMDF
It shall be the bidder’s responsibility to connect the LMG ports from LMG to MDF. This shall include the laying of cable and termination of cable at MDF Tag block (equipment side) and get the acceptance test done.
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
76
SECTION-3 Part C
Part (A): Schedule of Requirement Package-I: (IMS Based NGN Core for capacity of 4 Million Subscriber base)
Sl No Item Description South zone sites
West Zone sites
North zone sites
East zone sites
Total quantity
1.1 Call /session controller (CSCF) (P-CSCF, I-CSCF, S-CSCF, E-CSCF)
2 set 2 set 2 set 2 set 8 set
A Hardware (with each module, component etc.)
B Software(with each module, component etc.)
1.2 Breakout Gateway function (BGCF) , Media gateway Control Function(MGCF)
2 set 2 set 2 set 2 set 8 set
A Hardware (with each module, component etc.)
B Software(with each module, component etc.)
1.3 NASS Network Attachment Subsystem (NASS)
2 set 2 set 2 set 2 set 8 set
A Hardware (with each module, component etc.)
B Software(with each module, component etc.)
1.4 Resource and Admission Control Subsystem (RACS) (I.e. RACF / PCRF)
2 set 2 set 2 set 2 set 8 set
A Hardware (with each module, component etc.)
B Software(with each module, component etc.)
1.5 Charging Function 2 set 2 set 2 set 2 set 8 set
A Hardware (with each module, component etc.)
B Software(with each module, component etc.)
2 Home Subscriber Server (HSS)/ User Services Profile Function (USPF)
2 set 2 set 2 set 2 set 8 set
A Hardware (with each module, component etc.)
B Software(with each module, component etc.)
3 SIP Application Server 2 set 2 set 2 set 2 set 8 set
A Hardware (with each module, component etc.)
B Software(with each module, component etc.)
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
77
4 Session Border Controller (SBC)
4.1 Session Border Controller (Access)
2 set 2 set 2 set 2 set 8 set
A Hardware (with each module, component etc.)
B Software(with each module, component etc.)
4.2 Session Border Controller (Network)
2 set 2 set 2 set 2 set 8 set
A Hardware (with each module, component etc.)
B Software(with each module, component etc.)
5 Media Server /MRF (MRFC/MRFP)
2 set 2 set 2 set 2 set 8 set
A Hardware (with each module, component etc.)
B Software(with each module, component etc.)
6. ENUM Server 2 set 2 set
A Hardware (with each module, component etc.)
B Software (with each module, component etc.)
7 Lawful Interception System 2 set 2 set 2 set 2 set 8 set
A Hardware (with each module, component etc.)
B Software (with each module, component etc.)
8 eMS 2 set 2 set 2 set 2 set 8 set
A Element Management Hardware (with each module, component etc.)
B Element Management Software (with each module, component etc.)
9 Firewall (with each module, component etc.)
4 set 4 set 4 set 4 set 16 set
A Hardware (with each module, component etc.)
B Software (with each module, component etc.)
10 NIDS/NIPS (with each module, component etc.)
4 set 4 set 4 set 4 set 16 set
A Hardware (with each module, component etc.)
B Software (with each module, component etc.)
11 Layer-3 LAN Switch (with each module, component etc.) for aggregation of servers/equipments at core site
4 set 4 set 4 set 4 set 16 set
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
78
A Hardware (with each module, component etc.)
B Software (with each module, component etc.)
11.1 Electrical GigE Interface Card (Min 16 ports /card)
8 8 8 8 32
A Hardware (with each module, cable, connector etc.)
B Software (with each module, component etc.)
12 Layer-3 LAN (with each module, component etc.)Switch for connecting to IPM/MPLS
4 set 4 set 4 set 4 set 16 set
A Hardware (with each module, component etc.)
B Software (with each module, component etc.)
12.1 Electrical GigE Interface Card (Min 8 ports /card)
8 8 8 8 32
A Hardware (with each module, cable, connector etc.)
B Software (with each module, component etc.)
12.2 GigE Optical Interface Card (Min 4 ports / card)
8 8 8 8 32
A Hardware (with each module, cable, connector etc.)
B Software (with each module, component etc.)
13 NTP server 2 - - -
A Hardware (with each module, cable, connector etc.)
B Software (with each module, component etc.)
13 Any other item for successful implementation including integration/interworking
2 set 2 set 2 set 2 set 8 set
A Hardware (with each module, component etc.)
B Software (with each module, component etc.)
14 Power Plant
14.1 SMPS Power Plant 2 set 2 set 2 set 2 set 8 set
14.2 Batteries 2 set 2 set 2 set 2 set 8 set
15 UPS in N+N configuration with each UPS having battery back of 3 Hours
2 set 2 set 2 set 2 set 8 set
16 Workstation 12 8 8 8 36
A Hardware (with each module, component etc.)
B Software (with each module, component etc.)
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
79
17 Printer (Laser Jet) 4 2 2 2 10
18 Services for Planning/Engg, Installation, A/T, Integration and commissioning of network/ equipments in respect of items from S. No.1 to 17above.
2 2 2 2 8
19 Training model(IMS Call server & HSS with minimum configuration equivalent to 10% capacity of the capacity as mentioned in clause no 4.1.31 of Annexure 1 of Section 5 Part B along with eMS and the other associated items)
A Hardware (with each module, component etc.)
B Software (with each module, component etc.)
C Services forInstallation, A/T, Integration and commissioning of equipmentsand training
15 Annual Maintenance Contract
A AMC Charge for 1st year
B AMC Charge for 2nd year
C AMC Charge for 3rd year
D AMC Charge for 4th year
E AMC Charge for 5th year
F AMC Charge for 6th year (excluding Battery Sets)
G AMC Charge for 7th year (excluding Battery Sets)
16 Operation & Maintenance
A O&M Charge for 1st year
17 Documentation (three set for each Equipment/items in every site)
A Softcopy
Note-
1. Please refer clause no 36 of section 5 Part B regarding detailed BoM.The Bidders shall provide along with the techno-commercial Bid, detailed un-priced Bill of Material as per the price schedule including card level Bill of Materials (“BoM”) for each of the network elements in the SoR with complete details of each Module/unit/card/software/license of NGN Core. The card level BoM for all the network elements, but with itemized prices shall form part of the financial Bid. The Bidder shall ensure that the Bid is complete and comprehensive as regards detailed card level BoM.
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
80
Part (B) Schedule of Requirement
Package-II: 2.8 Mn Access ports
S. No. Item Description Total Nos. Remark
1 Line Media Gateway (without subscribers line interface ports)
1.1 LMG 64 Port (Minimum Capacity of 64 ports)
A Hardware (with each module, component etc.)
B Software (with each module, component etc.)
1.2 LMG 128Port(Minimum Capacity of 128 ports)
A Hardware (with each module, component etc.)
B Software (with each module, component etc.)
1.3 LMG 256 Port (Minimum Capacity of 256 ports)
A Hardware (with each module, component etc.)
B Software (with each module, component etc.)
1.4 LMG 500Port(Minimum Capacity of 500 ports)
A Hardware (with each module, component etc.)
B Software (with each module, component etc.)
1.5 LMG1000 port(Minimum Capacity of 1000 ports)
A Hardware (with each module, component etc.)
B Software (with each module, component etc.)
1.6 LMG 2000Port(Minimum Capacity of 2000 ports)
A Hardware (with each module, component etc.)
B Software (with each module, component etc.)
2 LMG subscriber Line interface ports (Total) 5Mn
2.1 Ports distribution of total ports for 256 PortLMG
A POTS Ports cards
B CCB-32/ STD PT (with reversal facility for PCOs) ports card
C ADSL2+ Line Card
2.2 Ports distribution of total ports for 500 PortLMG
A POTS Ports cards
B CCB-32/ STD PT (with reversal facility for PCOs) ports card
C ADSL2+ Line Card
2.3 Ports distribution of total ports for 1000 PortLMG
A POTS Ports cards
B CCB-32/ STD PT (with reversal facility for PCOs) ports card
C ADSL2+ Line Card
2.4 Ports distribution of total ports for 2000 Port LMG
A POTS Ports cards
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
81
B CCB-32/ STD PT (with reversal facility for PCOs) ports card
C ISDN Ports (E-1 PRI) in the LMGs of 2000 Ports capacity type in minimum 210 LMGs
OR
C1 ISDN Access Gateway(IAG)- 32 Ports Minimum Capacity
C1(a) Hardware (with each module, component etc.)
C1(b) Software (with each module, component etc.)
C2 ISDN Ports (E1-PRI) for IAG
D ADSL2+ Line Card
3 Aggregation LAN Switch
A Hardware (with each module, component etc.)
B Software (with each module, component etc.)
4 eMS 8 set 2 set for each zone
A Element Management Hardware (with each module, component etc.)
B Element Management Software (with each module, component etc.)
5 Any other item for successful implementation including integration/interworking
A Hardware(with each module, component etc.)
B Software(with each module, component etc.)
6 Other Installation material As required
7 Punching Tool for MDF Tag Block
8 Workstation (PCs)
A Hardware (with each module, component etc.)
B Software(with each module, component etc.)
13 Services for Planning/Engg, Installation, A/T, Integration and commissioning of network/ equipmentsin respect of items from S No 1 to 12)
1
14 Training model (1 Set = one LMG of 256 Ports & one LMG of 500 Ports along with eMS and the other associated items)
2 set
A Hardware
B Software
C Services forInstallation, A/T, Integration and commissioning of network/ equipments and training
1
15 Annual Maintenance Contract of network/ equipments
1
A AMC Charge for 1st year
B AMC Charge for 2nd year
C AMC Charge for 3rd year
D AMC Charge for 4th year
E AMC Charge for 5th year
F AMC Charge for 6th year (excluding Battery
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
82
Sets)
F AMC Charge for 7th year (excluding Battery Sets)
16 Operation & Maintenance (O&M) of network/ equipments
1
A O&M Charge for 1st year
17 Documentation (three sets for each Equipment)
At each site
A Softcopy
Note- (i) The bidder shall quote only one of the ISDN PRI solutionEITHER as per 2.4(C)
within the LMGs OR as per 2.4(C1-a), 2.4(C1-b) & 2.4(C2) through separate IAGs.
(ii) The bidder shall quote only one of the Combo Port solutionEITHER as per [2.1(C), 2.2(C), 2.3(C) and 2.4(D)] OR as per [2.1(C1) &2.1(C2), 2.2(C1) &2.2(C2), 2.3(C1) &2.3(C2) and 2.4(D1) &2.4(D2)].
(iii) Please refer clause no 36 of section 5 Part B regarding detailed BoM.The Bidders shall provide along with the techno-commercial Bid, detailed unpriced Bill of Material as per the price schedule including card level Bill of Materials (“BoM”) for each of the network elements in the SoR with complete details of each Module/unit/card/ software/license. The card level BoM for all the network elements, but with itemized prices shall form part of the financial Bid. The Bidder shall ensure that the Bid is complete and comprehensive as regards detailed card level BoM for all SoR items. Indicative BoM is given below.
BoM for LMGs:
A1: Bill of Material for 256P LMG (Per LMG)
1 256P LMG Chassis including power supply and other common control cards Hardware (with 4 x GE interfaces)
Hardware 1 set
2 256P LMG Chassis including power supply and other common control cards Software (with 4 x GE interfaces)
Software 1 set
3 Wired Rack for 256P LMG 1
4 Switch Board Cable (0.5mm) for terminating LMGs ports at MDF for full capacity of LMGswith connector at LMG end
Cable as required
1 lot
5 Jumper wire (0.5mm) for 256Ports @10mt/port Jumper wire
1 lot
6 MDF TAG Blocks of 128 ports termination type for 256 Ports LMGs
TAG Block
2
7 Power Cable for 256Ports LMG for +ve & -ve Power cable as required
1 lot
8 Optical cables, patch cords, connectors etc As required
1 set
9 Structured Cabling (with patch cords, patch cables, cable managers, CAT-5e cable etc. )
As required
1 set
10 Services (Installation and Commissioning Charges etc)
1
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
83
A2:Bill of Material for POTS only Cards Quantity
1 POTS Line Card (As per Bidders ports / card) – Hardware
2 POTS Line Card (As per Bidders ports / card) – Software
3 Services (Installation and Commissioning Charges etc) 1
A3:Bill of Material for CCB-32/SDT PCO card Quantity
1 CCB-32/SDT PCO Line Card (As per Bidders ports / card) – Hardware (16 Ports)
2 CCB-32/SDT PCO Line Card (As per Bidders ports / card) – Software (16 Ports)
3 Services (Installation and Commissioning Charges etc) 1
A4:Bill of Material for ADSL2+ Cards Quantity
1 ADSL2+ Line Card (As per Bidders ports / card) – Hardware
2 ADSL2+ Line Card (As per Bidders ports / card) – Software
3 Services (Installation and Commissioning Charges etc) 1
B1:Bill of Material for 500P LMG (Per LMG)
1 500P LMG Chassis including power supply and other common control cards Hardware (with 6 x GE interfaces)
Hardware 1
2 500P LMG Chassis including power supply and other common control cards Software (with 6 x GE interfaces)
Software 1
3 Wired Rack for 500P LMG 1
4 Switch Board Cable (0.5mm) for terminating LMGs ports at MDF for full capacity of LMGs with connector at LMG end
Cable as required
1 lot
5 Jumper wire (0.5mm) for 500 Ports @10mt/port Jumper wire
1 lot
6 MDF TAG Blocks of 128 ports termination type for 500 Ports LMGs
TAG Block
4
7 Power Cable for 500 Ports LMG for +ve & -Ve Power cable as required
1 lot
8 Optical cables, patch cords, connectors etc As required
1 set
9 Structured Cabling (with patch cords, patch cables, cable managers, CAT-5e cable etc. )
As required
1 set
10 Services (Installation and Commissioning Charges etc)
1
B2:Bill of Material for POTS only Cards Quantity
1 POTS Line Card (As per Bidders ports / card) – Hardware
2 POTS Line Card (As per Bidders ports / card) – Software
3 Services (Installation and Commissioning Charges etc) 1
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
84
B3:Bill of Material for CCB-32/SDT PCO card Quantity
1 CCB-32/SDT PCO Line Card (As per Bidders ports / card) – Hardware (16 Ports)
2 CCB-32/SDT PCO Line Card (As per Bidders ports / card) – Software (16 Ports)
3 Services (Installation and Commissioning Charges etc) 1
B4:Bill of Material for ADSL2+ Cards Quantity
1 ADSL2+ Line Card (As per Bidders ports / card) – Hardware
2 ADSL2+ Line Card (As per Bidders ports / card) – Software
3 Services (Installation and Commissioning Charges etc) 1
C1:Bill of Material for 1000P LMG (Per LMG)
1 1000P LMG Chassis including power supply and other common control cards Hardware (with 6 x GE interfaces)
Hardware 1
2 1000P LMG Chassis including power supply and other common control cards Software(with 6 x GE interfaces)
Software 1
3 Wired Rack for 1000P LMG 1
4 Switch Board Cable (0.5mm) for terminating LMGs ports at MDF for full capacity of LMGs with connector at LMG end
Cable as required
1 lot
5 Jumper wire (0.5mm) for 1000 Ports @10mt/port Jumper wire
1 lot
6 MDF TAG Blocks of 128 ports termination type for 1000 Ports LMGs
TAG Block
8
7 Power Cable for 1000 Ports LMG for +ve & -Ve Power cable as required
1 lot
8 Optical cables, patch cords, connectors etc As required
1 set
9 Structured Cabling (with patch cords, patch cables, cable managers, CAT-5e cable etc. )
As required
1 set
10 Services (Installation and Commissioning Charges etc)
1
C2:Bill of Material for POTS only Cards Quantity
1 POTS Line Card (As per Bidders ports / card) – Hardware
2 POTS Line Card (As per Bidders ports / card) – Software
3 Services (Installation and Commissioning Charges etc) 1
C3:Bill of Material for CCB-32/SDT PCO card Quantity
1 CCB-32/SDT PCO Line Card (As per Bidders ports / card) – Hardware (32 Ports)
2 CCB-32/SDT PCO Line Card (As per Bidders ports / card) – Software (32 Ports)
3 Services (Installation and Commissioning Charges etc) 1
C4:Bill of Material for ADSL2+ Cards Quantity
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
85
1 ADSL2+ Line Card (As per Bidders ports / card) – Hardware
2 ADSL2+ Line Card (As per Bidders ports / card) – Software
3 Services (Installation and Commissioning Charges etc) 1
D1:Bill of Material for 2000P LMG (Per LMG)
1 2000P LMG Chassis including power supply and other common control cards (with 6 x GE interfaces)
Hardware 1
2 2000P LMG Chassis including power supply and other common control cards (with 6 x GE interfaces)
Software 1
3 Wired Rack for 2000P LMG 1
4 Switch Board Cable (0.5mm) for terminating LMGs ports at MDF for full capacity of LMGs with connector at LMG end
Cable as required
1 lot
5 Jumper wire (0.5mm) for 2000 Ports @10mt/port Jumper wire
1 lot
6 MDF TAG Blocks of 128 ports termination type for 2000 Ports LMGs
TAG Block
16
7 Power Cable for 2000P LMG for +ve & -Ve Power cable as required
1 lot
8 Optical cables, patch cords, connectors etc As required
1 set
9 Structured Cabling (with patch cords, patch cables, cable managers, CAT-5e cable etc. )
As required
1 set
10 Services (Installation and Commissioning Charges etc)
1
D2:Bill of Material for POTS only Cards Quantity
1 POTS Line Card (As per Bidders ports / card) – Hardware
2 POTS Line Card (As per Bidders ports / card) – Software
3 Services (Installation and Commissioning Charges etc) 1
D3:Bill of Material for CCB-32/SDT PCO card Quantity
1 CCB-32/SDT PCO Line Card (As per Bidders ports / card) – Hardware (32 Ports)
2 CCB-32/SDT PCO Line Card (As per Bidders ports / card) – Software (32 Ports)
3 Services (Installation and Commissioning Charges etc) 1
D4:Bill of Material for ADSL2+ Cards Quantity
1 ADSL2+ Line Card (As per Bidders ports / card) – Hardware
2 ADSL2+ Line Card (As per Bidders ports / card) – Software
3 Services (Installation and Commissioning Charges etc) 1
E:Bill of Material for ISDN Ports(E1 PRI) supported in LMGs Quantity
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
86
1 ISDN PRI Line Card (As per Bidders ports / card) – Hardware
2 ISDN PRI Line Card (As per Bidders ports / card) – Software
3 Services (Installation and Commissioning Charges etc) 1
Note:- In Case ISDN PRI is not supported in LMGs, then ISDN PRI solution as mentioned below shall be quoted along with rack/chassis and all other accessories such as cable, splitter etc.
E1: Bill of Material for 32 P IAG (Per IAG)
1 32P IAG Chassis including power supply and other common control cards Hardware (with 2 x GE interfaces)
Hardware 1
2 32P IAG Chassis including power supply and other common control cards Software (with 2 x GE interfaces)
Software 1
3 Wired Rack for 32P IAG 1 set
4 cable to terminate IAG to DDF As required
1 lot
5 Power Cable for 32 IAG (+ve & -ve ) As required
1 lot
6 Optical cables, patch cords, connectors etc As required
1 lot
7 Services (Installation and Commissioning Charges etc)
1
E2:Bill of Material for ISDN PRI Cards Quantity
1 ISDN PRI Line Card (As per Bidders ports / card) – Hardware
2 ISDN PRI Line Card (As per Bidders ports / card) – Software
3 Services (Installation and Commissioning Charges etc) 1
F:Bill of Material for eMS for NOC / DRNOC Quantity
1 eMS Hardware for NOC 1
2 eMS Software for NOC 1
3 eMS Hardware for DRNOC 1
4 eMS Software for DRNOC 1
5 eMS license for NOC per Node 1
6 eMS license for DRNOC per Node 1
7 Services (Installation and Commissioning Charges etc) along with integration charges with other Applications, PMS, NMS etc
G: Bill of Material for Aggregation LAN Switch (Per Switch) for LMG sites
1 Chassis including power supply and other common control cards Hardware
Hardware 1
2 Chassis including power supply and other common control cards Software
Software 1
3 Wired Rack for LAN Switch 1 set
5 Power Cable for LAN Switch (+ve & -ve ) As 1 lot
Class 5NGN tender (Section-3 Part C) NWP-CFA, BSNL C.O., New Delhi
87
required
6 Optical cables, patch cords, connectors etc As required
1 lot
7 Structured Cabling (with patch cords, patch cables, cable managers, CAT-5e cable etc. )
8 Services (Installation and Commissioning Charges etc)
G1:Bill of Material for Interface Cards for all LAN Switch for LMG sites
Quantity
1 Electrical GigE Interface Card (Min 5 ports / card) – Hardware
2 Electrical GigE Interface Card (Min 5 ports / card) – Software
3 Electrical GigE Interface Card (Min 4 ports / card) – Hardware
4 Electrical GigE Interface Card (Min 4 ports / card) – Software
5 Electrical GigE Interface Card (Min 2 ports / card) – Hardware
6 Electrical GigE Interface Card (Min 2 ports / card) – Software
7 10 GigE Optical Interface Card (Min 2 ports / card) – Hardware
8 10GigE Optical Interface Card (Min 2 ports / card) – Software
9 Optical GigE Interface Card (Min 4 ports / card) – Hardware
10 Optical GigE Interface Card (Min 4 ports / card) – Software
11 Optical GigE Interface Card (Min 2 ports / card) – Hardware
12 Optical GigE Interface Card (Min 2 ports / card) – Software
13 Services (Installation and Commissioning Charges etc)
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
88
SECTION-4 Part A
GENERAL INSTRUCTIONS TO BIDDERS (GIB)
1. DEFINITIONS:
a. “The Purchaser” means the CMD, Bharat Sanchar Nigam Ltd. (BSNL), New Delhi
b. “The Bidder” means the individual or firm who participates in this tender and submits its bid.
c. “The Supplier” means the individual or firm supplying the goods under the contract.
d. “The Goods” means all the equipment, machinery, and/or other materials which the Supplier is required to supply to the Purchaser under the contract.
e. “The Advance Purchase Order” means the intention of Purchaser to place the Purchase Order on the bidder.
f. “The Purchase Order” means the order placed by the Purchaser on the Supplier signed by the Purchaser including all attachments and appendices thereto and all documents incorporated by reference therein. The purchase order shall be deemed as “Contract” appearing in the document.
g. “The Contract Price” means the price payable to the Supplier under the purchase order for the full and proper performance of its contractual obligations.
h. “Validation” is a process of testing the equipment as per the Generic Requirements in the specifications for use in BSNL network. Validation is carried out in simulated field environment and includes stability, reliability and environmental tests.
i. “Telecom Service Provider” means any Telecom operator in India, who is licensed by the Department of Telecommunications ( DOT ), Government of India to provide telecom services to the general public or to the other DOT licensed Telecom operators.“Telecom Service Provider” also refers to any Telecom operator in other countries providing telecom services to general public of that country or to other telecom operators of the same country.
j. “Successful Bidder(s)” means the bidder(s) to whom work in this tender is awarded.
2. ELIGIBILITY CRITERIA: Refer to Clause 4 of Detailed NIT (Section 1)
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 biding process.
4. DOCUMENTS REQUIRED
4.1 The goods required to be supplied; bidding procedures and contract terms and
conditions are prescribed in the Bid Documents. The contents of the Bid documents
are specified in the covering letter.
4.2 The Bidder is expected to examine all instructions, forms, terms and specifications in
the Bid Documents. Failure to furnish all information required as per the Bid
Documents or submission of the bids not substantially responsive to the Bid
Documents in every respect will be at the bidder’s risk and may result in rejection of
the bid.
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
89
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 or by Email to 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 21 days prior to the date of opening of the Tenders. This date will prevail over any other date appearing on the e-tender portal for receipt of queries. Copies of the query (without identifying the source) and clarifications by the Purchaser shall be uploaded on ETS portal for all the prospective bidders who have downloaded the official copy of tender documents from ETS portal.
5.2 Any clarification issued by BSNL in response to query raised by prospective bidders shall form an integral part of bid documents and it shall amount to an amendment of relevant clauses of the bid documents.
5.3 The format in which the clarifications are to be sent via E-mail and FAX is under:
S. No. Section Clause Brief Description of the clause
Ref Page No in Bid
Comments of Bidder
6. AMENDMENT OF BID DOCUMENTS
6.1 The Purchaser may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, modify bid documents by amendments.
6.2 The amendments shall be notified in writing through E-tender portal to all prospective bidders on the address intimated at the time of purchase of the bid document from the purchaser and these amendments will be binding on them.
6.3 In order to afford prospective bidders a reasonable time (min 7 days) to take the amendment into account in preparing their bids, the purchaser may, at its discretion, extend the deadline for the submission of bids suitably.
7. DOCUMENTS COMPRISING THE BID
The bid prepared by the bidder shall ensure availability of the following components:
a. Documentary evidence establishing that the bidder is eligible to bid and is qualified to perform the contract if its bid is accepted in accordance with the clause 2 & 10.
b. Bid Security furnished in accordance with clause 12.
c. A Clause by Clause compliance as per clause 11.2 (c)
d. A Bid form and price schedule completed in accordance with clause 8 & 9.
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-9.
9. BID PRICES
9.1 The bidder shall give the total composite price inclusive of all Levies & Taxes i.e. Sales Tax & Excise, custom duty, packing, forwarding, freight and insurance etc. but excluding Octroi /Entry Tax which will be paid extra as per actual, wherever applicable. The basic unit price and all other components of the price need to be individually indicated against the goods it proposes to supply under the contract as
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
90
per the price schedule given in Section 9. Prices of incidental services should also be quoted. The offer shall be firm in Indian Rupees. No Foreign exchange will be made available by the purchaser.
9.2 Prices indicated in the Price Schedule shall be entered in the following manner:
(i) The Basic Unit price (Ex-Factory Price) of the goods, Excise duty, custom duty , Sales Tax, Freight, Forwarding, Packing, Insurance and any other Levies/Charges already paid or payable by the supplier shall be quoted separately item wise.
(ii) The supplier shall quote as per price schedule given in section 9 for all the items given in schedule of requirement.
9.3 A bid submitted with an adjustable price quotation will be treated as non - responsive and rejected.
9.4 The prices quoted by the bidder shall be in sufficient detail to enable the Purchaser to arrive at the price of equipment/system offered.
9.5 “DISCOUNT, if any, offered by the bidders shall not be considered unless specifically indicated in the price schedule. Bidders desiring to offer discount shall therefore modify their offers suitably while quoting and shall quote clearly net price taking all such factors like Discount, free supply, etc, into account”.
9.6 The price approved by BSNL for procurement will be inclusive of levies and taxes, packing, forwarding, freight and insurance as mentioned in clause 9.1 subject to other terms and condition as stipulated in clause 22.2 of Section 4 Part A. and clause 11 of Sec-5 Part A of Bid-document. Unloading charges at the consignee end shall be borne by the supplier and no separate charges shall be paid for transportation to individual sites for installation.
9.7 The freight by sea for transportation of equipment/Stores from the nearest port in the main land to Andaman & Nicobar Islands will be reimbursed to the supplier at the concessional rates levied by Ministry of Water and Surface Transport on production of proof.
10. DOCUMENTS ESTABLISHING 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 whichever is required as per terms and conditions of Bid Documents.
a) Valid MSE Certificate, if applicable. In case the ownership of such MSE
Entrepreneurs happens to be from SC/ST category, proof in this regard also
need to be submitted.
b) Type Approval Certificate given by Telecom Engineering Centre (TEC)/ TSEC
issued by the Quality Assurance Circle of BSNL or proof of having applied for
TSEC (copy of Form QF 103 be attached).
c) Inspection Certificate issued by BSNL (QA) for execution of educational/
Commercial Order.
d) Additional documents to establish the eligibility and qualification of bidder as
specified in Section-I and Section-4 Part B.
e) Power of Attorney as per clause 14.3 (a) and (d) and authorization for executing
the power of Attorney as per clause 14.3 (b) or (c).
f) Documentary proof of applicable rate of ED/ CD/ Sales Tax/ VAT /Service Tax.
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
91
g) Undertaking duly signed by front bidder and its technology/ consortium partner
stating that both of them shall be liable for due performance of the contract jointly
and severally.
h) Certificates from all Directors of the bidder stating that none of their near
relatives are working in BSNL in accordance with clause 34.
i) Certificate of incorporation.
j) Article or Memorandum of Association or partnership deed or proprietorship
deed as the case may be.
k) List of all Directors including their name(s), Director Identification Number(s)
(DIN) and address (es) along with contact telephone numbers of office and
residence.
l) Registration certificate from State Director of Industries or from Secretariat for
Industrial Assistance (SIA), Ministry of Industries, Government of India.
m) Approval from Reserve Bank of India/ SIA in case of foreign collaboration.
Note 1: Documents at S. No 10.1(g)), (k), (l), (m) are applicable in case of tenders with
estimated cost more than Rs 1 Crore.
10.2 Documentary evidence for financial and technical capability
a) The bidder shall furnish audited Annual Report and /or a certificate from its
bankers to assess its solvency/financial capability.
b) 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 proven-ness of the system offered, the bidder shall provide documentary evidence regarding the system being offered by him.
10.4 The offered product has to be type approved. For this purpose, the supplier shall submit a sample type for evaluation. The sample would be evaluated for its ability to meet the technical specifications, manufacturability, reliability, testability, ease of installation, maintainability etc. Necessary documents to substantiate these attributes will have to be submitted at the time of application for approval by the supplier for obtaining type approval. Or In case goods offered have already been type approved/ validated by the Purchaser, documentary evidence to this effect shall be submitted by the bidder.
10.5 A signed undertaking from Authorized Signatory of the bidder that shall certify that all components/ parts/ assembly/ software used in the Desktops and Servers like Hard disk, Monitors, Memory etc. shall be original, new components/ parts/ assembly/ software and that no refurbished/ duplicate/ second hand components/ parts/ assembly/ software are being used or shall be used.
10.6 For supply of any software i.e. operating system or any applications software the bidder should submit a Certificate Of Authenticity (COA), signed by Authorized Signatory stating that all Software supplied are authentic and legal copy is/ are being supplied.
10.7 Documentary evidence/ Declaration to the effect that the type of software to be utilized in the system/ equipment i.e. Packaged/ Canned OR Customized shall be furnished by the bidder. In case of Packaged/ Canned, the portion of value which
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
92
represents consideration paid or payable for transfer of right to use such goods subject to provisions laid down in Central Excise/Custom Notifications”.
11. DOCUMENTS ESTABLISHING GOOD’S CONFORMITY TO BID DOCUMENTS
11.1 Pursuant to clause 7, the bidder shall furnish, as part of his bid, documents establishing the conformity of his bid to the Bid Documents of all goods and services which he proposes to supply under the contract.
11.1 Thedocumentaryevidencesofthe“goodsandservices” conformitytotheBid Documents,maybe,intheformofliterature,drawings,dataetc.andthebiddershallfurnish:
(a) Adetaileddescriptionofgoodswithessentialtechnicalandperformance 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 substantial responsiveness to the Technical Specifications and Commercial Conditions. In case of deviations, a statement of the deviations and exception to the provision of the Technical Specifications and Commercial Conditions shall be given by the bidder. A bid without clause-by-clause compliance of the Scope of Work, Technical Specifications, SOR (Section-3 Part A, B & C), General (Commercial) Conditions & Special (Commercial) Conditions, General Conditions of AMC (Section- 5 Part A, B & C) shall not be considered.
11.2 Forthepurposeof compliancetobefurnishedpursuanttotheclause11.2(c)above,thebiddershallnotethatthestandardsfortheworkmanship,materialand equipmentand referenceto thebrandnames orcataloguenumber,designatedbythePurchaserinitsTechnicalspecificationsare intendedtobedescriptiveonlyandnotrestrictive.
12. BID SECURITY /EMD
12.1 The bidder shall furnish, as part of its bid, a bid security as mentioned in Section-1(NIT).
12.2 The MSE bidders are exempted from payment of bid security:
a. A proof regarding valid registration with body specified by Ministry of Micro, Small & Medium Enterprise for the tendered items will have to be attached along with the bid.
b. The enlistment certificate issued by MSME should be valid on the date of opening of tender.
c. MSE unit is required to submit its monthly delivery schedule.
d. If a vender registered with body specified by Ministry of Micro, Small & Medium Enterprise 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.
12.3 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.
12.4 A bid not secured in accordance with Para 12.1 & 12.2 shall be rejected by the Purchaser being non-responsive at the bid opening stage and archived unopened on
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
93
e-tender portal for e-tenders and returned to the bidder unopened(for manual bidding process)
12.5 The bid security of the unsuccessful bidder will be discharged/ returned as promptly as possible and within 30 days of finalization of the tender or expiry of the period of the bid validity period 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, except in case of L-1 bidder, whose EMBG/EMD shall be released only after the finalization of ordering of complete tendered quantity in pursuance to clause no. 24.4 & 27.3 of this section.
12.7 The bid security may be forfeited:
a. If the bidder withdraws or amends its bid or impairs or derogates from the bid in
any respect during the period of bid validity specified by the bidder in the bid
form or extended subsequently; or
b. In the case of successful bidder, if the bidder fails to sign the contract in
accordance with clause 28;
Note – the bidder shall mean individual company firm or the front bidder and its
technology / consortium partner as applicable.
13. PERIOD OF VALIDITY OF BIDS
13.1 Bid shall remain valid for period specified in clause 2 of Tender information (Section -
2) from the date of opening of bids prescribed by the purchaser. A bid valid for a
shorter period shall be rejected by the purchaser being non-responsive.
13.2 In exceptional circumstances, the purchaser may request the consent of the bidder for an extension to the period of bid validity. The request and the response thereto shall be made in writing. The bid security provided under clause 12 shall also be suitably extended. The bidder may refuse the request without forfeiting his bid security. A bidder accepting the request and granting extension will not be permitted to modify his bid.
14. FORMAT AND SIGNING OF BID
14.1 The bidder shall submit his bid, online (in case of e-tendering) & through sealed
envelopes physically (in case of tenders with manual bidding process), complying all
eligibility conditions, other terms and conditions of tender document to be read along
with the clarifications and amendments issued in this respect. All the documents
must be authenticated, using Digital Signature (in case of e-tendering) & by hand
signatures (for manual bidding process), by the authorized person. The letter of
authorization shall be indicated by written power-of-attorney accompanying the bid.
Note:-The Purchaser may ask the bidder(s) to supply, besides original bid, additional
copy of bids as required by him.
14.2 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. All pages of the original bid,
except for un-amended printed literatures, shall be digitally signed by the person or
persons signing the bid
14.3 Power of Attorney
a. The power of Attorney should be submitted and executed on the non-judicial
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
94
stamp paper of appropriate value as prevailing in the concerned states(s) and
the same be attested by a Notary public or registered before Sub-registrar of the
state(s) concerned.
b. 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.
c. 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.
15. SEALING AND MARKING OF BIDS:
15.1 The bid should be submitted as per Clause 3 of tender information.
15.1.1 The bids may be called under
a) Single stage bidding & Single envelope system OR
b) Single Stage Bidding & Two Envelope System
The details of sealing & marking of bids in each case is given below:
15.1.2 In Single stage bidding & single envelope system, the bidder shall submit all the documents specified for Techno-commercial bid & Financial bid in a single envelope. The cover shall contain the ‘Original Copy’ of the bids subject to clause 14.2. The envelope should be sealed by the personal seal of the bidder.
15.1.3 In Single stage bidding & two envelopes system, the bidder shall submit his bid in two envelopes;
The First envelope will be named as Techno-commercial bid. This envelope will contain documents of bidder’s satisfying the eligibility / Technical & commercial conditions as per clause 2 & 10 with Bid Security as per Clause 12. Second envelope will be named as Financial bid containing Price Schedules as per Section 9 Part B(I&II).
The cover of first envelope shall contain the ‘Original Copy’ of the Techno-commercial bid, subject to clause 14.2, duly marked 'TECHNO-COMMERCIAL BID’. The cover of second envelope shall contain the ‘Original Copy’ of the financial bid, subject to clause 14.2, duly marked ' FINANCIAL BID '.
Both the envelopes should be sealed separately and further kept in a single main envelope under the personal seal of the bidder.
15.2 a) The envelopes shall be addressed to the purchaser inviting the tender.
i) In case of tenders invited by MMT section of BSNL CO, the Purchaser Address
shall be:
DGM (MMT),
Bharat Sanchar Nigam Limited (Corporate Office),
2nd Floor, Bharat Sanchar Bhawan, Janpath, New Delhi-110001.
ii) In case of tenders invited from other section of BSNL CO./ Circles/ SSA of BSNL,
the Purchaser Address shall be specified by the purchaser inviting the tender of
concerned Circle/ SSA.
b) The envelope shall bear the name of the tender, the tender number and the words
'DO NOT OPEN BEFORE' (due date & time).
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
95
c) The inner and outer envelopes shall indicate the name and complete postal
address of the bidder to enable the purchaser to return the bid unopened in case it is
declared to be received 'late'.
d) Tender should be deposited in the tender box provided by tendering authority or 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 vest with the bidder.
e) Bids delivered in person on the day of tender opening shall be delivered upto
specified time & date as stated in NIT to Section Officer (MMT) [in case of tenders
invited by MMT section of BSNL C.O.] / concerned officer to be specified by
tendering authority [In case of tenders invited from other units of BSNL CO./ Circles/
SSA of BSNL] at the venue (address is given in clause 15.2 (a) above). The
purchaser shall not be responsible if the bids are delivered elsewhere.
f) Venue of Tender Opening:
(i) In case of Tenders invited by MMT section of BSNL, C.O., tenders will be
opened in Meeting Room, 2nd Floor, Bharat Sanchar Bhawan, Janpath, New
Delhi-110001 at specified time & date as stated in NIT.
(ii) In case of tenders invited from other units of BSNL CO./ Circles / SSA of
BSNL, the details of Venue shall be specified by the purchaser inviting the
tender of concerned Circle/ SSA .
If due to administrative reasons, the venue of Bid opening is changed, it will
be displayed prominently on Meeting Room, 2nd Floor, Bharat Sanchar
Bhawan and notice board on 2nd Floor, Bharat Sanchar Bhawan) [in case of
tenders invited by MMT section of BSNL C.O.] & at a place notified by other
section of BSNL CO./ Circle/SSA[In case of tenders invited from other
sections of BSNL CO./ Circles/ SSA of BSNL].
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 must be submitted online by the bidders as per instructions in Section 4 Part B
not later than the specified date & time indicated in the covering letter.
16.2 The Purchaser may, at its discretion, extend this deadline for the submission of bids
by amending the Bid Documents in accordance with clause 6 in which case all rights
and obligations of the purchaser and bidders previously subject to the deadline will
thereafter be subjected to the deadline as extended.
16.3 The bidder shall submit his bid offer against a set of bid documents purchased by
him for all or some of the systems / equipment / packages as per requirement of the
Bid Documents. He may include alternate offer, if permissible, as per the bid.
However not more than one independent and complete offer shall be permitted from
the bidder.
17. LATE BIDS
No bid shall be accepted online by the Electronic Tender System® (ETS) after the
specified deadline for submission of bids prescribed by the purchaser.
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
96
18. MODIFICATION AND WITHDRAWAL OF BIDS
18.1 The bidder may modify, revise or withdraw his bid after submission prior to deadline
prescribed for submission of bid.
18.2 The bidder’s modification, revision or withdrawal shall have to be online and digitally
authenticated as per clause 15.
18.1 No bid shall be allowed for modification subsequent to the deadline for submission of bids.
19. OPENING OF BIDS BY PURCHASER
19.1 The purchaser shall open bids online (in case of e-Tenders) or physically (in case of manual bidding process) in the presence of the authorized representatives of bidders online (in case of e-Tenders) or physically present (in case of e-Tenders as well as manual bidding process) who chose to attend, at time & date specified in Clause 7 of D NIT(Section-1) 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 authorized representatives of
bidders before they are allowed to participate in bid opening.
19.2 A maximum of two representatives of any bidder shall be authorized and permitted to attend the bid opening.
Name of envelopes to be opened & information to be read out by Bid Opening
Committee
(i) In Single stage bidding & single envelope system; techno-commercial bid &
financial Bid will be opened on the date of tender opening given in NIT.
(ii) In Single stage bidding & two envelopes system; the bids will be opened in 2
stages i.e. the techno-commercial bid shall be opened on the date of tender
opening given in NIT. The financial bid will not be opened on the Date of
opening of techno commercial bids in this case & sealed financial bids will be
handed over to DGM (MMT), BSNL, CO./ Other section in BSNL, CO./ ‘MM’ cell
in circle/ SSA offices (as applicable) for retention.
Thereafter the CET will evaluate Techno-commercial bids & the report of CET
will be approved by competent authority.
The financial bids of those bidders who are approved to be techno-
commercially compliant by the competent authority, will be opened by TOC in
front of techno commercially eligible bidders/ authorized representatives by
sending them a suitable notice.
(iii) The following information should be read out at the time of Techno-commercial
bid opening:-
a) Name of the Bidder
b) Name of the item
c) EMD amount & validity and acceptability
d) Information in respect of eligibility of the bidder.
e) Details of bid modification/ withdrawal, if applicable.
(iv) The following information should be read out at the time of Financial bid
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
97
opening:-
a) Name of the Bidder
b) Name of the item
c) Quantities/prices quoted in the bid
d) Discount, if offered
e) Taxes & levies
19.4 The date fixed for opening of bids, if subsequently declared as holiday by the BSNL, the revised date of schedule will be notified. However, in absence of such notification, the bids will be opened on next working day, time and venue remaining unaltered.
20. CLARIFICATION OF BIDS
20.1 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.
20.2 If any of the documents, required to be submitted along with the technical bid is found wanting, the offer is liable to be rejected at that stage. However the purchaser at its discretion may call for any clarification regarding the bid document within a stipulated time period. In case of non compliance to such queries, the bid will be out rightly rejected without entertaining further correspondence in this regard.
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. Based on the quoted percentage of duties and taxes, Freight etc. the amounts quoted thereof shall be worked out and rounded off to 2 decimal points. In case the unit price quoted in column 12 does not tally with its breakup quoted in col. 4, 6, 8, 10 & 11, the same shall be corrected by summing up the breakups. 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.
21.3 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, its bid shall be rejected.
21.4 Prior to the detailed evaluation pursuant to clause 22, the Purchaser will determine the substantial responsiveness of each bid to the Bid Document. For purposes of these clauses, a substantially responsive bid is one which confirms to all the terms and conditions of the Bid 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.
21.5 A bid, determined as substantially 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.
21.6 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.
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
98
22. EVALUATION AND COMPARISON OF SUBSTANTIALLY RESPONSIVE BIDS
22.1 The Purchaser shall evaluate in detail and compare the bids previously determined to
be substantially responsive pursuant to clause 21.
The evaluation and comparison of responsive bids shall be done on the basis of
Net cost to BSNL on the prices of the goods offered inclusive of Duties and taxes
(but excluding CENVAT-able Duties & Taxes), Sales Tax, Packing, Forwarding,
Freight and Insurance charges etc. as arrived in Col. 17 of the price schedule in the
Section-.9 Part B (I&II)of the Bid-document after arithmetical correction in the
manner laid down in clause 21.2 above.
22.2 As stipulated in clause 9.1, Octroi/ Entry Taxes are not to be included in the
composite price and hence the same will not be considered for the purpose of
evaluation and comparison of responsive bids. However, Octroi/ Entry Taxes will be
paid extra. as per actual wherever applicable on production of proof of
payment/relevant invoices/documents.
a) “Duties & Taxes for which the firm has to furnish Cenvatable Challans/
Invoices will be indicated separately in the PO/APO.
b) Vendors should furnish the correct E.D./Customs tariff Head in the price
Schedule. If the credit for the Duties and Taxes under CENVAT Credit Rules,
2004 is found to be not admissible at any stage subsequently owing to wrong
furnishing of Tariff Head, then the vendors will be liable to refund such non-
admissible amount, if already paid, along with penalty if charged by the
concerned authority.
c) In case the Duties & Taxes which are non CENVAT-able as per the quotes
indicated in the price schedule by the vendors and subsequently at any stage
it is found that Credit for such Duties & Taxes is admissible as per CENVAT
Credit Rules, 2004, then the vendors will be liable to refund the amount
equivalent to such Duties & Taxes if already paid to them. However, the
purchaser may allow the supplier to submit necessary documents in this
regard which may enable the purchaser to avail the CENVAT credit provided
such credit is still available for the amount so paid as per CENVAT Credit
Rules 2004.
d) The purchaser reserves the right to ask the bidders to submit documentary
proof confirming the correct Tariff Head from the E.D./Customs authority
where the Tariff Head furnished against the particular tendered item by
different bidders differs from each other or the same is found apparently not
furnished in accordance with E.D./ Customs Tariff notifications.
e) “If the supplier fails to furnish necessary supporting documents i.e. Excise/
Customs invoices etc. in respect of the Duties/taxes which are Cenvatable,
the amount pertaining to such Duties/ Taxes will be deducted from the
payment due to the firm.”
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.
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
99
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.
24. PLACEMENT OF ORDER
24.1 The Purchaser shall consider placement of orders for commercial supplies only on
those eligible bidders whose offers have been found technically, commercially and
financially acceptable and whose goods have been type approved/ validated by the
purchaser. The Purchaser reserves the right to counter offer price(s) against price(s)
quoted by any bidder.
24.2 The ordering price of any bidder shall not exceed the lowest evaluated package
price.
24.3. The purchaser reserves the right for the placement of order of entire tendered
quantity on the bidder with the lowest evaluated price.
25. PURCHASER’S RIGHT TO VARY QUANTITIES
(a) BSNL reserves the right to increase or decrease up to 25% of the quantity of goods and services specified in the schedule of requirements without any change in the unit price or other terms and conditions at the time of award of contract.
(b) BSNL also reserves the right for placement of additional order or up to 50% of the additional quantities of goods and services contained in the running tender/ contract within a period of twelve months from the date of acceptance of first APO in the tender at the same rate or a rate negotiated (downwardly) with the existing venders considering the reasonability of rates based on prevailing market conditions and the impact of reduction in duties and taxes etc and supplies to be obtained within delivery period scheduled afresh.
(c) In exceptional situation where the requirement is of an emergent nature and it is necessary to ensure continued supplies from the existing venders, the purchaser reserves the right to place repeat order up to 100% of the quantities of goods and services contained in the running tender /contract within a period of twelve months from the date of acceptance of first APO in the tender at the same rate or a rate negotiated (downwardly) with the existing venders considering the reasonability of rates based on prevailing market conditions and the impact of reduction in duties and taxes etc. Exceptional situation and emergent nature should be spelt out clearly detailing the justification as well as benefits accrued out of it and loss incurred in case this provision is not invoked and approved by the authority competent to accord administrative and financial approval for the procurement calculated on the basis of total procurement i.e. initial and proposed add-on quantity.
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.
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 its
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
100
acceptance along with performance security in conformity with the proforma provided
with the bid document at Section-7B.
27.3 L-1 bidder may be issued Advanced Purchase Order (APO) in two stages. The first
APO shall be issued for L-1 quantity as defined in clause above. The second APO
may be issued to L-1 bidder only when the Purchaser exercises the right for
placement of order on balance tendered quantity on the bidder with the lowest
evaluated price in conformity to Clause 24.3 & 24.4 of Section 4 Part A.
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, except in
case of L-1 bidder, whose EMBG/ EMD shall be released only after finalization of
ordering of complete tendered quantity in pursuance to clause no. 24.4 & 27.3 of this
section..
29. ANNULMENT OF AWARD
Failure of the successful bidder to comply with the requirement of clause 27 & 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) A Quality Policy.
b) A management representative with authority and responsibility for fulfilling QA
requirements and for interfacing with purchaser in the matters of Quality.
c) Procedure for controlling design/ production engineering, materials, choice of
components/vendors, manufacturing and packaging process for supplying
quality products.
d) System of Inward Good Inspection.
e) System to calibrate and maintain required measuring and test equipment.
f) System for tracing the cause for non-conformance (traceability) and
segregating product which don't conform to specifications.
g) Configuration management and change-control mechanism.
h) A quality plan for the product.
i) Periodical internal quality audits.
j) A 'Quality Manual' detailing the above Or infrastructure assessment certificate
and Type Approval Certificate (TAC)/ Technical Specifications Evaluation
Certificate (TSEC) issued by "QA Circle" shall be furnished.
31. REJECTION OF BIDS
31.1 While all the conditions specified in the Bid documents are critical and are to be
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
101
complied, special attention of bidder is invited to the following clauses of the bid
documents. Non-compliance of any one of these shall result in outright rejection of
the bid.
a) Clauses 12.1, 12.2 & 13.1 of Section- 4 Part A: The bids will be rejected at
opening stage if Bid security is not submitted as per Clauses 12.1 & 12.2 and
bid validity is less than the period prescribed in Clause 13.1 mentioned above.
b) Clause 2 & 10 of Section-4Part A: If the eligibility condition as per clause 2 of
Section 4 Part A is not met and/ or documents prescribed to establish the
eligibility as per Clause 10 of section 4 Part A are not enclosed, the bids will
be rejected without further evaluation.
c) Clause 11.2 (c) of Section-4 Part A: If clause-by-clause compliance as well
as deviation statements as prescribed are not given, the bid will be rejected at
the stage of primary evaluation.
d) While giving compliance to Section-5 Part A, General Commercial conditions,
Section-4 Part B, Special Instructions to Bidders, Section-5B Special
(Commercial) Conditions of Contract and Section-3 Technical Specifications
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.
e) Section-9 Price Schedule: Prices are not filled in as prescribed in price
schedule.
f) Section-4 Part A clause 9.5 on discount which is reproduced below:-
"Discount, if any, offered by the bidder shall not be considered unless
specifically indicated in the price schedule. Bidders desiring to offer discount
shall therefore modify their offer suitably while quoting and shall quote clearly
net price taking all such factors like Discount, free supply etc. into account".
31.2 Before outright rejection of the Bid by Bid-opening team for non-compliance of any of
the provisions mentioned in clause 31.1(a), 31.1(b) of Section-4PartA, the bidder
company is given opportunity to explain their position, however if the person
representing the company is not satisfied with the decision of the Bid opening team,
he/they can submit the representation to the Bid opening team immediately but in no
case after closing of the tender process with full justification quoting specifically the
violation of tender condition if any.
31.3 Bid opening team will not return the bids submitted by the bidders on the date of
tender opening even if it is liable for rejection and will preserve the bids in sealed
cover as submitted by taking the signatures of some of the desirous representatives
of the participating bidder/companies present on the occasion.
31.4 The in-charge of Bid opening team will mention the number of bids with the name of
the company found unsuitable for further processing on the date of tender opening
and number of representations received in Bid opening Minutes and if Bid opening
team is satisfied with the argument of the bidder/company mentioned in their
representation and feel that there is prima-facie fact for consideration, the in-charge
of the bid opening team will submit the case for review to Officer competent to
approve the tender as early as possible preferably on next working day and decision
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
102
to this effect should be communicated to the bidder company within a week positively.
Bids found liable for rejection and kept preserved on the date of tender opening will
be returned to the bidders after issue of P.O. against the instant tender.
31.5 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 participants desirous to be present on the occasion.
32. ACTION BY PURCHASER AGAINST BIDDER(S)/ VENDOR(S) IN CASE OF
DEFAULT.
In case of default by Bidder(s)/ Vendor(s) such as
a) Does not supply the equipment in time;
b) Equipment does not perform satisfactory in the field in accordance with the
specifications;
c) Or any other default whose complete list is enclosed in Appendix-1.
Purchaser will take action as specified in Appendix-1 of this section.
33. Clause deleted.
34. NEAR-RELATIONSHIP CERTIFICATE
34.1. The bidder should give a certificate that none of his/ her near relative, as defined
below, is working in the units where he 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 and full time Directors of PSUs both state and
central. Due to any breach of these conditions by the company or firm or any other
person the tender will be cancelled and Bid Security will be forfeited at any stage
whenever it is noticed and BSNL will not pay any damage to the company or firm or
the concerned person.
34.2. The Company or firm or the person will also be debarred for further participation in
the concerned unit.
34.3 The near relatives for this purpose are defined as:-
(a) Members of a Hindu undivided family.
(b) They are husband and wife.
(c) The one is related to the other in the manner as father, mother, son(s) & 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).
34.4. The format of the certificate is given in Section 6 (B).
35. VERIFICATION OF DOCUMENTS AND CERTIFICATES
The bidder will ensure that all the documents and certificates, including experience/
performance and self certificates submitted by him are correct and genuine before
enclosing them in the bid. The onus of proving genuineness of the submitted
documents would rest with the bidder.
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
103
If any document/ paper/ certificate submitted by the participant bidder is found /
discovered to be false / fabricated / tempered / manipulated either during bid
evaluation or during award of contract or thereafter, then the Purchaser will take
action as per Clause-1 of Appendix-1 of this section.
Note for Tender opening Committee:
At the time of tender opening,the TOC will check/ verify that the documents
conforming to eligibility part are submitted by the participant bidder duly
authenticated by the authorized signatory to obviate any possibility of doubt and
dispute and maintain veracity of the documents / papers/ certificates.
The documents/ papers to be submitted in respective bid part have been explicitly
stated in clause- 7 of Section-4 Part A.
This opened bid part which is already signed by the authorized representative of the
bidder company during bid submission will be signed by the tender opening
committee on hard copy and preserve it along with the bids received online in case of
e-tendering.
These papers will be treated as authentic one, in case of any dispute.
36. Security Clause as per latest guidelines and requirement
Mandatory Licensing requirements with regards to security related concerns issued
by the Government of India from time-to-time shall be strictly followed and
appropriate clauses shall be added in all bid documents. Necessary guidelines in this
regard shall be issued separately.
Appendix-1 to Section 4 Part A
S.
No.
Defaults of the bidder / vendor. Action to be taken
A B C
1(a) Submitting fake / forged
i) Rejection of tender bid of respective
Vendor.
ii) Banning of business for 3 years which
implies barring further dealing with the
vendor for procurement of Goods & Services
including participation in future tenders
invited by BSNL for 3 years from date of issue
of banning order.
iii) Termination/ Short Closure of PO/WO, if
issued. This implies non-acceptance of further
supplies / work & services except to make the
already received material work/ complete
work in hand.
a) Bank Instruments with the bid
to meet terms & condition of
tender in respect of tender fee
and/ or EMD;
b) Certificate for claiming
exemption in respect of tender fee
and/ or EMD;
and detection of default at any
stage from receipt of bids till award
of APO/ issue of PO/WO.
Note 1:- However, in this case the performance guarantee if alright will not be
forfeited.
Note 2:- Payment for already received supplies/ completed work shall be made as
per terms & conditions of PO/ WO.
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
104
1(b) Submitting fake / forged
documents towards meeting
eligibility criteria such as
experience capability, supply proof,
registration with Sales Tax, Income
Tax departments etc and as
supporting documents towards
other terms & conditions with the
bid to meet terms & condition of
tender :
(i) If detection of default is prior
to award of APO
i) Rejection of Bid &
ii) Forfeiture of EMD.
(ii) If detection of default after
issue of APO but before receipt of
PG/ SD (DD,BG etc.)
i) Cancellation of APO ,
ii) Rejection of Bid &
iii) Forfeiture of EMD.
1(b)
cont
d.
(iii) If detection of default after
receipt of PG/ SD (DD,BG etc.) .
i) Cancellation of APO
ii) Rejection of Bid &
iii) Forfeiture of PG/ SD.
However on realization of PG/ SD amount,
EMD, if not already released shall be returned.
(iv) If detection of default after
issue of PO/ WO
i) Termination/ Short Closure of PO/WO and
Cancellation of APO
ii) Rejection of Bid &
iii) Forfeiture of PG/ SD.
However on realization of PG/ SD amount,
EMD, if not released shall be returned.
Note 3:- However, settle bills for the material received in correct quantity and
quality if pending items do not affect working or use of supplied items.
Note 4:- No further supplies are to be accepted except that required to make the
already supplied items work.
2 If vendor or his representative uses
violent/ coercive means viz. Physical
/ Verbal means to threatens BSNL
Executive / employees and/ or
obstruct him from functioning in
discharge of his duties &
responsibilities for the following :
Banning of business for 3 years which
implies Barring further dealing with the
vendor for procurement of Goods &
Services including participation in future
tenders invited by BSNL for 3 years from
date of issue of banning order.
a) Obstructing functioning of tender
opening executives of BSNL in
receipt/ opening of tender bids from
prospective Bidders, suppliers/
Contractors.
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
105
b) Obstructing/ Threatening other
prospective bidders i.e. suppliers/
Contractors from entering the tender
venue and/ or submitting their tender
bid freely.
3 Non-receipt of acceptance of APO/
AWO and SD/ PG by L-1 bidder within
time period specified in APO/ AWO.
Forfeiture of EMD.
4.1 Failure to supply and/ or Commission
the equipment and /or execution of
the work at all even in extended
delivery schedules, if granted against
PO/ WO.
i) Termination of PO/ WO.
ii) Under take purchase/ work at the risk
& cost of defaulting vendor.
iii) Recover the excess charges if incurred
from the PG/ SD and outstanding bills of
the defaulting Vendor.
4.2 Failure to supply and/ or Commission
the equipment and /or execution of
the Work in full even in extended
delivery schedules, if granted against
PO/ WO.
i) Short Closure of PO/ WO to the quantity
already received by and/ or commissioned
in BSNL and/ or in pipeline provided the
same is usable and/or the Vendor promises
to make it usable.
ii) Under take purchase/ work for balance
quantity at the risk & cost of defaulting
vendor.
iii) Recover the excess charges if incurred
from the PG/ SD and outstanding bills of
the defaulting Vendor.
5.1 The supplied equipment does not
perform satisfactory in the field in
accordance with the specifications
mentioned in the PO/ WO/Contract.
i) If the material is not at all acceptable,
then return the non-acceptable material (or
its part) & recover its cost, if paid, from the
o/s bills/ PG/ SD.
OR
ii) If the material is inducted in network &
it is not possible to return it and/ or
material is acceptable with degraded
performance, the purchaser may determine
the price for degraded equipment (Financial
penalty = Price – price determined for
degraded equipment) himself and/ or
through a committee.
Undertake recovery of financial penalty
from outstanding dues of vendor including
PG/ SD.
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
106
5.2 Major quality problems (as
established by a joint team /
committee of User unit(s) and QA
Circle) / performance problems and
non-rectification of defects (based on
reports of field units and QA circle).
i) If the material is not at all acceptable,
then return the non-acceptable material (or
its part) & recover its cost, if paid, from the
o/s bills/ PG/ SD;
OR
ii) If the material is inducted in network &
it is not possible to return it and/ or
material is acceptable with degraded
performance, the purchaser may determine
the price for degraded equipment (Financial
penalty = Price – price determined for
degraded equipment) himself and/ or
through a committee.
Undertake recovery of financial penalty
from outstanding dues of vendor including
PG/ SD;
and
iii) Withdrawal of TSEC/ IA issued by QA
Circle.
6
Submission of claims to BSNL against
a contract
i) Recovery of over payment from the
outstanding dues of Vendor including EMD/
PG & SD etc. and by invoking ‘Set off’
clause 21 of Section 5 Part A or by any
other legal tenable manner.
ii) Banning of Business for 3 years from
date of issue of banning order or till the
date of recovery of over payment in full,
whichever is later.
(a) for amount already paid by BSNL
.
(b) for Quantity in excess of that
supplied by Vendor to BSNL.
c) for unit rate and/ or amount higher
than that approved by BSNL for that
purchase.
Note 5:- The claims may be submitted with or without collusion of BSNL
Executive/ employees.
Note 6:- This penalty will be imposed irrespective of the fact that payment is
disbursed by BSNL or not.
7
Network Security/ Safety/ Privacy:- If the
vendor tampers with the hardware,
software/ firmware or in any other way
that
i) Termination of PO/ WO.
ii) Banning of business for 3 years
which implies barring further dealing
with the vendor for procurement of
Goods & Services including
participation in future tenders invited
by BSNL for 3 years from date of issue
of banning order.
iii) Recovery of any loss incurred on
this account from the Vendor from its
PG/ SD/ O/s bills etc.
iv) Legal action will be initiated by
BSNL against the Vendor if required.
a) Adversely affects the normal working of
BSNL equipment(s) and/ or any other
TSP through BSNL.
b) Disrupts/ Sabotages functioning of the
BSNL network equipments such as
exchanges, BTS, BSC/ MSC, Control
equipment including IN etc.,
transmission equipments but not
limited to these elements and/ or any
other TSP through BSNL.
c) tampers with the billing related data/
invoicing/ account of the Customer/
User(s) of BSNL and/ or any other
TSP(s).
d) hacks the account of BSNL Customer for
unauthorized use i.e. to threaten
others/ spread improper news etc.
e) Undertakes any action that affects/
endangers the security of India.
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
107
8 If the vendor is declared bankrupt or
insolvent or its financial position has
become unsound and in case of a limited
company, if it is wound up or it is
liquidated.
i) Termination/ Short Closure of the
PO/ WO.
ii) Settle bills for the quantity
received in correct quantity and
quality if pending items do not affect
working or use of supplied items.
iii) No further supplies are to be
accepted except that required to make
the already supplied items work.
iv) In case of turnkey projects, If the
material is commissioned and is
usable without any degradation of
performance, then settle bills for the
acceptable equipment/ material (or its
part).
v) In case of turnkey projects, if the
material is inducted in network & it is
not possible to return it and/ or
material is acceptable with degraded
performance, the purchaser may
determine the price for degraded
equipment (Financial penalty = Price –
price determined for degraded
equipment) himself and/ or through a
committee.
Undertake recovery of financial
penalty from outstanding dues of
vendor including PG/ SD.
9 In the event of the vendor, its proprietor,
Director(s), partner(s) is / are convicted by
a Court of Law following prosecution for
offences involving moral turpitude in
relation to the business dealings.
i) Termination/ Short Closure of the
PO/ WO.
ii) Settle bills for the material received
in correct quantity and quality if
pending items do not affect working or
use of supplied items.
iii) No further supplies are to be
accepted except that required to make
the already supplied items work.
iv) In case of turnkey projects, If the
material is commissioned and is
usable without any degradation of
performance, then settle bills for the
acceptable equipment/ material (or its
part).
v) In case of turnkey projects, If the
material is inducted in network & it is
not possible to return it and/ or
material is acceptable with degraded
performance, the purchaser may
determine the price for degraded
equipment (Financial penalty = Price –
price determined for degraded
equipment) himself and/ or through a
committee.
Undertake recovery of financial
penalty from outstanding dues of
vendor including PG/ SD.
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
108
10
If the vendor does not return/ refuses to
return BSNL’s dues:
i) Take action to appoint Arbitrator to
adjudicate the dispute.
a) inspite of order of Arbitrator. i) Termination of contract, if any.
ii) Banning of business for 3 years
which implies barring further dealing
with the vendor for procurement of
Goods & Services including
participation in future tenders invited
by BSNL from date of issue of banning
order or till the date by which vendor
clears the BSNL’s dues, whichever is
later.
iii) Take legal recourse i.e. filing
recovery suite in appropriate court.
b) inspite of Court Orders. i) Termination of contract, if any.
ii) Banning of business for 3 years
which implies barring further dealing
with the vendor for procurement of
Goods & Services including
participation in future tenders invited
by BSNL from date of issue of banning
order or till the date by which vendor
clears the BSNL’s dues, whichever is
later.
11 If the Central Bureau of Investigation/
Independent External Monitor (IEM) /
Income Tax/ Sales Tax/ Excise / Custom
Departments recommends such a course
Take Action as per the directions of
CBI or concerned department.
12 The following cases may also be
considered for Banning of business:
i) Banning of business for 3 years
which implies Barring further dealing
with the vendor for procurement of
Goods & Services including
participation in future tenders invited
by BSNL for 3 years from date of issue
of banning order.
(a) If there is strong justification for
believing that the proprietor, manager,
MD, Director, partner, employee or
representative of the vendor/ supplier has
been guilty of malpractices such as
bribery, corruption, fraud, substitution of
tenders, interpolation, misrepresentation
with respect to the contract in question.
(b) If the vendor/ supplier fails to execute
a contract or fails to execute it
satisfactorily beyond the provisions of Para
4.1 & 4.2.
(c) If the vendor/ supplier fails to submit
required documents/ information, where
required.
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
109
(d) Any other ground which in the
opinion of BSNL is just and proper to order
for banning of business dealing with a
vendor/ supplier.
Note 7: The above penalties will be imposed provided it does not clash with the provision
of the respective tender.
Note 8:-In case of clash between these guidelines & provision of invited tender, the
provision in the respective tender shall prevail over these guidelines.
Note 9:Banning of Business dealing order shall not have any effect on the existing/
ongoing works/ AMC / CAMC which will continue along with settlement of Bills.
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
110
SECTION-4 Part B
SPECIAL INSTRUCTIONS TO BIDDERS
The Special Instructions to Bidders shall supplement the 'Instructions to Bidders' and in case
of any conflict with those in Section-4 Part A i.e. GENERAL INSTRUCTIONS TO BIDDERS
(GIB), the provisions herein shall prevail.
1. Eligibility Conditions: As per clause no 4 of DNIT (Section-1).
2. Proven Performance for mainEquipment:
2.1 Proven Performance of the Equipment being offered for Package I: NGN Core
Equipment (Class 5 NGN)
2.1.1 The Equipment being offered shall have adequate deployment and proven
performance. The deployment required for the respective Equipments to be
considered for this Tender is stated below:
Sl No.
Network Element
Deployment Required
1. IMS {Call Servers & Database/ HSS} of NGN core equipment.
a. Quoted model shall be working at least in 2 countries.
b. At least one commercial deployment for minimum capacity of 5,00,000 subscriber base and live commercial traffic carrying for a minimum period of one year at the time of bid submission for the quoted model.
c. Provenness for interoperability with minimum two OEMs of Media Gateways/LMGs/MSAN in commercial deployment for a minimum period of one year at the time of bid submission.
2. eMS a. Working in commercial deployment for a minimum period of one year at the time of bid submission.
b. Working at least in 2 countries.
2.1.2 Necessary client certificate from the relevant network operator as specified in
clause-(2.1.1) above shall be submitted by the Bidder as part of the technical and
commercial Bid to establish the provenness of the Equipment.
2.2 Proven Performance of the Equipment being offered for Package II: Access
Equipment (LMGs & associated items)
2.2.1 The Equipment being offered shall have adequate deployment and proven
performance. The deployment required for the respective Equipments to be
considered for this Tender is stated below:
No.
Network Element
Deployment Required
1. Class 5 Line
a. Working at least in 2 countries. b. Commercial deployment for minimum capacity of 50,000
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
111
Media Gateway (LMGs)
subscriber base (POTS & xDSL) and live commercial traffic carrying for a minimum period of one year at the time of bid submission for the quoted model(s)
c. Proven performance for interoperability with, (i) minimum two OEMs IMS (Call server & Databases) in
commercial deployment for a period of minimum one year at the time of bid submission. OR,
(ii) one OEM’s IMS (Call server & Databases) other than the OEM of LMGs; and one OEM’s Call Server and databases on SIP interface, in commercial deployment for a period of minimum one year at the time of bid submission.
2. eMS a. Working in commercial deployment for a minimum period of one year at the time of bid submission.
b. Working at least in 2 countries.
2.2.2 Necessary client certificate from the relevant network operator as specified in
clause-(2.2.2) above shall be submitted by the Bidder as part of the technical and
commercial Bid to establish the proven performance of the Equipment offered.
2.3 Biddershall ensure that certificates and verifiable references (eligibility clause) are
authentic. Bidder shall give an undertaking on its letter head that they are satisfied
about the correctness of the certificate and verifiable references.
2.4 The contact details shall be given for verifiable references, as specified below:
(a) Details of the contact person signing certificate:
i. Name of Person along with designation
ii. Contact Telephone numbers and FAX
iii. Email address
iv. Complete postal address
(b) Postal address of the Location(s) of the place of deployment
2.5 Site references shall be verifiable and in case, needed, BSNL reserves the right to
visit the reference site.BSNL team is at liberty to visit these live sites at its own cost
for verification of the details submitted by the bidder for that particular site, however
bidder shall be required to organize and co-ordinate the visit at referred site.
3 Deployment of other Equipment:
3.1 All Software OEMs shall provide a certificate that proposed application is
commercially deployed (With verifiable references) on the quoted hardware and
Operating System (OS) for at least one year as on the date of bid submission. The
certificate from the hardware vendor, with detail of reference site in this regard shall
be submitted along with bid.
3.2 RDBMS selected for specific application shall be up and running with the
application in a production system (live-site ) for at least one year as on date of
submission of the Bid. Certificate taken from Software OEM, with detail of reference
site in this regard shall be submitted along with bid.
3.3 Various products including servers, networking equipments, storage etc should be
commercially launched for at least one year as on the date of bid submission. Any
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
112
product shall be considered as commercially launched if it has been supplied to a
customer for deployment by the OEM (with proof of supply shall be attached).
3.4 For all products quoted by the bidder, documentary evidence in respect of the
compliance of the clauses mentioned in the tender document shall be furnished in
the form of product datasheet, product manual, user manual, etc.
3. Bid Security : As per clause no 6 of DNIT (Section-1)
4. Distribution of Quantity:- As per clause no== of Section-5 Part B
5. Operation and Management
5.1 Bidder after successful installation and commissioning of Network bidder shall be
responsible for its operations and management for a period of six months from the
date of successful installation and commissioning. The Operation & Management of
Network shall include interalia all activities and processes which are equipment
specific; and overall operations, like performance management, security
management, configuration management, network and systems administration, data-
base administration, fault management.
5.2 The Operation & Management shall be carried out from NOC locations.
5.3 The Operation & Management shall include but not be limited to the following:
i. Network Operations & Management - Full operations and management of all nodes covering all hardware, software, configuration and integration including framing policies and guidelines for operations and management under this contract for all nodes.
ii. System! Applications Administration
iii. Database Administration
iv. Help desk support to field units
v. Regular testing of all the Network services from customers' point of view
vi. Security Management
vii. Imparting on-the-job training to BSNL officers
viii. Submission of Performance Reports to BSNL
5.4 Any other activity or equipment, which is not explicitly covered in this document but is
essential, as part of the operations and management of ISP network shall also be
performed by the successful bidder. In case of any dispute in this regard, decision of
BSNL shall prevail.
6. Security Clause: International Security Standard Certification
6.1 The Vendor shall have contemporary relevant Security standard certification and
shall comply with the provisions of security standards certification with respect to
Telecom & IT equipment hardware and software and those related to information &
communication security management, such as ISO 15408 standards as applicable to
IT and IT related products, ISO 27001 for Information Security Management System,
standards used by other relevant standard formulation bodies for Telecom/IT
equipment, ITU standard etc or equivalent acceptable international standards or
certification. Based on the requisite testing to be conducted at their labs, Vendors will
certify their own equipments as required under this clause. IT related elements in the
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
113
telecom networks of the concerned OEMs, which are already ISO 15408 certified will
be accepted as certified. Vendor will submit a relevant Self certificate based on test
reports in this regard.
6.2 The successful Bidder shall execute an agreement, in the form as contained in
section 10 of the Tender Document before issuance of any APO by the Purchaser,
subject to the guidelines issued by DOT as amended from time to time.
7. Indemnity Bond
7.1 The Successful Bidder shall have to execute a bond to indemnify the BSNL from all
statutory/legal liabilities towards all the personnel either employed by itself or in the
rolls of its sub-vendors, who have been deployed for execution of various works
against this project, that may arise due to various labour and other laws as specified
by central/state from time to time. Further the engagement and employment of any
personnel and payment of wages to them as per the existing provisions of various
labour laws and regulations is the sole responsibility of the Bidder and any breach of
such laws or regulation shall be deemed to be breach of this Contract.
Class 5NGN tender(Section-5 Part-B) NWP-CFA, BSNL C.O., New Delhi
READ, UNDERSTOOD & COMPILED
(Signature of Bidder) Page 114
Section- 4 Part C
SPECIAL INSTRUCTIONS TO BIDDERS FOR E-TENDERING
1. General
1.1 The Special Instructions (for e-Tendering) supplement ‘Instruction to Bidders’, as given in these Tender Documents. Submission of Online Bids is mandatory for this Tender.
1.2 E-Tendering is a new methodology for conducting Public Procurement in a secured manner. Suppliers/ Vendors will be the biggest beneficiaries of this new system of procurement. For conducting electronic tendering, BSNL has decided to use the portal (https://www.tcil-india-electronictender.com) of M/s TCIL, a Government of India Undertaking.
2. Instructions
2 Tender Bidding Methodology: – ‘Single Stage Bidding, Two stage opening using – Two Electronic Envelopes’.
3 Broad outline of activities from Bidders’ prospective:
3.1 Procure a Digital Signing Certificate (DSC)
3.2 Register on Electronic Tendering System® (ETS)
3.3 Create Users and assign roles on ETS
3.4 View Notice Inviting Tender (NIT) on ETS
3.5 Submit Tender fee and NDA offline to BSNL
3.6 Download Official Copy of Tender Documents from ETS
3.7 Attend training on e-tendering to be arranged by BSNL(optional)
3.8 Clarification to Tender Documents on ETS
3.9 Query to BSNL (Optional)
3.10 View response to queries/clarifications posted by BSNL as addenda
3.11 Bid-Submission on ETS
3.12 Attend Public Online Tender Opening Event (TOE) on ETS
3.13 Opening of Technical-Part
3.14 View Post-TOE Clarification posted by BSNL on ETS
3.15 Respond to BSNL’s Post-TOE queries
3.16 Attend Public Online Tender Opening Event (TOE) on ETS
3.17 Opening of Financial-Part (Only for Technical Responsive Bidders)
3.18 For participating in this Tender online, the following instructions are to be read carefully. These instructions are supplemented with more detailed guidelines on the relevant screens of the ETS.
4 Digital Certificates
For integrity of data and authenticity/ non-repudiation of electronic records, and to be complaint with IT Act 2000, it is necessary for each user to have a Digital Certificate
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
115
(DC) also referred to as Digital Signature Certificate (DSC), of Class 2 or above, issued by a Certifying Authority (CA) licensed by Controller of Certifying Authorities (CCA) [refer http://www.cca.gov.in].
4.1 Registration
To use the ElectronicTender® portal (https://www.tcil-india-electronictender.com) vendors need to register on the portal. Registration of each organization is to be done by one of its senior persons who will be the main person coordinating for the e-tendering activities. In ETS terminology, this person will be referred to as the Super User (SU) of that organization. For further details, please visit the website/portal, and click on the ‘Supplier Organization’ link under ‘Registration’ (on the Home Page), and follow further instructions as given on the web site. Pay Annual Registration Fee as applicable.
[Note: After successful submission of Registration details and Annual Registration Fee (Rs 6000/- plus service tax as applicable,payable etc TCIL), please contact TCIL Helpdesk (as given below), to get your registration accepted/activated].
TCIL Helpdesk
TCIL’s Contact Person Mr. Manish Tiwari
Telephone/ Mobile 011-26202624 [between 9:30 hrs to 18:00 hrs on working days]
E-mail ID [email protected] [Please mark CC: [email protected]]
BSNL Contact-1
BSNL’s Contact Person Mr. Anup Verma, AGM(MMY)
Telephone/ Mobile 011-23717844 [between 9:30 hrs to 18:00 hrs on
working days]
E-mail ID [email protected]
BSNL Contact-2
BSNL’s Contact Person Mr. Manoj Jain ,Dy. Mgr.(MMX)
Telephone/ Mobile 011-23037172 [between 9:30 hrs to 18:00 hrs on
working days]
E-mail ID [email protected]
5 Bid related Information for this Tender (Sealed Bid)
(A) Procurement of Official Copy of Tender Documents After the registration process, to procure an official copy of Tender Documents, the
Bidder is requested to submit the following documents offline to AGM (MMY), BSNL Corporate Office, 2nd Floor, Bharat Sanchar Bhawan, Janpath, New Delhi – 110001, on or before the date & time of procurement of Tender Documents specified in the covering letter of this Tender Document:
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
116
(i) DD/ Bankers cheque of INR 10,000/- ( INR Ten Thousands only)drawn in favour of AO(Cash), BSNL CO, New Delhi, payable at New Delhi against payment of tender fee (ie cost of Tender Documents)
(ii) Non-Disclosure Agreement (NDA)
Only after the receipt of the above mentioned documents, the Bidder would be authorized to procure the official copy of Tender Documents from the e-procurement portal.
(B) Online Submission of Bids The entire bid-submission would be online on ETS. Broad outline of submissions are
as follows: a) Submission of information about Bid Security/ Earnest Money Deposit (EMD)
being submitted ‘offline’ on or before the date & time of submission of bids b) Submission of digitally signed copy of Tender Documents/ Addenda c) Acceptance of General Terms and Conditions (GTC) d) Acceptance of Special Terms and Conditions (STC) e) Two Envelopes
i) Technical-Part ElectronicForms-mandatory Main-Bid-mandatory Bid-Annexures (Optional)
ii) Financial-Part ElectronicForms-mandatory Main-Bid-mandatory Bid-Annexures (Optional)
6 Offline Submissions:
The Bidder is requested to submit the following original documents offline to DM (MMT), BSNL Corporate Office, 2nd Floor, Bharat Sanchar Bhawan, Janpath, New Delhi – 110001 on or before the Bid Closing Date specified in covering letter of this Tender Document, in a sealed envelope. The envelope shall bear (the Tender/Project name), the tender number and the words ‘DO NOT OPEN BEFORE’ (due date & time).
(a) Bid Security.
(b) DD/ Bankers cheque of INR 10,000/- (INR Ten Thousands only) against payment of tender fee
(c) Power of attorney in accordance with clause 14 of Section-4 Part A.
(d) Integrity Pact duly signed by the Bidder.
[Note: The Bidder has to upload the Scanned copy of all above said original documents as Bid-Annexure during Online Bid-Submission].
7 Special Note on Security of Bids
7.1 Security related functionality has been rigorously implemented in ETS in a multi-dimensional manner. Starting with 'Acceptance of Registration by the Service Provider', provision for security has been made at various stages in Electronic Tender's software. Specifically for Bid Submission, some security related aspects are outlined below.
7.2 As part of the Electronic Encrypter™ functionality, the contents of both the ‘Electronic Forms’ and the ‘Main-Bid’ are securely encrypted using a Pass-Phrase created by the
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
117
Bidder himself. Unlike a ‘password’, a Pass-Phrase can be a multi-word sentence with spaces between words (eg I love this World). A Pass-Phrase is easier to remember, and more difficult to break. It is recommended that a separate Pass-Phrase be created for each Bid-Part. This method of bid-encryption does not have the security and data-integrity related vulnerabilities which are inherent in e-tendering systems which use Public-Key of the specified officer of a Buyer organization for bid-encryption. Bid-encryption in ETS is such that the Bids cannot be decrypted before the Public Online Tender Opening Event (TOE), even if there is connivance between the concerned tender-opening officers of the Buyer organization and the personnel of e-tendering service provider.
7.3 Typically, ‘Pass-Phrase’ of the Bid-Part to be opened during a particular Public Online Tender Opening Event (TOE) is furnished online by each Bidder during the TOE itself, when demanded by the concerned Tender Opening Officer.
7.4 It is important for the bidder to keep a safe record of his Pass-phrases. It is the RESPONSIBILITY of the bidder to provide the CORRECT PASS-PHRASE for decrypting his bid part. In case the bidder is unable to provide the correct pass-phrase during the TOE, it will not be possible to open his bid and as his bid will be REJECTED (i.e. Archived Un-opened). Before rejection in such a situation, the bidder will be given opportunity to himself enter the pass-phrase from his own office or from BSNL’s office if his representative is physically present there.
7.5 There is an additional protection with SSL Encryption during transit from the client-end computer of a Supplier organization to the e-tendering server/ portal.
8 Public Online Tender Opening Event (TOE)
8.1 ETS offers a unique facility for ‘Public Online Tender Opening Event (TOE)’. Tender Opening Officers as well as authorized representatives of Bidders can attend the Public Online Tender Opening Event (TOE) from the comfort of their offices. Alternatively, duly authorized representatives of Bidders (i.e. Supplier organization) are requested to carry a Laptop with Wireless Internet Connectivity, if they wish to come to BSNL office for the Public Online TOE.
8.2 Every legal requirement for a transparent and secure ‘Public Online Tender Opening Event (TOE)’ has been implemented on ETS.
8.3 As soon as a Bid is decrypted with the corresponding ‘Pass-Phrase’ as submitted online by the Bidder himself (during the TOE itself), salient points of the Bids are simultaneously made available for downloading by all prospective Bidders. The tedium of taking notes during a manual ‘Tender Opening Event’ is therefore replaced with this superior and convenient form of ‘Public Online Tender Opening Event (TOE)’.
8.4 ETS has a unique facility of ‘Online Comparison Chart’ which is dynamically updated as each online bid is opened. The format of the chart is based on inputs provided by the Buyer for each Tender. The information in the Comparison Chart is based on the data submitted by the Bidders. A detailed Technical and/ or Financial Comparison Chart enhances Transparency. Detailed instructions are given on relevant screens.
8.5 ETS has a unique facility of a detailed report titled ‘Minutes of Online Tender Opening Event (TOE)’ covering all important activities of ‘Online Tender Opening Event (TOE)’. This is available to all prospective Bidders for ‘Viewing/ Downloading’.
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
118
8.6 There are many more facilities and features on ETS. For a particular tender, the screens viewed by a Supplier will depend upon the options selected/programmed by the Purchaser for the relevant tender.
IMPORTANT NOTE: In case of internet related problem at a bidder’s end, especially during ‘critical events’ such as – a short period before bid-submission deadline, during online public tender opening event, during e-auction, it is the bidder’s responsibility to have backup internet connections. In case there is a problem at the e-procurement/ e-auction service-provider’s end (in the server, leased line, etc) due to which all the bidders face a problem during critical events, and this is brought to the notice of BSNL by the bidders in time, then BSNL will promptly re-schedule the affected event(s).
OtherInstructions
8.7 For further instructions, the vendor should visit the home-page of the portal (https://www.tcil-india-electronictender.com) and go to the User-Guidance Center
8.8 The help information provided through ‘ETS User-Guidance Center’ is available in three categories – Users intending to Register / First-Time Users, Logged-in users of Buyer organizations, and Logged-in users of Supplier organizations. Various links are provided under each of the three categories.
8.9 It is strongly recommended that all authorized users of Supplier organizations should thoroughly peruse the information provided under the relevant links, and take appropriate action. This will prevent hiccups, and minimize teething problems during the use of ETS.
8.10 The following ‘FOUR KEY INSTRUCTIONS for BIDDERS’ must be assiduously adhered to:
(a) Obtain individual Digital Signing Certificate (DSC or DC) well in advance of your first tender submission deadline on ETS
(b) Register your organization on ETS well in advance of your first tender submission deadline on ETS.
(c) Get your organization’s concerned executives trained on ETS well in advance of your first tender submission deadline on ETS
(d) Submit your Bids well in advance of tender submission deadline on ETS (There could be last minute problems due to internet timeout, breakdown, et al).
(e) While the first three instructions mentioned above are especially relevant to first-time users of ETS, the fourth instruction is relevant at all times.
9 Minimum Requirements at Bidders end
9.1 Computer System with good configuration (Min PIV, 1 GB RAM, Windows XP)
9.2 Broadband connectivity
9.3 Microsoft Internet Explorer 6.0 or above
9.4 Digital Certificate(s)
10 Training Program
10.1 One day training (10:00 to 17:00) would be provided as per the following table. Training is optional.
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
119
10.2 The prospective Bidders are requested to carry a Laptop and Wireless Connectivity to Internet.
Scheduled Date Date of uploading of Tender document + 7 days
Venue BSNL Corporate Office, Bharat Sanchar Bhawan, Janpath, New Delhi – 110001
Training Charges (Per Participant)
Rs. 2,500/- (plus Service Tax @ 12.36 %)
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
120
SECTION- 5 Part A
GENERAL (COMMERCIAL) CONDITIONS OF CONTRACT
1. APPLICATION
The General Conditions of Contracts provide the terms and conditions applicable to the Supplier for the supply of Goods and the provision of Services.
2. STANDARDS
The Goods and Services supplied under the Contract shall conform to the standards prescribed in the Technical Specifications mentioned in Section 7 and Annexure 1 and 2 of Section 5 Part B.
3. PATENT RIGHTS
The Supplier shall indemnify the Purchaser against all third-party claims of infringement of patent, trademark or industrial design rights arising from use of the Goods and/or Services or any part thereof in network of BSNL.
4. PERFORMANCE SECURITY
4.1 The Supplier (including small scale units who are registered with National Small Scale Industries Corporation under single point registration scheme) shall furnish Performance Security to the Purchaser for an amount equal to 5% of the value of Advanced Purchase Order within 14 days from the date of issue of Advance Purchase Order by the Purchaser.
4.2 The proceeds of the Performance Security referred to in Clause 4.1 above shall be payable to the Purchaser as compensation for any loss resulting from the Supplier’s failure to complete its obligations under the Contract.
4.3 The PerformanceSecurity shall be in the form of Bank Guarantee issued by a scheduled bank and shall be as per the format provided in Part B of Section-9 of this Tender Document respectively. The Bidder shall ensure that Performance Security is sent to the Purchaser directly by the issuing bank by Registered Post (A.D). In exceptional circumstances where the Performance Security is submitted by the Bidder to the Purchaser, the Bidder shall ensure that an unstamped duplicate copy of the Performance Security is sent immediately by the bank directly to the Purchaser by Registered Post (A.D).
4.4 The PerformanceSecurity will be discharged by the Purchaser after completion of the Supplier’s performance obligations including any warranty obligations under the Contract.
5. INSPECTION AND TESTS
5.1 The Purchaser or its representative(s) shall have the right to inspect and test the goods and services as per prescribed test schedules for their conformity to the specifications (“Inspectors”). Where the Purchaser decides to conduct such tests on the premises of the Supplier or its subcontractor(s), all reasonable facilities and assistance like testing instruments and other test gadgets including access to drawings and production data shall be furnished to the Inspectors at no charge to the Purchaser.
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
121
5.2 Should any inspected or tested goods and services fail to conform to the specifications the Purchaser may reject them and the Supplier shall either replace the rejected Goods or make all alterations necessary to meet specification requirements free of cost to the Purchaser. In case of Services, the Bidder shall make arrangements to rectify the deficiencies in Services to conform to the specifications and all quality aspects of installations.
5.3 Notwithstanding the pre-supply tests and inspections prescribed in Clause 5.1 and 5.2 above, the Equipment and accessories on receipt at the 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 fulfil the requirements of the Contract, the Inspector shall give the Supplier notice setting forth details of such defects or failure and the Supplier shall make the defective quipment and/or the Services good, or alter the same to make it comply with the requirements of the Contract forthwith and in any case within a period not exceeding three months of the initial report. These replacements shall be made by the Supplier free of all charges at the site designated by the Purchaser. Should it fail to do so within this time, the Purchaser reserves the discretion to reject and replace at the cost of the Supplier the whole or any portion of Equipment and Services as the case may be, which is defective or fails to fulfil the requirements of the Contract. The cost of any such replacement of Goods and Services made by the Purchaser shall be deducted from the amount payable to the Supplier.
5.5 When the performance tests called for have been successfully carried out, the Inspector will forthwith issue a Taking Over Certificate for all aspects of the Contract in respect of both Goods and Services. The Inspector/ shall not delay the issue of any “Taking Over Certificate” contemplated by this clause on account of minor defects in the Equipment and Services which do not materially affect the commercial use thereof provided that the Supplier shall undertake to make good the same in a time period not exceeding six months. All the major validation issues and major technical problems reported by the Circles should have been satisfactorily resolved.
5.6 Nothing in Clause-5 shall in any way discharge the Supplier from any warranty or other obligations under this Contract.
6. DELIVERY AND DOCUMENTS
6.1 Delivery of the Goods and documents, its installation and commissioning shall be made by the Supplier in accordance with the terms specified by the Purchaser in its SoR and Special Conditions of Contract. The title of the Equipment/material so supplied shall vest with the Purchaser after the sale is concluded by way of High Sea Sales or sales of indigenous materials. Thereafter, the Goods will be issued by the Purchaser to the Supplier and the risk of the Goods shall remain with the Supplier until delivery of the complete network as a turnkey job has been completed and the network is made over to Purchaser for operation. The delivery of the Equipment shall be to the ultimate consignee as given in the Purchase Order. Bidder shall comply with the provisions of Applicable Law.
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
122
6.2 The supply, installation and commissioning of the system be completed in accordance with the commissioning schedule stipulated in the Special Conditions of Contract. .
6.3 All technical assistance for installation, commissioning and monitoring of the Equipment shall be provided by the Supplier at no extra cost during laboratory evaluation, if any, validation/type approval and field trial/operation period as stipulated in the Special Conditions of Contract .
6.4 The extension of delivery period against the Purchase Order, if any, should be granted subject to the condition that BSNL shall have the absolute right to revise the price(s) and also to levy penalty for the delayed supplies.
7. TRAINING
7.1 The Successful Bidder shall provide training for installation and maintenance staff of the Purchaser free of cost.
7.2 The bidder shall specify in his bid the number of trainees, quantum of proposed training, pre-training qualifications required of the trainees and duration of the proposed training.
7.3 The bidder shall provide all training material and documents.
7.4 Conduct of training of the purchaser’s personnel shall be at the suppliers’ plant and/or
on-site in assembly start-up operation, maintenance and/or repair of the supplied goods.
8. INCIDENTAL SERVICES
8.1 The Supplier may be required to provide any or all of the following services:
(a) Performance or supervision of on-site installation and/or start-up of the supplied Goods.
(b) Furnishing of tools required for installation and/or maintenance of supplied Goods.
(c) Performance of supervision or maintenance and/or repair of the supplied Ggoods, for a period of time agreed by the Parties provided that this Service shall not relieve the Supplier of any warranty obligations under this Contract.
9. SPARES
9.1 The Supplier shall be required to provide a list of the following material and notifications pertaining to spare parts manufactured or distributed by the Supplier of spares including cost and quantity considered for arriving at the price of spares stated at Clause 9, Section-4 Part A.
(a) Such spare parts as the Purchaser may elect to purchase from the Supplier provided that such purchase shall not relieve the Supplier of any warranty obligation under the Contract.
(b) In the event of termination of production of the spare parts, the Supplier shall:
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
123
(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 all supplies under the scope of the Contract shall be new and free from all defects and faults in materials used, workmanship and manufacture and shall be of the highest grade and consistent with the established and generally accepted standards for materials of the type ordered and shall perform in full conformity with the specifications and drawings. The Supplier shall be responsible for any defect that may develop under the conditions provided by the Contract and under proper use, arising from faulty material, design or workmanship such as corrosion of the equipment, inadequate quantity of material to meet equipment requirements, inadequate contact protection, deficiencies in circuit design and/or otherwise and shall remedy such defects at his own cost when called upon to do so by the Purchaser who shall state in writing in what respect the stores are faulty. This warranty shall survive inspection or payment for / and acceptance of goods, but shall expire (except in respect of complaints notified prior to such date) twelve months from the date of commissioning of the complete network in the licensed service area and have been taken over under Clause 5.5 above.
10.2 If it becomes necessary for the Supplier to replace or renew any defective portion(s) of the Equipment under this clause, the provisions of the Clause 10.1 shall apply to the portion(s) of the equipment so replaced or renewed or until the end of the above mentioned period of twelve months, whichever may be later. If any defect is not remedied by the Ssupplier within a reasonable time, the Purchaser may proceed to get the defects remedied from other supplier etc., at the 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 the site designated by the Purchaser including freight, insurance and other incidental charges.
11. PAYMENT TERMS
11.1 The payment terms shall be governed by Clause-22 of section-5 Part B. For claiming the payment on receipt of goods by the consignee, following documents are to be submitted to the paying authority.
a) Invoice clearly indicating break up details of composite price i.e. Basic, E.D., Sales
Tax, any other Duties and Taxes, Freight /Packing Charges, Service Tax etc.
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
124
b) Acknowledged Delivery Challan in original.
c) Excise gate pass / invoice or equivalent document, if applicable.
d) Inspection certificate of QA (payable copyin original)
e) The sea freight receipt as per the rates approved by the Ministry of Water and Surface
Transport, if applicable.
f) Proof of payment of octroi / entry tax etc., if applicable
Note : “If the supplier fails to furnish necessary supporting documents i.e. excise /
customs invoices etc. in respect of the Duties/Taxes which are Cenvatable , the amount
pertaining to such Duties/Taxes will be deducted from the payment due to the firm.”
11.2 In case there are damage/shortages the consignee shall intimate the supplier in writing, who will take necessary action to collect the material at his own cost & replace the same.
11.3 (i) Form C and also a certificate stating that the tendered item (stores) are meant for the use of BSNL shall be provided by the purchaser on the request of the bidder as and when asked for.
(ii) No payment will be made for goods rejected at the site on testing.
11.4 The bidder has to give the mandate for receiving the payment of Rs.5 lacs and above electronically and the charges, if any, levied by bank has to be borne by the bidder/contractor/supplier. The bidder company are required to give the following information for this purpose:–
(i) Beneficiary Bank Name (ii) Beneficiary Branch Name (iii) IFSC Code of beneficiary Branch (iv) Beneficiary account No. (v) Branch Serial No. (MICR No)
12. PRICES
12.1 The prices payable under the Contract shall be governed by the following:
(i) Prices charged by the Supplier for goods delivered and services performed under the Contract shall not be higher than the prices quoted by the Supplier in his Bid except for variation caused by change in duty/tax as specified in Clause-12.1(ii).
(ii) The duty/tax part of the unit price shall be regulated as under:
(a) Prices will be fixed at the time of issue of Purchase Order as per taxes and statutory duties applicable at that time. If the duties are not quoted correctly, the basic price may be revised downwardly at the time of PO. Further, during extended delivery period, if there is increase in duties/taxes then the basic price would have to be reduced to accommodate the increase in taxes.
(b) In case of reduction of taxes and other statutory duties during the scheduled delivery period, Purchaser shall take the benefit of decrease in
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
125
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 Supplier’s account. However, benefit of any decrease in these taxes / duties shall be passed on to the Purchaser by the Supplier.
12.2 Anti dumping duty, if any, levied shall be borne by the supplier.
13. CHANGES IN PURCHASE ORDERS
13.1 The Purchaser may, at any time, by a written order given to a Supplier, make changes within the general scope of the Contract in any one or more of the following:
(a) Drawings, designs or specifications, where goods to be supplied under the Contract are to be specifically manufactured for the Purchaser;
(b) the method of transportation or packing;
(c) the place of delivery; or
(d) the services to be provided by the Supplier.
13.2 If any such change causes an increase or decrease in the cost and quantity of, or the time required for the execution of the Contract an equitable adjustment shall be made in the Contract Price or delivery schedule, or both, and the Contract shall accordingly be amended. Any proposal by the Supplier for adjustment under this clause must be made within thirty days from the date of the receipt of the change in order.
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 of the Goods and performance of the services shall be made by the Supplier in accordance with the time schedule specified by the purchaser in its purchase order. In case the supply is not completed in the stipulated delivery period, as indicated in the Purchase Order, purchasers reserves the right either to short close /cancel this purchase order and/or recover liquidated damage charges. The cancellation/short closing of the order shall be at the risk and responsibility of the supplier and purchaser reserves the right to purchase balance unsupplied item at the risk and cost of the defaulting vendors.
15.2 Delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to any or all of the following sanctions: forfeiture of its performance security, imposition of liquidated damages and/or termination of the contract for default.
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
126
15.3 (i) If at any time during the performance of the contract, the supplier encounters condition impending timely delivery of the goods and performance of service, the supplier shall promptly notify to the Purchaser in writing the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the 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 or as per provisions of clause 16.2, Section-5 Part A) as per provision given below:
(ii) The vendor has to submit their request for extension along with the required
additional BG, undertaking as per clause 24 Section-5 Part A (Fall Clause) and a copy of QA inspection certificate at least two weeks before the expiry of delivery period. The decision regarding extension shall be communicated within two weeks of the receipt of request.
(iii) In case extension is being granted beyond 20 weeks then the vendor shall submit additional BG while seeking extension. For peace meal items the amount of additional BG shall be 5% of the value of balance quantity of items to be supplied for which extension in delivery period has been sought. In case of infrastructure/turnkey projects other than as stated above, 1% of the total project value shall be the value for additional BG. The additional BG shall be valid for six months beyond extension of. delivery period sought and shall be discharged after the full ordered quantity has been supplied to the ultimate consignee within the last extended delivery period on submission of inspection certificate from QA and consignee receipt without prejudice to the other remedies available to the purchaser.
(iv) If the vendor fails to deliver the full ordered quantity even during extended delivery period then the PO shall be short-closed and the Performance Bank Guarantee as well as additional BG shall be forfeited.
Format of (i) letters conveying conditions of DP extension and (ii) DPextension letter are in appendix.
15.4 If the supplies are not completed in the extended delivery period, the purchase order shall be short-closed and both the Performance securities shall be forfeited.
16. LIQUIDATED DAMAGES
16.1 Time is the essence of this Tender Document/Contract. The Bidder shall adhere to the project execution schedule given in the Tender Document /APO/PO. The milestones stipulated for delivery of supplies and services in the acceptance of the Tender shall be deemed to be the essence of the Contract and delivery must be completed not later than the dates specified therein. Extension will not be given except in exceptional circumstances. In the event of Bidder’s failure to perform as per the milestones mentioned in the project execution schedule in section-5 Part B, the Bidder shall be liable to pay liquidated damages. The target dates for selected milestone shall be sacrosanct for the purposes reckoning liquidated damages in this Tender/ Contract. Should, however, deliveries be made after expiry of the contracted delivery period, without prior concurrence of the Purchaser and be accepted by the Purchaser, such delivery will not deprive the Purchaser of his right to recover liquidated damage under Clause 16.2 below. However, when supply is made within 21 days of the contracted
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
127
original delivery period, the Purchaser may accept the stores and in such cases the provision of Clause 16.2 will not apply.
16.2 (i) Should the supplier fails to deliver the store or any consignment thereof within the period prescribed and agreed for delivery, the purchaser, without prejudice to other remedies available to the purchaser shall be entitled to recover, as agreed liquidated damages for breach of contract, a sum equivalent to 0.5% of the value of the delayed supply and/or undelivered material/ supply for each week of delay or part thereof for a period up to 10 (TEN) weeks, and thereafter at the rate of 0.7% of the value of the delayed supply and/ or undelivered material/ supply for each week of delay or part thereof for another TEN weeks of delay.
(ii) DP extension beyond 20 weeks would not be generally allowed. The extension beyond 20 weeks may be decided in most exceptional circumstances on case to case basis, by the CGM concerned in case of tenders floated by Circles and by the Functional Director concerned in case tenders floated by Corporate Office, stating reasons and justifications for grant of extension of delivery period beyond 20 weeks.
(iii) In the case of package supply/turnkey projects when the delayed portion of the supply materially hampers installation and commissioning of the systems, LD charges shall be levied as above on the total value of the concerned package of the Purchase Order.
(iv) Quantum of liquidated damages assessed and levied by the purchaser and decision of the purchaser thereon shall be final and binding on the supplier, further the same shall not be challenged by the supplier either before Arbitration tribunal or before the court. The same shall stand specifically excluded from the purview of the arbitration clause, as such shall not be referable to arbitration. However, when supply is made to the ultimate consignee within 21 days of QA clearance in the extended delivery period and the goods were dispatched within this delivery period, the consignee may accept the stores and in such cases the LD shall be levied up to the date of dispatch after QA clearance only.
(i) The total value of the liquidated damages as per above sub-clauses shall be limited to a maximum of 12% (Twelve percent) i.e. LD shall be levied upto 20 weeks only as per provision at para (i).
16.3 The provision of the Section- 5 Part A clause-16 shall be applied together with those specified in Section-5 Part B clause-21.
17. FORCE MAJEURE
17.1 If, at any time, during the continuance of this contract, the performance in whole or in part by either party of any obligation under this contract is prevented or delayed by reasons of any war or hostility, acts of the public enemy, civil commotion, sabotage , fires, floods, explosions, epidemics, quarantine restrictions, strikes, lockouts or act of God (hereinafter referred to as events) provided notice of happenings of any such eventuality is given by either party to the other within 21 days from the date of occurrence thereof, neither party shall by reason of such event be entitled to terminate this contract nor shall either party have any claim for damages against other in respect of such non-performance or delay in 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
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
128
been so resumed or not shall be final and conclusive. Further that if the performance in whole or part of any obligation under this contract is prevented or delayed by reasons of any such event for a period exceeding 60 days, either party may, at its option, terminate the contract.
17.2 Provided, also that if the contract is terminated under this clause, the Purchaser shall be at liberty to take over from the Supplier at a price to be fixed by the purchaser, which shall be final, all unused, undamaged and acceptable materials, bought out components and stores in course of manufacture which may be in possession of the Supplier at the time of such termination or such portion thereof as the purchaser may deem fit, except such materials, bought out components and stores as the Supplier may with the concurrence of the purchaser elect to retain.
18. TERMINATION FOR DEFAULT
18.1 The Purchaser may, without prejudice to any other remedy for breach of contract, by written notice of default, sent to the supplier, terminate this contract in whole or in part
a) if the supplier fails to deliver any or all of the goods within the time period(s) specified in the contract, or any extension thereof granted by the purchaser pursuant to clause15;
b) if the supplier fails to perform any other obligation(s) under the Contract; and
c) if the supplier, in either of the above circumstances, does not remedy his failure within a period of 15 days (or such longer period as the purchaser may authorize in writing) after receipt of the default notice from the purchaser.
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 similar to those undelivered and the supplier shall be liable to the Purchaser for any excess cost for such similar goods. However the supplier shall continue the performance of the contract to the extent not terminated.
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 or the said officer is unable or unwilling to act as such, then to the sole arbitration of some other person appointed by the CMD or the said officer. The agreement to appoint an arbitrator will be in accordance with the Arbitration and Conciliation Act 1996. There will be no objection to any such appointment on the ground that the arbitrator is a Government Servant or that he has to deal with the matter to which the agreement relates or that in the course of his duties as a Government
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
129
Servant he has expressed his views on all or any of the matters in dispute. The award of the arbitrator shall be final and binding on both the parties to the agreement. In the event of such an arbitrator to whom the matter is originally referred, being transferred or vacating his office or being unable to act for any reason whatsoever, the CMD, BSNL or the said officer shall appoint another person to act as an arbitrator in accordance with terms of the agreement and the person so appointed shall be entitled to proceed from the stage at which it was left out by his predecessors.
20.2 The arbitrator may from time to time with the consent of both the parties enlarge the time frame for making and publishing the award. Subject to the aforesaid, Arbitration and Conciliation Act, 1996 and the rules made there under, any modification thereof for the time being in force shall be deemed to apply to the arbitration proceeding under this clause.
20.3 The venue of the arbitration proceeding shall be the office of the CMD, BSNL, New Delhi or such other places as the arbitrator may decide.
21 SET OFF
Any sum of money due and payable to the supplier (including security deposit refundable to him) under this contract may be appropriated by the purchaser or the BSNL or any other person(s) contracting through the BSNL and set off the same against any claim of the Purchaser or BSNL or such other person or person(s) for payment of a sum of money arising out of this contract or under any other contract made by the supplier with the Purchaser or BSNL or such other person(s) contracting through the BSNL.
22. The bidders, who are given Purchase Orders, must give the details of the supplies made against all the Purchase Orders every month on the first working day of the following month to MM and the concerned Planning Branches of BSNL (Corporate Office).
23. The bidder should furnish the name of his collaborator (if applicable), brand name, model no. and type of the products offered in this tender. The technical literatures of the products should also be submitted. No change in either technology or product shall be permitted after opening of bids.
24. FALL CLAUSE 24.1 The prices once fixed will remain valid during the scheduled delivery period except for
the provisions in clause 12.1 of Section 5 Part A. Further, if at any time during the contract (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 related aspects such as quantity, geographical location etc., and the date of its effect for the balance quantity/ service to the vendor. In case the vendor does not accept the new price to be made applicable during the extended delivery period and the date of its effect, the purchaser shall have the right to terminate the contract without accepting any further supplies. This termination of the contract shall be at the risk and responsibility of the supplier and the purchaser reserves the right to purchase the balance unsupplied quantity/ service at the risk and cost of the defaulting vendor besides considering the forfeiture of his performance security.
24.2 (a) The vendor while applying for extension of time for delivery of equipment/services, if
any, shall have to provide an undertaking as “We have not reduced the sale price,
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
130
and/ or offered to sell the same or similar equipment/ service to any
person/organization including Department of central/state Government or any
central/state PSU at a price lower than the price chargeable under the contract for
scheduled delivery period.”
(b) In case under taking as in Clause 24.2(a) is not applicable, the vendor will give the details of prices, the name(s) of purchaser, quantity etc. to the purchaser, while applying extension of delivery period.
25. COURT JURISDICTION:
(i) Any dispute arising out of the tender/bid document/evaluation of bids/issue of APO shall be subject to jurisdiction of the competent court at the place from where the NIT/tender has been issued.
(ii) Where a contractor has not agreed to arbitration, the dispute/claims arising out of the Contract/PO entered with him shall be subject to the jurisdiction of the Competent Court at the place from where Contract/PO has been issued. Accordingly ,a stipulation shall be made in the contract as under:
‘This Contract/PO is subject to jurisdiction of Court at Delhi only”
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
131
SECTION –5 PART-B
SPECIAL CONDITIONS OF CONTRACT
1. INTRODUCTION
The Special Conditions of the Contract shall supplement the ‘Detailed Notice Inviting Tender’ as contained in Section-1, `General Instructions to the Bidders’ as contained in Section-4 Part A, "General Commercial Conditions of the Contract" as contained in Section-5 Part A. Wherever there is a conflict, the provisions herein shall prevail over those in TEC GRs, Section-1, Section-4 Part A and Section-5 Part A.
2. General Requirement from Bidder & OEMs:-
2.1. Bidder shall submit the list of OEM partners and hardware/software solutions proposed in this tender including but not limited to Hardware-Software Solution Providers/ Technology Providers/ Consortium Members,along with the bid.
2.2. The bidder shall furnish signed letters from all the OEM partners stating their participation in the said tender
2.3. The bidder shall identify solutions/ technology/ product that have a clear road map from respective OEMs for the next 8 years w.e.f. date of submission of the bid and the same shall be submitted in the technical bid.
3. Teaming Agreement & Support Certificate:-
3.1. The bidder shall have Teaming agreement with each of the OEM partners (core equipments hardware/software, servers/application, database, LAN switches etc.) individually, to ensure that respective product support for implementation, operations, maintenance, spares and upgrades is available to BSNL for a minimum period of 8 years from the date of commissioning the product/service. The copies of the actual Teaming Agreement between the bidder and each of the OEM shall have to be submitted along with the Technical bid. All such agreements shall be signed by the respective authorized signatories of the concerned companies.Format of teaming agreement is at Annexure-A of Section -.
3.2. Teaming agreement is not required for PCs, printers, Power plants/battery, UPS subjected to the condition that if the bidder gives an undertaking that if no support is available from manufacturers of PCs, printers, Power plants/battery, UPS the vendor will replace the equipment free of cost with equivalent or better equipment. However, back to back agreement is required for servers and other equipments.
3.3. Each of the OEM partners shall also certify direct support of its respective products supplied to bidder and BSNL for a period of 8 years from the date of commissioning, as per Annexure C of Section -of the tender document
3.4. Bidder has to keep the AMC support from all the OEMs during the contract period (including implementation, warranty and AMC period). In case it is noticed that bidder has not renewed the AMC services from any of the OEMs then BSNL shall be at liberty to renew the AMC contract directly from the respective OEM at the risk and cost of the bidder.
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
132
4. Quality Assurance (QA):
4.1. Indigenous Equipment:The supply of Equipments manufactured indigenously shall be accepted after quality assurance (QA) tests are carried out by the QA circle of BSNL. For other items which do not have TEC GR, QA shall be done based on a test schedule submitted by the Successful Bidder and approved by BSNL. However, for branded IT items such as personal computers, laptops, server and computer peripherals that are supplied by ISO certified companiesunder this tender, BSNL shall accept the Factory testing report/certificate in lieu of QA requirements and copy of the same shall be submitted to the relevant Circle at the time of supply of these Equipments. The relaxation of QA requirement, if necessary, shall be given by BSNL on a case-to-case basis.
4.2. Imported Equipments:The supply of imported Equipment shall be accepted along with factory test reports/certificates, unless otherwise specified in Tender.
4.3. BSNL shall conduct certain quality tests at factory premises of the Successful Bidder or its vendor (as the case may be) like load test, environmental test and any other test for which Successful Bidder/Vendor expresses his incapability of demonstrating at the designated installation site.
4.4. The items like installation materials, earthing materials will be tested at the sites at the time of acceptance testing and no QA will be required for these items.
4.5. The supply of equipment/stores/services shall strictly adhere to the package discipline as described in the Purchase Order. A particular item mentioned in SoR would deem to have been received in full only if all the parts/components, installation material etc are supplied as a package during Scheduled Delivery Period.
4.6. The network Elements to be supplied shall be integrated and tested for all the features, facilities, services, performance, parameter setting, capacity, protocols etc., before dispatch to the installation site designated by the Purchaser
5. Environmental Testing: The equipment will be subjected to following environmental tests :
5.1. Media gateways/Line Media Gateway:Category A of QM333.
However, the environmental tests shall not be carried out in case the supplier produces Certificates regarding environmental tests for conditions which can be considered as equivalent to or more stringent than QM-333..
5.2. NGN Core:
For NGN Core Network implemented on own/ third party CTCA /ATCA based or ATCA compliant Carrier Grade Systems, NEBS (GR-63 Core/Bell core 63 and GR-1089) certificates from third party accredited labs shall be submitted. The certificate shall be submitted along with equipment.
5.3. SMPS Power Plant/UPS- As per BSNL prescribed environmental test categories & procedures.
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
133
6. BSNL reserves the right to depute its representatives to the factory premises abroad to inspect/ verify/ witness the QA testing of equipments/software. All the expenses related to travel, boarding and lodging, etc. of BSNL officers shall be borne by BSNL or else BSNL may decide to carry out tests in India at bidder's factory premises.
7. A quality manual describing the QA system shall be submitted along with the bid, which should include following:
i. The details about the component quality assurance and quality system practices, including data on critical components.
8. Project Import Benefit
8.1. Benefit in custom duty, if any, on account of infrastructure project import shall be passed on to the Purchaser. The Supplier shall take action for arranging infrastructure benefit for telecom equipment. It shall be the responsibility of the Supplier to avail reduced rate of custom duty as applicable.
8.2. The Supplier shall be responsible for the reasonability of the cost quoted for the imported Equipment including satisfying the custom authorities, if required, in this regard. The Supplier shall also be responsible for custom clearance, transportation, insurance etc., including payments thereof. The Supplier shall be fully responsible for the performance, compliance to TEC specifications and tender requirements of the imported Equipment.
8.3. The Purchaser proposes to adopt provisions under High Sea Sales to avail infrastructure project import benefits and/or other benefits that accrue with it of the imported equipment. Since the title of the goods/materials would be in the name of BSNL after the High Sea Sales, the customs duty will be paid by the Purchaser directly to the customs authorities. The payment of customs duty shall be regulated as under:
8.4. In case the custom duty levied by the customs authorities is less than the rate indicated in the Bid, the benefit of the reduced rate would be passed on to the Purchaser. However, if the rate of customs duty paid is higher than that quoted in the Bid and no revision in the duty structure is done by the Government at the time of import, the same will be absorbed by the Supplier. Revision in custom duty during and after the Scheduled Delivery Period will be regulated as per the clause 12.1 of Section-5 Part A.
8.5. Custom duty paid directly by the Purchaser to the custom authorities including that, if any, paid in excess of that quoted by the Supplier shall be deducted in full from the first payment due to the Supplier subsequent to the payment of custom duty.
9. Validation:
9.1. The network/ equipment shall be subjected to on-site validation by the team designated by BSNL.Validation shall cover at least one set of each type of equipment.
9.2. The systems/Equipments supplied in the network, and installed by the Bidders against the Purchase Orders placed on them shall be subjected to validation by the team designated by BSNL during which the tests as per the provisions in the TEC specifications and Tender requirements shall be conducted. The Test Schedule and Procedures for Validation Testing shall be submitted by successful bidder within 15days
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
134
from date of Purchase Order and shall befinalized by the BSNL in consultation with the Bidders within 2 months from the date of Purchase Order. The system for the purpose of equipment validation is defined as a set of network elements that shall be required to simulate all the services which are mandated in this Tender Document.
9.3. Inter-working both intra and inter zones and between network elements of various vendors shall form an essential part of the requirement for validation clearance. The configuration that shall be offered for validation shall be decided by BSNL and the testing methodology shall be finalised in consultation with the Supplier.
9.4. Successful bidder (also referred as supplier) shall arrange to validate complete NGN Core equipment interworking it with IP/MPLS network, IP-TAX, Mobile Network, Broadband Access, the existing PSTN network via existing / proposed Converged MPLS network, IN, SSTP at the site(s) determined by BSNL as well as OSS & BSS system of BSNL. .
9.5. Supplier of Package II shall be responsible for integration testing of NGN Access Equipment (LMGs/Media Gatways and eMS) with NGN core (Package-I). However, the supplier of Package-I shall be responsible to provide full support including supply of interface information for such integration testing. The supplier of Package-I shall also be responsible for integration/interworking testing of NGN core equipments as per detail given at cl no 9 of Annexure-1 of section 5 Part B. and the supplier of package-II shall be responsible for integration/interworking testing of NGN Access equipments as per detail given at cl no 14 of Annexure-2 of section 5 Part B.
9.6. Suppliers of Package-I shall be responsible for integration testing of NGN Core Equipment inter zone and also with Pre-paid and Multimedia video conferencing system, Wide Area IP Centrex, LIMS, NMS, VAS, FMC applications etc.
9.7. The bidder(s) shall submit the required integration/integration support services and documentation etc. for integrating the NGN Core equipment Package I and NGN Access equipment (Media Gateways/LMGs) or any other components to be supplied under this tender with OSS&BSS systems of Wire-line and Broadband, MPLS, Multiplay Network.
9.8. The successful bidder will submit the Validation test document (including but not limited to all test of all services, features, Capacity test/ quality testing, Traffic trials, Triple play trials for High Speed Internet, Broadcast TV, Multicasting and Video on Demand etc.), Multimedia Video Conferencing, Wide Area IP Centrex within one month of issue of PO. The validation test document shall contain the list as well as procedures for the tests which are proposed to be conducted during the validation/ field trial to test the conformance of the equipment to the Technical Specifications. The test schedule and procedures for validation tests will be finalized by BSNL.
9.9. Any deficiency found during validation in performance of the system as per the requirement shall be rectified by the successful bidder. The Supplier shall provide, at his own cost all the testing equipments/instruments including load test equipmentas required for all the tests to be conducted for validation.
9.10. The bidder shall make available software programs and testers required for carrying out the Validation tests as per the schedule. The bidder shall indicate whether the software package includes programs for testing the nodes under full load conditions and overload
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
135
conditions by creation of artificial traffic. Such test program shall be provided by the bidder for the limited purpose of testing. The Bidder shall also indicate the technique used in the creation of such artificial traffic. Details of various items required for the above purpose may be specified in compliance to this clause.
9.11. Any additional test equipment required during Validation shall be arranged by the bidder at no additional cost to BSNL, so as to complete the Validation as per the specified time schedule in this document.
10. Acceptance Testing (A/T):
10.1. Purchaser reserves the right to appoint any testing authority including its own A/T team for carrying out Acceptance Testing of the network and its network elements. The acceptance test schedule generally covers (but not limited to) the following:
(i) Check on ironwork, cabling and wiring. (ii) Functional test on individual equipment /network for meeting the required
parameter. (i) Load testing of engine , battery and power plants (ii) Traffic trials. (iii) Integration/Interworking testing with existing network elements including
equipment being procured through this tender under Package-I & Package-II. Please refer cl 9 of Annexure-1 of section 5 Part B for Package-I and clause no 14 of Annexure-2 of Section 5 Part B for Package-II.
10.2. The Selected Bidder shall submit the Acceptance test schedule within one month of
issue of PO. Bidder shall also clearly indicate the specification clause(s) verified by each test. BSNL shall have the right to make modifications or additions to any test or techniques of measurement as considered necessary by it. BSNL CO will finalize the A/T schedule in consultation with successful bidder within two months from the date of issue of PO.
10.3. Bidder shall arrange the equipment (including CPE/terminal with requisite features) for A/T purpose without any financial implications to BSNL. The bidder shall indicate whether the software package includes programs for testing the nodes under full load conditions and overload conditions by creation of artificial traffic. Such test program shall be supplied by the bidder for the limited purpose of testing. The Bidder shall also indicate the technique used in the creation of such artificial traffic. Details of various items required for the above purpose may be specified in compliance to this clause.
10.4. BSNL concerned Circle shall offer equipment for acceptance testing to A/T team that will carry out the tests detailed in the acceptance test schedule to confirm that the performance of the different modules, subsystems, and entire installation satisfies the specified requirement of specifications including service performance
10.5. Any components or modules failing during the acceptance tests shall be replaced at no additional cost to the Purchaser at site by the Selected Bidder. These shall be shipped within two weeks of the initial reports. Notwithstanding the pre-supply tests and inspections prescribed in this document, the equipment and accessories will also be pre-tested by supplier, before offering to A/T, in coordination with the Node In-charge as per the procedure and Performa provided by purchaser in due course during and after
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
136
installation/ commissioning before “take over” and if any equipment and part thereof is found defective, the same shall be replaced at no cost to the purchaser.
10.6. If any equipment or any part thereof, before it is taken over under as specified in the document, is found defective or fails to fulfill the requirements of the contract, the inspector shall give the Supplier notice setting forth details of such defects or failure and the supplier shall make the defective equipment good, or alter the same to make it comply with the requirements of the contract forthwith and in any case within a period not exceeding one month of the initial report. These replacements shall be made by the supplier free of all charges at site. Should it fail to do so within this time, the purchaser reserves the discretion to reject and replace at the cost of the supplier the whole or any portion of equipment as the case may be, which is defective or fails to fulfill the requirements of the contract. The cost of any such replacement made by the purchaser shall be deducted from the amount payable to the supplier.
10.7. When the AT tests called for have been successfully carried out, the ultimate consignee will forthwith issue a Taking Over Certificate. The ultimate consignee shall not delay the issue of any “Taking Over Certificate” contemplated by this clause on account of minor defects in the equipment which do not materially affect the commercial use thereof provided that the supplier shall undertake to make good the same in a time period not exceeding six months. The Taking Over Certificate shall be issued by the ultimate consignee within six weeks of successful completion of tests.
10.8. After all acceptance tests have been successfully carried out to the satisfaction of the BSNL, BSNL will certify the equipment as fit for commissioning.
11. SOFTWARE
11.1. All the software licenses supplied against this Tender Document shall be perpetual without any limitations on use and shall be licensed in the name of BSNL. Licensing matrix shall be indicated for each of the applications in Section-14 Annexure-F.
11.2. Software version of the equipment being supplied must be indicated in the schedule of requirements as well as in other documentation. Bidders must quote for all necessary licenses required to meet out the tender requirements, however BSNL reserves the right to order requirednumber of licenses depending on the availability of licenses with BSNL for such products. Wherever licenses are available, the prices shall be affected on pro-rata basis.
11.3. For the third party applications software, the bidder shall have arrangement with the respective software OEMs for maintenance/upgrade to meet the obligations under this tender.
11.4. Certified and licensed copies of the application software required shall be supplied. Only supported Freeware software (i.e. Linux & Apache) that is supported by respective OEMs for the period of contract (i.e. Eight years) can be supplied bundled with application /solution. Details shall be submitted along with the technical bid. Unsupported software with no provision of bug fixing, upgrades and updates shall not be accepted.
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
137
11.5. Software versions in the various subsystems should be latest & the bidder shall indicate complete details along with deviations if any. Software version of the Equipment being supplied should be latest and must be indicated in the Bid element wise.
11.6. All the software upgrades and/ or patches required for the system supplied shall be implemented free of cost at each site during Warranty and AMC periodby the bidder.
11.7. All system interfaces should be industry standard open interfaces.
11.8. The system hardware/software shall not pose any problem due to change in date time caused by events such as change of millennium, century, leap year etc, in the normal functioning of the equipment.
11.9. Any customized operation and Management reports from the system required by BSNL during the warranty and AMC period shall be provided by the successful bidder without any additional cost to BSNL.
11.10. The bidder has to provide open published API’s of Software systems supplied against the Purchase Order for the purpose of integration with other systems like NMS, EMS, Billing, Provisioning, CRM.
11.11. The Supplier shall supply the extent of software license as per requirement and shall not impose restriction on the use of such license for the operational requirements of BSNL.
11.12. All the system and application software loaded in the various network elements shall be supplied in reloadable media to the consignee in a manner suitable for re-loading in the network element.
11.13. All the Software upgrades and/or patches required for the maintenance of the system supplied/shown in the roadmap for realization of the features stated in the Bid will be implemented without any additional cost at each site during the currency of the warranty and AMC and acceptance testing of the system will be done by the Supplier through an authority designated by BSNL for all functions of all systems after the implementation of Software upgrades/patches in each system.
11.14. Technical support centre:- Successful Bidder shall have to establish its Technical support centre within six months of award of Contract to provide to provide technical support to ensure smooth functioning of equipment supplied by them and to meet additional requirements from time to time. The Bidder shall submit details of location, number of personnel, facility to be made available at technical support centre in the Bid.
12. Any item required for the completion of the project as per tender, but not quoted, shall be supplied by the bidder at no additional cost to BSNL.
13. TENDER EVALUATION
13.1. The evaluation methodology is as per Section- 4 Part A clause-21 & 22 of the Tender Document. Further, the Bid shall be evaluated as a package quoted by the Bidders for various equipments, services, AMC, Operations & Managment cost etc.
13.2. Package-I and Package-II shall be evaluated independently and ranking decided independently.
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
138
13.3. (i) For Package-I:Bid shall be evaluated as per the price schedule for Schedule of Requirement (SOR) for Package-I: NGN Core equipments based on IMS (Call Server &Database/HSS) based SOR as per Section 3 Part C .Bidder shall give price schedule for only one solution otherwise bid shall be summarily rejected.
(ii) For Package-II: Bid shall -be evaluated as per the price schedule for Schedule of Requirement(SOR) for Package-IINGN Access equipments given at section 3 Part (C)
13.4. The price of various items forming part of the package(s) detailed in the SoR at Section-3 Part C shall be evaluated. The sanctity of the price of individual items shall be maintained by the Bidders within the package(s) even though the evaluation is package based.
13.5. Evaluation of the cost of AMC:
a) The Bidder shall quote comprehensive AMC for a period of 7 years for all the elements except for the battery for which it shall be 5 years AMC, after the expiry of the warranty period of one year. The Bidders shall quote the AMC charges as a percentage of the quoted equipment cost for each of the 7 years. AMC charges shall be considered in evaluation of price bid, by applying a discounted rate of 12% per year to arrive at the NPV (Net Present Value).
b) Since the AMC is to be entered at the end of warranty period of one year, the calculation for NPV of AMC shall be done as follows:
Net Present Value (NPV) of AMC for equipments
NPV= A1/(1+r/100)2+ A2/(1+r/100)3+ A3/(1+r/100)4+ A4/(1+r/100)5 + A5/(1+r/100)6
+ A6/(1+r/100)7 + A7/(1+r/100)8 Here A1, A2, A3, A4, A5, A6, A7 are the AMC amounts for first, second, third, fourth, fifth, sixth, seventh years subsequent to the one year of warranty and “r” is the discounting rate of 12% per annum
c) In case the AMC rate quoted by bidder is less than 3%, thenAMC rate of 3% of equipment cost (excluding duties and taxes CENVAT-able i.e net cost to BSNL)shall be taken for the evaluation purpose.However ordering price will be arrived as per the actual quoted rates.
13.6. Evaluation of Operation and Management:
a) The bidder shall quote for the O&M charges for 1 years (4 man-months for two year). Cost of O&M shall be taken for evaluation calculated to the present value at a discounted rate of 12% per annum similar to the method adopted for AMC. Net Present Value (NPV) of O & M for equipments = Quoted rates for O&M for 1st year / (1.12)1 + Quoted rates for O&M for 2nd year /
(1.12)2
13.7. Loading:
(a) In case any item is not quoted by a Bidder mentioned in the SOR of the tender
document or the price of any item is not available in its own bid, then the bid shall
be loaded by the highest price quoted by any of the bidders for that item. The
loaded item shall be supplied at lowest cost quoted by any of the bidder.
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
139
(b) Cases in which the bidder has quoted for less quantity for any of the items than
that indicated in the SoR of the tender document, then the price bid shall be
loaded to the extent of the difference in quantity of the item to meet the full
requirement of the SoR on a pro-rata basis for the purpose of evaluation &
ordering.
(c) No de-loading of the bid is envisaged, if the quoted quantity in the bid is higher
than that requested in the tender for the purpose of evaluation.
(d) AMC cost shall not be paid for all items supplied free of cost on account of the
loading. The same principle shall be applied for the cost towards services and all
other items
(e) Offer to the L1 bidder(s) after correcting the arithmetical errors and effecting
change in unit prices due to loading shall not tantamount to counter offer. If not
accepted by the bidder, then he/ she shall be liable to be barred from participating
in future tenders/ EOIs/ RFPs of BSNL for a period of two years.
13.8. It shall also include all those items which respective Bidder(s) consider essential for commissioning purposes and included in the price schedule of bid. For such items which are to be included in addition to what has been mentioned in the SoR, it is the responsibility of Bidder to indicate the quantities under “any other item for successful implementation including integration/interworking” to be ordered for the project execution and it shall also form part of evaluation of total package(s).
13.9. For the purpose of tender evaluation, the prices quoted against line item in the SoR in the Price Schedule ( Section 11 Part II) shall only be considered. In case, sum of the breakup of prices in the detailed BoM is more than the price quoted against line item as per the SoR in the Price Schedule, the itemized prices in the BoM shall be de-rated. However, in case sum of the breakup of prices in the detailed BoM is less than the price quoted against line item in the SoR in the Price Schedule, the prices against line item in the SoR in the price schedule shall beconsidered for the purpose of evaluation but while ordering the prices shall be restricted to the prices quoted in the detailed BoM of that SoR line item
13.10. This Tender Document seeks a comprehensive and complete requirement of hardware and software for the successful installation and commissioning of the NGN Class 5 network. The Bidder shall be required to supply all material/goods/services required to make the equipment operative as per the requirements, after integrating as per requirement with the other system/network of BSNL(even if it is not shown in Bill of Material).
14. AWARD OF CONTRACT (PLACEMENT OF ORDER)
14.1. BSNL will open and evaluate the financial bids of technically and commercially responsive bidders for Package-I and Package-II and prepare separate list of such bidders arranged in increasing order of their evaluated package prices (with NPV) starting from the lowest (i.e. L1, L2, L3 and so on) for Package-I and Package-II separately, for the purpose of ordering against this tender.
14.2. Award of work for Package-I
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
140
14.2.1. The bidder with the lowest evaluated price (L1) will be considered for awarding the work for complete 4 Mn subscriber base under Package-I.The sites mentioned for NGN core are tentative and BSNL will specify the sites in purchase order (PO).
Zone Subscribers base capacity for Class 5
Main Site for NGN Core i.e. IMS (Call Servers & HSS)
DR site or Partner site for NGN Core i.e. IMS (Call Servers & HSS)
South
Hyderabad Chennai
South
Chennai Hyderabad
Sub Total
East
Patna Kolkata
East
Kolkata Patna
Sub Total
North
Chandigarh Lucknow
North
Lucknow Chandigarh
Sub Total
West
Pune Ahmedabad
West
Ahmedabad Pune
Sub Total
Total 40,00,000
14.2.2. In case L1 bidder declines the offer, the offer shall be made to L2 bidder. The offer to
L2 biddershall be at the total evaluated package price of the L1. The evaluated price schedule of the L2 bidder shall be recalculated by multiplying the individual SoR line items with a factor arrived at by dividing the evaluated L1 package (with NPV) price by evaluated L2 package (with NPV) price (herein after referred to as “derating”). The L2 may decline the offer without the risk of forfeiting its bid security. However the bid security of L1 bidder shall be forfeited in case of refusal of offer. In case L2 bidder declines to accept the offer, the offer shall be made to L3 bidder and so on in the same manner as has been made to L2 bidder.
14.3. Package-II
14.3.1. The L-1 & L-2 bidder shall be considered for award of work under Package-II.The circle wise distributions of requirement are tentative and BSNL will specify the circle/sites wise requirement in purchase order (PO). The work distribution among L1 and L2 bidders may be given as below-
S No. Zone Circle POTS Ports
ADSL2+ ports
Work to be
awarded to bidder
1 South ANDHRA
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
141
PRADESH
2 KARNATAKA
3 KERALA
4 TAMILNADU
5 CHENNAI TELE. DIST.
South Zone Total
6
Gujrat
7
MAHARASHTRA
8
Madhya Pradesh
9
Chattishgarh
West zone total
Total L-1 distribution 3000000 1200000
10
East
JHARKHAND
11 BIHAR
12 ASSAM
13 NORTH EAST-I
14 NORTH EAST-II
15 ORISSA
16 A & N
17 WEST BENGAL
18 KOLKATA TELE. DIST.
East Zone total
19
J & K
20
HIMACHAL PR.
21
PUNJAB
22
North
HR
23 RAJ
24 UTR
25
UPW
26
UPE
North Zone total
Total L-2 ports 2000000 800000
Total quantity
14.3.2. The lowest evaluated price (L1) will be considered for awarding the work..
14.3.3. The offer to L2 bidder shall be at the total evaluated package price of the L1. The evaluated price schedule of the L2 bidder shall be recalculated by multiplying the individual SoR line items with a factor arrived at by dividing the evaluated L1 package
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
142
(with NPV) price by evaluated L2 package (with NPV) price (herein after referred to as “derating”). The L2 may decline the offer without the risk of forfeiting its bid security.
14.3.4. In case L2 bidder declines to accept the offer, the offer shall be made to L3 bidder and so on in the same manner as has been made to L2 bidder.
14.3.5. In the event of L2 and so on bidders refusing to accept its package de-rated to the price of L1 bidder, BSNL reserves the right to offer the contract for all the zones other than RQ to the L1 bidder. It is mandatory for the L1 bidder to accept such an offer and shall perform the whole contract as envisaged in the tender document.
14.3.6. In case L1 bidder declines to accept the offer, the offer shall be made to L2 bidder. The offer to L2 bidder shall be at the total evaluated package price of the L1. The evaluated price schedule of the L2 bidder shall be recalculated by multiplying the individual SoR line items with a factor arrived at by dividing the evaluated L1 package (with NPV) price by evaluated L2 package (with NPV) price (herein after referred to as “derating”). The L2 may decline the offer without the risk of forfeiting its bid security. However the bid security of L1 bidder shall be forfeited in case of refusal of offer.
14.3.7. In case L2 bidder declines to accept the offer, the offer shall be made to L3 bidder and so on in the same manner as has been made to L2 bidder.
15. Delivery schedule:
15.1. For Package-I (NGN Core)
15.1.1. Equipments shall be supplied within 120 days of the date of P.O.
15.1.2. The equipments installation and Commissioning shall be completed within 270 daysfrom the date of P.O at all the sites. The Validation/Acceptance Testing shall be conducted by a team nominated by BSNL.
15.1.3. In case there is delay in provisioning of Bandwidth, Space, power or any other requirement as part of BSNL responsibility, the selected Bidder shall immediately inform the project implementation Authority, which shall then grant additional days extension as deemed necessary by BSNL.
15.2. For Package-II (NGN Access)
15.2.1. Equipments shall be supplied within 120 days of the date of P.O.
15.2.2. The equipments installation and Commissioning shall be completed within 330 days from the date of P.O at all the sites. The Validation/Acceptance Testing shall be conducted by a team nominated by BSNL.
15.2.3. In case there is delay in provisioning of Bandwidth, Space, power or any other requirement as part of BSNL responsibility, the selected Bidder shall immediately inform the project implementation Authority, which shall then grant additional days extension as deemed necessary by BSNL.
16. Liquidated Damages(LD)
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
143
16.1. The Suppliershall be levied liquidated damages at the rates as defined in the General Conditions of Contract as provided at Clause 16 Section-5 Part A of the Tender Document for any delay in the turnkey job entrusted to the Bidder.
16.2. In the present case of turnkey solution of supply, installation and commissioning of the equipments where the delayed portion of the delivery and provisioning of service materially hampers effective usage of the systems otherwise deployed in the network, liquidated damage charges shall be levied as above on the total value of the Purchase Orders. The liquidated damages shall also be leviable with reference to commissioning of the network and shall be levied as above on the total value of the Purchase Orders. Should there be any delay in the availability of site, civil infrastructure, media or any other BSNL deliverables, it shall be considered on a case to case basis for relaxation in levy of liquidated damages, by the concerned heads of circles/PO issuing Authority.
16.3. The package wise liquidated damages will be levied from the identified milestone date till the date of commissioning of network in accordance with Section-5 Part A clause-16.
16.4. Quantum of liquidated damages assessed and levied by the Purchaser shall be final and not challengeable by the Supplier.
17. Payment Time schedule for various milestones
17.1. Payment shall be made in Indian Rupees. The payments schedule shall be as follows:
Package-I
Table-A1: Milestones - Payment Schedule against Equipments (Package I)
Sl No Item Description/ Milestone Time schedule for completion from PO date
Amount due against Equipments Part of PO
1
At the time of delivery of the equipment 120 days 50%
2 After successful completion of:
i. integration/ interworking/ interoperability with other networks
ii. Successful commissioning of LIS/LIM
iii. Acceptance Testing and Commissioning
240 days 30%
3 After successful completion of validation One year 10%
4 After completion of Warranty 10%
Table-A2: Milestones - Payment Schedule against Services (Package I)
Sl No
Item Description/ Milestone Time schedule for completion from PO date
Amount due against Services Part of PO
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
144
1 At the time of delivery of the equipment 120 days Nil
2 After successful completion of:
i. integration/ interworking/ interoperability with other networks
ii. Successful commissioning of LIS/LIM
iii. Acceptance Testing and Commissioning
240 days 60%
3 After successful completion of validation One year 20%
4 After completion of Warranty 20%
Package-II
Table-B1: Milestones - Payment Schedule against Equipments (Package II)
Sl No
Item Description/ Milestone Time schedule for completion from PO date
Amount due against Equipments Part of PO
1 At the time of delivery of the equipment 120 days 50%
2 (A)
After successful completion of 50% of equipment capacity and 50% sites:
i. integration/ interworking/ interoperability with other networks
ii. Acceptance Testing and Commissioning
15%
2(B) After successful completion of balance 50% of equipment capacity and 50% sites:
i. integration/ interworking/ interoperability with other networks
ii. Acceptance Testing and Commissioning
330 days 15%
3 After successful completion of validation One year 10%
4 After completion of Warranty 10%
Table-B2: Milestones - Payment Schedule against Services (Package II)
Sl No Item Description/ Milestone Time schedule for completion from PO date
Amount due against Services Part of PO
1 At the time of delivery of the equipment
120 days Nil
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
145
2 (A) After successful completion of 50% of equipment capacity and 50% sites:
iii. integration/ interworking/ interoperability with other networks
iv. Acceptance Testing and Commissioning
30%
2(B) After successful completion of balance 50% of equipment capacity and 50% sites:
iii. integration/ interworking/ interoperability with other networks
iv. Acceptance Testing and Commissioning
330 days 30%
3 After successful completion of validation
One year 20%
4 After completion of Warranty 20%
18. Payment Terms
18.1. For claiming payments against delivery of equipment Milestone, the following documents are to be submitted by the Supplier to BSNL:
i. Invoice.
ii. Delivery Challan.
iii. Supplier certificate for dispatch.
iv. Excise gate pass/invoice for Indigenous equipment and High Sea Sales Agreement and Customs duty challan for the imported equipment.
v. Inspection certificate of QA for Indigenous equipment
vi. Consignee receipt confirming receipt of the (a) specified quantity of the equipment mandated for the supply/payment milestone (b)Factory Test Reports for the imported equipment
vii. Proof of payment of octroi /entry tax etc., if any
18.2. For claiming payments against commissioning Milestone, the following documents are to be submitted by the Supplier to BSNL:
i. Invoice
ii. A/T certificates for the commissioning/payment milestones as required in relevant milestone or a certificate that commercial utilization of the equipments has commenced.
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
146
iii. A certificate to the effect that major Integration and inter-operability issues have been resolved, provisional AT clearance received.
iv. A certificate that all the software loaded in the corresponding Core, eMS/NMS equipments, their testing, operational software etc have been made over and received in the circle. The certificate should indicate clearly the list of software made over and the original license in the name of BSNL.
v. 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.
18.3. For claiming payments for validation Milestone a certificate that Validation has been completed in accordance with the report of BSNL validation testing team and the pending issues have been closed, is to be provided by the Supplier along with the invoice.
18.4. For claiming payments after completion of warranty of the respective packages, the “Taking over Certificate” is to be submitted along with the invoice.
18.5. The Supplier shall submit a mandate for receiving payment of Rs. 5 lakhs and above electronically. Charges, if any, levied by the bank for electronic fund transfer shall be borne by the Supplier. The Supplier is required to submit the following information for this purpose:
a) Name of the beneficiary’s bank and branch.
b) IFSC code of the beneficiary’s branch.
c) Account number of the beneficiary.
d) Branch serial number (MICR No.)
18.6. Customs duty already paid directly by BSNL shall be deducted in full from the first payment due to the Supplier, subsequent to the payment of customs duty.
18.7. BSNL, if required by Applicable Law, shall deduct withholding tax at source as per the applicable rates at the time of raising of the invoice for which it shall provide tax withholding certificate to the Supplier. Provided further, that if required by Applicable Law, BSNL shall pay the service tax on the approved invoice, in compliance with Applicable Laws to the Supplier who shall be obliged to pay the service tax to the authorities within the statutory timelines provided under Applicable Law.
19. Commercial Use
The Purchaser reserves the right to commercially use the installed Equipments. Such commercial utilisation of the network shall not entail the Supplier to claim deemed completion of otherwise incomplete obligations under the terms and conditions of this Contract and shall not relieve the Supplier of the liability under the relevant clauses of liquidated damages arising out of such non-completion/delay.
20. Warranty
20.1. The warranty of the stores/ equipment supplied in respect of Package I shall be for a period of twelve months from the date of commissioning of both the NGN Core sites in a Zone.
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
147
20.2. The warranty of the stores/ equipment supplied in respect of Package II shall be for a period of twelve months from the Ist day following the end of the quarter (i.e. quarter ending on 30th June, 30th Sep, 31st Dec and 31st March) during which network equipments is commissioned.
20.3. From the date of commissioning of the site after successful acceptance testing for each site, all responsibilities including attending the faults and repairing the cards within the specified time lines as per AMC conditions shall be with the Supplier, even if, due to any impediments, the Warranty specified as above could not start.
20.4. All responsibilities including attending the faults and repairing the cards within the specified time lines as per AMC conditions shall be with the Supplier. All the SLA penalty clauses shall be applicable during period of warranty in case of failure to meet performance SLAs, on part of bidder.
21. Operation/ Maintenance .
21.1. During the O&M period, the Successful Bidder shall put into operation the set of maintenance procedures, periodic test schedules, Traffic Report generation & analysis and remedial measures to be taken in each occasion, Extraction of performance statistics from the various network elements, and classification as required by the Purchaser, Management Information System (MIS) parameters for fault, performance and planning of network expansion. The Bidder shall also help BSNL to put into practice maintenance schedules viz opening of appropriate registers for log, test schedule and performance and fault recording.
21.2. The bidder shall perform the O&M activities for one year from the date of commissioning of equipment(s) i.e during the warranty period of one year. The Successful Bidder shall associate the staff of BSNL during this period so that the takeover of the O&M functions by the BSNL staff is smooth and they are able to operate & maintain the network efficiently and independently. The Bidder(s) shall specify as part of the techno –commercial Bid, the number of resource persons to be committed for this function as under:
21.2.1. Minimum 30 persons for Package-I [At least 6 persons each for Main-NOC of NGN Core site and DR-NOC of NGN Core site and at least 3 persons per NGN Core site other NGN core sites].
21.2.2. At least 2 persons per eMS site for Package-II. These sites shall be co-located with Primary Core sites of NGN Core (Package-I).However, no separate manpower is required for O& M of other LMG sites of Package-II.
21.3. BSNL reserve the right to extend the O&M contract for one more year after expiry of first year O&M period at the same rate. This extension of O&M period shall be in term of six month period.
22. Payment terms of O&M (for Package-I and Package-II)
22.1. No advance payment for O&M shall be made.
22.2. The entire O&M duration for a year will be divided in 2 half yearly segments.
22.3. After successful completion of the O&M period of 6 months, 100% payment after making due adjustment towards SLA penalties will be made based on the half yearly bills submitted.
23. Annual Maintenance Contract (AMC)
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
148
23.1. The Bidder shall quote prices for year-wise comprehensive Annual Maintenance Contract for 7 years as in the price schedule. The Bidder shall quote the cost of AMC for a period of 7 years from the date of completion of the project and on the expiry of the warranty. The Bidders shall quote the AMC prices as a percentage of the quoted equipment cost other than the services. The normal day-to-day operations and diagnosis to the extent possible will be done by Purchaser.
23.2. The terms and conditions for AMC are given in Annexure-. No separate charges shall be paid for visit of engineers or attending to faults and repairs or supply of spare parts.
23.3. The price for year-wise AMC shall truly reflect the efforts required to maintain the SLA specified for AMC in Annexure- of Section-5 Part C of the Tender Document. Towards meeting that objective, the price of AMC for any year shall not be higher than that for the subsequent year.
23.4. The Supplier shall provide all the consumables that are required to be replaced under the following circumstances:
a) Periodic preventive maintenance of elements
b) Becoming faulty and require to be changed during corrective maintenance.
23.5. The parts such as circuit breakers, fuses, contactors, change-over switches, chokes, surge arrestors, meters, burnt electric cables etc shall be replaced by Supplier upon poor/degraded/faulty performances.
23.6. The batteries, UPS/Inverters shall not be treated as consumables and any replacement or repair required to ensure during their life timeshall be the responsibility of the bidder. The effective life of UPS battery shall be taken 6 years from the date of commissioning. During this lifeftime, warranty/AMC shall be applicable and any replacement of any set/cells shall be done by the Bidder so that the capacity/performance be maintained till the end of designated life.
23.7. The successful bidder shall be required to enter into Annual Maintenance Contract with the purchaser for a period of 7years after the warranty period as per AMC Agreement given in Annexure- of Section-5 Part-C.
23.8. The bidder, at the time of submitting the bid, shall submit the proposal specifying the fault control centre location and how the bidder proposes to carry out repair under AMC. The bidder shall also indicate what spares shall be kept at different locations. The infrastructure planned to be created by the bidder to fulfill his obligations under AMC and his action plan to deal with the various situations arising out of hardware and software faults shall be clearly indicated.
24. Payment terms of AMC (for Package-I and Package-II)
24.1. No advance payment for AMC shall be made.
24.2. The entire AMC duration for a year will be divided in 2 half yearly segments.
24.3. After successful completion of the AMC period of 6 months, 100% payment after making due adjustment towards SLA penalties will be made based on the half yearly bills submitted.
24.4. It has to be ensured by the bidder that it has back to back AMC agreements with all associated SSPs/vendors. The copy of the agreements shall be supplied at the time of signing the AMC contract.
25. Training
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
149
25.1. The training on Planning, engineering, installation, testing and commissioning needs to be organized immediately on acceptance of APO while other training may be organized as the network is being rolled out.
25.2. The training modules shall be finalized by Bidder in consultation with Purchaser. However, the travel expenses, boarding and lodging for the trainees shall be borne by the Purchaser.
25.3. Package wise training requirement is given below-
25.3.1. Package-I:Total training for package-I shall be 400 man weeks(2000 man days) to BSNL officers in India/abroad in planning, engineering, installation, operation, testing and maintenance of system and software. Each successful bidder shall provide training for a minimum of 200 person-weeks (1,000 person days).
25.3.2. Package-II:Total training for package-II shall be 400 man weeks(2000 man days) to BSNL officers in India/abroad in planning, engineering, installation, operation, testing and maintenance of system and software. Each successful bidder shall provide training for a minimum of 200 person-weeks (1,000 person days).
26. Bid Security/ Performance Security
26.1. The Bidder shall have to pay Bid Security as specified in Section 1 at the time of submission of the Bid.
26.2. The Successful Bidder shall pay Performance Security @ 5% of the value of the Advance Purchase Order, within 14 days from the date of issue of the APO. Performance Security shall remain valid for a period of 6 months after the expiry of warranty of the last portion of the Equipments commissioned under the project.
26.3. In case a bid is submitted by bidder in consortium with the OEM of Access equipments(LMGs) in Package-II, both, the bidder as well as OEM of NGN Access equipments i.e. Consortium partner shall have to furnish separate Performance Bank Guarantees(PBGs), each for an amount equal to 5% of the value of Purchase Order.
26.3.1. In case a bid is submitted by bidder in consortium with the OEM of Access equipments (LMGs) in Package-II, both, the bidder as well as OEM of NGN Access equipments i.e. Consortium partner shall have to furnish separate Performance Bank Guarantees (PBGs), each for an amount equal to 5% of the value of Advanced Purchase Order.
26.4. The selected bidder shall submit a Performance Bank Guarantee (BG) against AMC as
specified in cl no 9 of Section-5 Part C(General Conditions of AMC). The Performance Bank Guarantee against the P.O. will be released only after submission of PBG against AMC in each Circle and fulfillment of other obligations of AMC or P.O. which are pre-requisite for release of the PBG.
26.5. The Successful Bidder shall submit the original performance bank guarantee (PBG) to the Purchaser.
27. Facilities
27.1. The Bidders shall indicate the space, power and air conditioning requirement of each unit as part of their Bid. The Purchaser shall provide space, commercial AC mains power supply, air conditioning and other environmental requirements for installation of various components of NGN equipment at the core sites which shall be BSNL sites.
27.2. Supply, installation, testing and commissioning of battery and power plant, Inverters and UPS along with adequate battery backup, wherever required for NGN core equipments
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
150
shall be the responsibility of the Bidder and shall be quoted by them additionally in the Bid, if the same are not indicated in the SoR of the Tender Document.
27.3. Storage of Equipment: The Supplier shall deliver the Equipment/material directly to the designated sites, for the sites already decided. BSNL shall provide the information of such sites a week prior to the date of QA release/custom release/date of dispatch. However, if requested by Supplier, it may provide a single consignee at central location for all the equipment to be received in that Circle. In case the Supplier consolidates the supply of various equipments for a site, then it shall arrange space for storage of all such equipments till such time it is delivered to the ultimate site. In all cases, safe custody of the Equipment shall be the 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 shall be at the risk of the Supplier until the equipment is made over back to BSNL after commissioning. BSNL will provide the address of a warehouse store on Circle/area basis/ station basis for storing the Equipment for all the sites, which are not acquired or ready for handing over to the Supplier.
27.4. Earthing Arrangements: The earthing arrangement at each site shall be the Supplier’s responsibility. It shall be ensured that each site is provided with the necessary stage 1 &2 surge protections at the input of the power plant. Necessary corrective actions including supply and installation of required devices will have to be done by the supplier to ensure that the site is fully and comprehensively protected against all kinds of high voltage and lightning hazards. The necessary surge protection devices from each phase to the ground are to be provided at the LT panel. The ELCBs are also required to be provided. For the core sites, the existing earthing shall be tapped from the Earth Busbar. The earthing engineering instructions of BSNL shall be followed.
27.5. Guidelines for Battery and Power Plant:SMPS power plant is to be provided as per TEC specification G/SMP-01/05 JAN.2005 and MF VRLA/Tubular battery sets as per G/BAT-01/03 MAR.2004, GR/BAT-03/01 MAR 2006 with amendments thereto. The Bidder should source the equipment (both batteries and SMPS power plants) from TSEC approved manufacturers who have service network across the concerned LSA to service both hardware and software components of the Power Plants and Batteries. Further detail requirement of Battery and power plant is given at Annexure-1 for NGN core site & Annexure-2 for NGN Access sites.
27.6. Extension of Alarms: The equipments shall have facility to extend the infrastructure alarms viz. power plant, battery, air conditioner, DG sets, fire alarm, temp alarm etc. to the EMS/NMS. All the infrastructure equipments and systems supplied shall have inbuilt facility to extend alarm through potential-less NO/NC contacts or through change of suitable voltage levels as required by the equipment. The minimum set of alarms required are:
(i) AC mains failure alarm
(ii) High temperature alarm
(iii) Battery Low (Voltage of the battery bank below a threshold level) alarm
(iv) Cabin Door open alarm
(v) Fire Alarm
27.7. The Successful Bidder shall provide the tag block, terminate the alarm cable and do the required extension of the alarms from the respective infra elements to the central NMS.
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
151
28. Detailed BoM
28.1. The Bidders shall provide along with the techno-commercial Bid, detailed unpriced price schedule as per the SoR indicating along with card level Bill of Materials (“BoM”) for each of the network elements in the SoR with complete details of PCBs contained in each Module/unit of Package I: NGN Core Equipment and Package II: NGN Access Equipment (as applicable)together with their quantity required to meet the performance requirement sought for in the Tender and DTR. The card level BoM for all the network elements, but with itemized prices shall form part of the financial Bid. Bids without such details shall be loaded with the price of highest configuration of such items quoted by other Bidders.. 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.
28.2. The submission of detailed BoM sought above shall apply to both hardware and software line items. While the BoM for hardware line items shall have itemized card level prices, the BoQ (“Bill of Quotes”) for the software line items shall have itemized prices for each of the software block and the number of units of each software block under quantity column.
28.3. Lump sum price quote for the software line items are not allowed. Every software line item shall have a detailed BoQ with price indicated for each of the component software item together with unit price and quantity. The Bidder shall indicate the software price for each and every feature, facility, interface peripheral etc. as part of their offer and such detailed BoQ with price shall form part of the financial Bid. The same BoQ for the software line items with itemised price masked shall form part of the techno-commercial bid.
28.4. The price of each of the discrete items in Detailled BOM upto card level may be quoted as a percentage of the total price(upto two decimal point) quoted for the main item concerned. While apportioning the percentage price of a main item for which price has been explicitly quoted in the financial Bid,care should be exercised to ensure that the total of all the sub-items forming part of the main item shall be equal to 100 %.
29. Documentation: The Successful Bidder shall supply one set of documents(hard copy and soft copy) on operation, maintenance and planning aspects of the system to site and also to the corporate office.
30. Additional items
30.1. The Bidder shall indicate in the Bid any other related items (along with the price) not reflected in the Tender Document required for successful commercial launch of the service.
30.2. The SoR details the various network components that shall be required which needs to be further elaborated by the Bidders by providing detailed bill of material along with the itemised card level prices.
30.3. Every effort has been made to capture all the items mentioned in the DTR or elsewhere in the Tender. The list of all such items which might have been left out and not captured in the SoR but requirement of which is spelt out in the DTR or elsewhere shall be serialized beyond the last serial no of the SoR and price quoted along with the detailed BoM and the quantity that may be required.
30.4. As mentioned above in Clause-28 unpriced price schedule with detailed bill of material shall form part of the techno-commercial Bid. The sanctity of sl.no and description as
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
152
appearing in the SOR may be maintained by the Bidders whether the component forms part of the indigenous or imported items.
30.5. The Bidders shall ensure that rates quoted for individual items are reasonable for ordering these items separately. Although a separate Price Schedule has been called for as per prescribed format specified in Section-11 of this Tender, the Bidders are required to provide a consolidated format in a separate excel sheet of the complete quote in accordance with details appearing in the SoR.
31. Make Model list
31.1. The Bidder shall furnish the details of make, model no., supplier together with complete details of the address of the supplier of the imported and indigenous equipments as part of the technical Bid.
31.2. 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. However, for TEC approved Power Plants & Batteries supplied with QA approval, the Supplier need not furnish any make model list, but shall restrict to one make/model.
32. Third Party Vendor
The Purchaser recognises the fact that the scope and extent of the work would necessitate the Bidder to seek supply and services from a number of third parties to complement his own supplies and services to meet the Tender requirements. As the 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.
33. Change in third party vendor
Notwithstanding the provisions contained in Clause- 29above, should there be a need arise to change the third party vendor, the substitute third party vendor shall, ordinarily, be from among those whose network element had qualified on technical evaluation. Such requests for change of third party vendor shall be considered only under exceptional circumstances and needs to have the specific approval of the Purchaser. In the eventuality of a commissioned equipment failing to meet the Tender requirements and if a request for change of Equipment is sought by the Supplier, BSNL reserves the right to accept or reject such request. Further BSNL reserves the right to induct or expand from among the existing equipment of those technology equipments which are presently in operation in the BSNL network. The cost of any such replacements made by the Purchaser shall be deducted in full from the amount payable to the Supplier.
34. Open Interfaces
All the Application Protocols, for implementation of the interoperability between network elements of different vendors, shall have open interfaces. The Successful Bidder shall provide the API along with complete documentation to facilitate opening of the system interfaces for establishing the system interoperability with any other system needing interconnections. The Successful Bidder shall adapt to existing APIs the details of which shall be shared with BSNL as part of their agreement with the existing vendors as defined in this Tender Document.
35. Numbering Scheme
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
153
The numbering scheme for the proposed service shall be in accordance with approved national numbering plan. Any changes, including that in software, required in the network due to changes in the technical fundamental plans, etc shall be implemented by the Supplier free of all costs as and when requested by the Purchaser.
36. Integration with existing Operations Sub System(OSS) & Business Support System(BSS):
36.1. The Successful Bidder shall ensure that the Network Equipments supplied under this order are integrated with the existing OSS/BSS systems of the BSNL.
36.2. The Successful Bidder shall integrate the EMS of the various core network elements supplied under this Tender Document with the existing OSS available in the BSNL network to ensure replication of the current reports and monitoring capability (calendar management, configuration management, fault management, performance management, security management, software management, diagnostics and statistical information features to be extended) for the newelements as well.
36.3. The Successful Bidders of the Package-I (NGN Core) shall ensure that the eMS/NMS supplied under Tender is integrated with the existing OSS or new NMS being procured to ensure availability of the current reports and monitoring capability(calendar management, configuration management, fault management, performance management, security management, software management, diagnostics and statistical information features to be extended) for the new elements as well.
37. Technical audit of network: The Purchaser reserves the right to carry out technical audit of the network through any designated agency from time to time and Bidder shall take necessary corrective measures to conform to the performance parameters stipulated in the Tender Document within the period of Performance Security.
38. IncidentalDamages
38.1. Not withstanding any of the other provisions contained in this Contract , the Bidder shall protect, defend, indemnify and hold harmless BSNL and its employees, officers, Directors, agents, or representatives from and against any and all liabilities, damages, fines, penalties and costs (including legal costs and disbursement) arising from ‘or’ relating to:
(a) Any breach of any statute, regulation, direction, orders or standards from any governmental body, agency, or regulator issued with respect to the product/services being supplied/provided under this Contract.
(b) Any claim made by third parties arising out of the use of the services of BSNL being provided using the equipment supplied under the Contract to the extent these are attributable solely to the poor quality or non compliance of the product/services to the respective specifications.
(c) Any claims arising from the customers or other service providers, in connection with interruptions ‘or’ degradation of services due to non availability of services beyond the stipulated time frame as contained in AMC and solely attributable to the supplier of the product and services under this Contract.
(d) Any claim that the Equipment/Services/’or’ any value addition component offered and supplied by the Supplier in this Contract, infringe any patent, trademarks or copyright of any third party.
38.2. The Biddershall furnish an unequivocal, unqualified and irrecoverable undertaking along with the Bid to the effect that;
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
154
“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”.
39. Indemnity Bond
The Successful Bidder shall have to execute a bond to indemnify the BSNL from all statutory/legal liabilities towards all the personnel either employed by itself or in the rolls of its sub-vendors, who have been deployed for execution of various works against this project, that may arise due to various labour and other laws as specified by central/state from time to time. Further the engagement and employment of any personnel and payment of wages to them as per the existing provisions of various labour laws and regulations is the sole responsibility of the Bidder and any breach of such laws or regulation shall be deemed to be breach of this Contract.
40. Security Clearance of foreign personnel
All foreign personnel likely to be deployed by the Successful Bidder for any activity pertaining to this project shall obtain security clearance from the Government of India prior to their deployment. The security clearance will be obtained from Ministry of Home Affairs, Government of India.
41. Safety Hazard
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.
42. No Remote Access (RA) shall be provided to any equipment manufacturer or any other agency out side the country for any maintenance/repairs. However, RA may be allowed for catastrophic software failure (such as failure to boot up etc.) which would lead to major part of the network becoming non-functional for a prolonged period, subject to meeting the following conditions:-
(a) Whenever RA is to be provided, the Supplier shall notify BSNL in writing the reasons necessitating requirement of RA.,
(b) Remote Access password will be enabled only for a definite period of time and only for access from pre-approved locations of the Original Equipment Manufacturer (OEM) Vendors to the equipments specifically under repair/maintenance alone.
(c) The control of Remote Access i.e. activation, transfer of data, termination etc. shall be within the country and not at a Remote location, abroad.
(d) Any equipment or software that forms part of the Lawful Intercept System and overall monitoring shall not be permitted to have remote access under any circumstances.
(e) The catastrophic software failure, major part of the network, and prolonged period used under this clause shall be defined by BSNL from time to time in accordance with the instructions from Government of India on the subject.
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
155
(f) Wherever RA is provided, the access shall have to be through firewall and has to be governed through secure tokens. The access shall be based on individual and task specific.
43. Project Management
43.1. The successful bidder of Package-I shall supply a project management system i.e. a comprehensive web based project monitoring software application. This system shall be launched within 30 days of releasing of PO. The said application shall be capable for the 30 number of concurrent users. The server will be with BSNL at one location in the zone. Clients will be made available to the field units of BSNL and vendors’ units for viewing, updation and other activities. There should be provisions for officers of various levels of BSNL and for the vendor to input and view the data as per the rights decided by BSNL.
43.2. There should be various views incorporating various pre-defined stages of installations such as sites to be made over, work yet to start, work in progress, ready for A/T, A/T completed, commissioned, etc. This should be available for each definable items such as site making over, LMG equipment, battery, power plant, and similarly for the works at other network elements’ deployment sites.
43.3. In addition to site specific works as listed above, milestones with reference to the network integration and inter connectivity should also be defined and progress be displayed for monitoring in a similar fashion.
43.4. There should be provision to post comments, see information, display common issues, download information such as installation guidelines, sample layouts, etc., etc. All the entries should be logged with date stamp for future reference.
43.5. The tool should display a continually updated Gantt chart showing clearly the present status vis-à-vis the originally planned position.
43.6. The design of the application should be got approved by BSNL initially and then should be revised based on feedback and as per requirements of BSNL particularly as regards reports.
44. Project Implementation &Package Discipline:
44.1. 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.
44.2. The Supplier shall schedule his supplies in such a way, to ensure the installation, testing, validation and commissioning is completed as per schedule. The Supplier shall also ensure that those equipments that are meant for planning, design and installation shall be supplied as first set of items.
44.3. The Bidder shall, as part of their Bid, indicate the sequence of supply of various items to appropriately take care the different lead times required for commissioning of the individual network elements to fit into the overall commissioning schedule.
45. Taking Over of Sites
The sites shall be made over with the following documents:
i. Approved layout plan.
ii. Asset details including card level equipage.
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
156
iii. Acceptance Test results and clearance letter.
iv. Details of O&M logs and preventive and corrective maintenance tests done.
v. Prescribed preventive and corrective maintenance practices
46. Compliance to Applicable Law
46.1. Security Requirements
a) The Supplier shall enable the Purchaser to comply with Applicable Laws including but not limited to notifications, circulars etc issued by DoT from time to time.
b) The Supplier recognizes and accepts that in order to make, maintain and ensure Purchaser’s networks compliant with security related instructions and guidelines issued by the DoT from time to time, complete cooperation and commitment of the Supplier is necessary. To help and address the business continuity, communication, security requirements and security management of Purchaser’s network, the Supplier shall execute an agreement in the form as contained in Section 13 of the Tender Document before issuance of any APO by the Purchaser. It is clarified that the execution of such agreement shall be a condition to the effectiveness of the Advance Purchase Order. The Supplier shall indemnify and hold harmless the Purchaser and its employees, agents, shareholders, directors, representatives, against any claims or penalty or consequence arising out of breach of the security related terms of the License as a result of breach or non-compliance by the Supplier with its obligations in this sub-Clause (b) or any separate agreement executed for this purpose.
c) It is clarified that any expenditure incurred by the Purchaser for complying with security related provisions as prescribed under this cl 59.1,in respect of all the network elements/equipments supplied under this tender both for Package-I & Package-II, shall be borne by the Supplier concerned. In the event there is a breach of the security related provisions as prescribed under Applicable Laws, any penalty imposed by the DoT on the Purchaser shall be paid by the Supplier to the Purchaser. Further, any testing of Supplier’s equipment including requirement of testing equipment shall be met by Supplier on his own cost.
46.2. Compliance with Licenses:The Supplier shall assist and provide support as and when required to the Purchaser including the providing of information and documents to comply with the provisions of the Licenses, any amendments made thereto as well as any notifications, circulars, directions/regulations issued by DoT/TRAI or any other Governmental Authority from time to time specially in relation to security clearance and lawful interception.
46.3. Non-Compliance:The Supplier, including their personnel, employees, associates and sub-suppliers shall be solely responsible for complying with the statutes, laws, regulations, subordinate legislation, administrative orders and instructions issued by relevant Government Authorities, regarding, but not limited to, environment, industrial relations, security and taxation, during the performance of their respective obligations under this Contract. Without limiting the generality of the foregoing, the Supplier shall be responsible for compliance with the Applicable Laws and similar regulations applicable to its activities hereunder, at its own cost and expenses.
In the event there is a delay by the Supplier which is solely attributable to Supplier in fulfilling its obligations under this Contract or any non-compliance or breach of obligations under this Contract by the Supplier due to which any Governmental Authority imposes sanctions on Purchaser, which results in financial and other liabilities on the
Class 5NGN tender (Section-4 Part B ) NWP-CFA, BSNL C.O., New Delhi
157
Purchaser, the Supplier shall be liable to make good such loss immediately which has been suffered by the Purchaser. (Please refer to Amendment No. 31 to 33 below)
47. Compliance to Tender Clauses:The bidder shall submit the clause by clause compliance of the Tender Document and its Clarifications & Amendments. However, in respect of TEC GRs referred in the Tender Document and its Clarifications & Amendments, the bidder shall submit a compliance statement(s) that it meets all the requirements of the TEC GR unless otherwise specified in the tender.
*****
Class 5NGN tender(Section-5 Part-C) NWP-CFA, BSNL C.O., New Delhi
READ, UNDERSTOOD & COMPILED
(Signature of Bidder) Page 158
Section 5 Part C
General Conditions of AMC
1. Annual Maintenance Contract is to be entered into between the supplier and
BSNL on completion of two years Warranty period.
2. It shall be mandatory for the bidders to undertake the Annual maintenance
contract for five years to be signed at the time of acceptance of APO for entire
quantity proposed to be ordered. The selected bidder has to submit a signed copy
of the AMC agreement along with the A.P.O.
3. The terms and conditions of AMC are given in Annexure–1 to section 5 Part C.
4. The Terms and conditions of AMC shall be applicable during Warranty period
including imposition of penalties except that no charges for services provided
under Warranty/ extended warranty shall be payable. Amount for penalties will be
deducted from the pending payments against supplies or if that amount is
insufficient then by invoking the PBG available against supply or AMC or from the
charges due for AMC.
5. For this purpose the bidder shall quote all inclusive Comprehensive AMC charges
for each year. However, service tax shall be paid extra as applicable. AMC
charges shall be included in evaluation of price bid, by applying a discounted rate
of 12% per year to arrive at the NPV (Net Present Value). The quote for AMC
should be as a % (percent) of equipment cost(excluding duties and taxes
CENVAT-able i.e. net cost to BSNL) and it is mandatory to quote yearly charge in
Rs. in a column in Section-9 of tender document. In case AMC charge quoted is
less than 3% then the AMC for evaluation purpose shall be considered @3% of
equipments cost.
6. The bidder shall establish at least one Nodal Repair Center in the country or each
region/circle of BSNL within a period of 4 months (from the date of placement of
PO) or as defined in the bid document, where their equipment is allotted for
supply to keep the turn around time for repair of faulty terminals/units to minimum.
7. The supplier shall provide the list of Nodal Repair Center and designated Courier
service/ agency with their addresses/ Tel. No. Fax. No./ E-Mail etc. within 4
months from date of placement of P. O.
8. The supplier (including designated courier service/ agency) shall accept all the
faulty equipment/ terminals/ units for repair or replacement within prescribed
turnaround time.
9. Performance Security for AMC-
9.1 The bidder shall submit a performance bank guarantee towards fulfillment of
obligations under AMC, in each Circle equivalent to “2% of the cost of equipment
as per P.O.” or “the average over Five years of the sum of the values of the yearly
AMC charges” pertaining to that Circle whichever is higher.
Class 5NGN tender (Section-5 Part C ) NWP-CFA, BSNL C.O., New Delhi
159
9.1.1 In case a bid is submitted by bidder in consortium with the OEM of NGN Access
equipments, both, the bidder as well as OEM of NGN equipments i.e.
consortium partner shall have to furnish separate AMC Performance Bank
Guarantees (PBGs) each for an amount equal “2% of the cost of equipment as
per P.O.” or “the average over Five years of the sum of the values of the yearly
AMC charges” pertaining to that Circle whichever is higher.
9.2 The PBG shall be submitted at least two months in advance of date of start of
AMC. The PBG against AMC shall be valid for a period of five and half years from
the date of start of AMC. For the additional equipment, the amount of PBG shall
be increased at the same rate as indicated above, within a time period of one
month of the date of such equipment getting covered under AMC.
9.3 The Performance Bank Guarantee against the P.O. will be released only after
submission of PBG against AMC in each Circle and fulfillment of other obligations
of AMC or P.O. which are pre-requisite for release of the PBG.
10. For the services rendered during the half-year, the payment shall be made at the
end of each half year at circle office, normally within a period of 30 days from the
date of submission of bills duly certified by the concerned unit.
11. In case the bidder fails to meet the SLA as defined in the AMC agreement, it shall
be liable to penalty the rate as defined in the AMC agreement (Annexure-1
Section 5 Part B).
12. In case the supplier fails to repair the faulty equipments/ terminal/ units and deliver
the repaired one in the concerned BSNL office within stipulated turnaround time of
21 days, it shall be liable to pay penalty at the rate as defined in the AMC
agreement/ bid document.
13. Any Unit neither returned during the turnaround time period nor declared as RNP
(Repair Not Possible) within 60 days of its handing over to the designated courier/
agency/ center, an amount equivalent to 1.5 times the cost of equipment/ unit shall
be levied from the supplier. This cost will not be counted as penalty, for the
purpose of 20% cap on penalty as mentioned in above Para.
14. Not more than 1% of the total equipment/ units sent in one year (of AMC) for
repair will be declared as RNP (Repair Not Possible) by the supplier. BSNL shall
reimburse up to a maximum of 1% of equipment sent for repair against
replacement cost of equipment declared as RNP.
15. Capping on penalty will be 25% of the AMC value for the corresponding period or
as decided on case-to-case basis of the AMC value for that period.
16. The Vendor shall make available a web based fault booking system to enable
officer incharge/NOC to book the faults. The portal shall be designed in
consultation with BSNL.
***
Class 5NGN tender (Section-5 Part C ) NWP-CFA, BSNL C.O., New Delhi
160
ANNEXURE–1 to Section-5 Part-C
ANNUAL MAINTENANE CONTRACT AGREEMENT FOR NGN Class 5 EQUIPMENT
(Applicable for both Option I and Option-II )
This agreement is made on the ________ day of ______(year) to be effective from
___________ between M/s. Bharat Sanchar Nigam Limited a company registered under the
Companies Act 1956 having license to provide all types of services of Telegraph and having its
registered office at Bharat Sanchar Bhavan, Harish Chandra Mathur Lane, Janpath Road, New
Delhi-110 001 New Delhi and local office at ---------------------------------------- (hereinafter called
BSNL which terms shall mean and include its successors, administrators, heirs and assigns).
> (hereinafter called BSNL) of the ONE PART and ______________ a company registered under the Companies Act 1956 and having its registered office at _____________________ (hereinafter called SUPPLIER which expression shall unless repugnant to the context, include its successors in business, legal representatives and administrators or permitted assigns) of the OTHER PART. WHEREAS, BSNL has placed purchase order on the SUPPLIER vide No. _________ dated ________ for supply, installation, commissioning, migration & Annual Maintenance of NGN equipment against tender No._________, dated_____________. WHEREAS the SUPPLIER has made the offer to duly comply with all the provisions of the Bid Document, including those pertaining to Post Warranty Annual Maintenance Contract, after making himself fully aware and understanding fully the implications of the terms and conditions and specifications mentioned therein and which has been accepted by BSNL on the terms and conditions mentioned hereafter and after ascertaining that the SUPPLIER is fully capable of complying with the aforesaid terms of the Bid Document. NOW the AGREEEMENT WITNESSETH as follows : 1.1 This Agreement shall remain in force for five years from the date of completion of One
year warranty, while at the same time the term and conditions of this agreement except for payment of charges to the SUPPLIER shall also apply during warranty period.
1.2 After the expiry of the annual maintenance Contract for seven years period, BSNL
reserves the right to extend the agreement at the mutually negotiated terms and
conditions.
2. In addition to complying with all the terms and conditions recorded in the Bid Document, the SUPPLIER hereby agrees and unequivocally undertakes to fully comply with all the terms and conditions stipulated in this Agreement and without any deviation or reservations of any kind.
3. Unless otherwise mentioned or appearing from the context, the Tender (Bid) Document
and any clarifications thereof and the purchase order shall form part and parcel of this agreement, provided that in case of conflict or inconsistency on any issue relating to this Agreement, the terms set out in the body of this agreement with schedules and Annexure thereto shall prevail.
Class 5NGN tender (Section-5 Part C ) NWP-CFA, BSNL C.O., New Delhi
161
4. During the period of AMC the SUPPLIER shall inter alia :
i. Diagnose the hardware and software faults.
ii. Rectify the hardware and software faults detected.
iii. Repair and replace the faulty PCB, modules, terminals, SIP phones and any other
equipment or part thereof.
iv. Carry out the periodic preventive maintenance on half yearly basis. It also includes
performance monitoring, entire Network optimization, assistance for
implementing any SLA/services, QOS& Traffic Engineering and resolving any
network problems etc.
v. Upkeep the hardware and software periodically. Periodic change of Consumable
items like defective filters, fuses etc., & maintenance of hardware dust free also
form part of hardware upkeep.
vi. Updates the software to latest version along with associated hardware, if any.
All the latest Software Updates, Upgrades and /or Patches shall be implemented
at no extra cost (including incidental upgrades such as DRAM , Flash memory,
etc.,) along with associated hardware and memory upgrade necessary for
maintaining the software, at each site for the entire period of AMC. Acceptance
Testing of the system shall be got done for all functions of all systems after the
implementation of Software Updates, Upgrades and Patches in each system.
vii. The software and application when upgraded shall support all the features
specific as part of tender document. Also all the current features shall be
available on upgrade also. The applications shall be customized as per BSNL
requirements.
viii. Create customized reports from various systems like EMS/EMS, accounting, Web self Care etc as required and specified by BSNL from time to time.
ix. Provide full & time bound assistance in integrating the EMS and associated systems with any other EMS as required by BSNL and to resolve any problems that may arise from time to time in respect of interworking of this EMS with any other EMS to which it has already been integrated.
x. Provide API’s of systems supplied by it against the Purchase Order for sharing with other EMS or similar systems supplier for the purpose of integration.
xi. Supplier provide certificate from OEM for full support of Hardware and
application for full duration of AMC period.
5. The supplier shall prepare the schedule of preventive maintenance to be carried out half yearly and shall submit the same to BSNL in advance. The preventive maintenance shall not affect the normal functioning of the system. The details of activities to be carried out during preventive maintenance visits shall be decided by BSNL before the start of warranty/AMC.
6. The SUPPLIER shall provide all global releases of software / upgrades to BSNL free of cost as a part of the AMC as well the maintenance of these upgrades. This shall also
include integration of Application Software’s / Network elements with existing / new
EMS’s as well as upgradation of existing elements / management systems
7. The SUPPLIER shall be solely responsible for the maintenance, repair & upgradation of the software/hardware systems, equipments, SIP Phones and parts thereof and BSNL shall not be liable to interact with any of the partners/ collaborators or subcontractors of
Class 5NGN tender (Section-5 Part C ) NWP-CFA, BSNL C.O., New Delhi
162
the SUPPLIER. The supplier shall be responsible for diversion of cards required for
operation and Management at no additional cost.
8. The schedule of routine operational and maintenance activities to be carried out at each node shall be provided by supplier. The day to day operations and maintenance activities shall be done by BSNL.
10. TECHNICAL SUPPORT CENTRE : The SUPPLIER shall have at least one Technical support Center in each Zone i.e. at
least four in number. The SUPPLIER may set up more such centers to meet the criteria for fault restoration/faulty unit repair times as mentioned in the AMC. The SUPPLIER shall furnish the names, locations, complete postal address, Telephone numbers and FAX numbers of all Technical support Centers at the time of signing this Agreement. The SUPPLIER shall also specify the names of the Stations to be covered by each Technical support Center in the format given at Appendix-A to this agreement.
10.1 The SUPPLIER shall also provide the name of alternate contact person or Technical Support Center with address & telephone /FAX no. which may be contacted by BSNL staff for support in case of no response/poor response from the designated Technical support center. This, however, shall not preclude BSNL from imposing the penalties, if any, as applicable as per the terms & conditions of this agreement.
10.2 Any change in Address, Phone number, FAX Number, contact details etc shall have to be intimated in writing by the SUPPLIER to the site in charges of the BSNL Stations as well as to the concerned head of SSA and BSNL Corporate Office at the earliest.
10.3 The SUPPLIER shall ensure that all the Technical support centers are manned by fully competent and responsible Technical Personnel who are:
(i) Capable of giving all types of necessary technical guidance/assistance over phone to the respective exchange Incharge of BSNL sites including EMS, for fast restoration of faults and
(ii) Capable of attending the faults at the BSNL sites whenever needed by deputing competent technical expert .
10.4 The SUPPLIER shallalso ensure that Technical support Centres are manned and are able to provide service to BSNL round the clock, all the seven days of the week throughout the year. The level of service provided to BSNL shall not go down during nighttime or due to any day being holiday, or for any other reason.
11. TECHNICAL SUPPORT PROCEDURE: The technical support procedure shall be as follows:
11.1 The supplier shall open a Web portal site/tool for booking/registering the faults by site in charges. The site shall be password protected and can be assessed by authorized BSNL personnel only. The details of faults booked for each site , its nature, severity level, time taken to resolve the issue, status of each fault reported etc shall be available on the portal site . Any other details as required by BSNL subsequently shall be incorporated in the Web tool by supplier before the start of AMC. Necessary permissions for accessing the portal site by site incharges, by senior management etc shall be given by the supplier
11.2 In case of any fault, abnormality in the system, partial or total failure of the system, the officer in charge of the site shall contact the designated Technical support Center of
Class 5NGN tender (Section-5 Part C ) NWP-CFA, BSNL C.O., New Delhi
163
the SUPPLIER and give information about the nature of fault over phone / FAX / e-mail/Web portal.
11.3 The supplier shall design a fault reporting docket format/ procedure, covering all the details, which shall be approved by BSNL before the start of AMC. All the details related to the faults reported shall be recorded in it. This shall become part of the AMC agreement at the time of signing of the agreement.
11.4 Even if the fault is reported over phone/portal/fax/email etc by BSNL, fault docket should be prepared through Web based tool by the technical support center and a copy of the same, duly filled in, shall be kept for records as well as for reconciliation purposes by BSNL and at the technical support center. The time of occurrence of fault, the time of restoration, total duration of fault and other details, as recorded in the fault docket only shall be taken into consideration for all purposes.
11.5 In case of any dispute arising regarding duration of fault etc, the Fault Docket as maintained at the BSNL station shall be the guiding documents to be agreed by both parties.
11.6 The “Fault Docket” shall be filled with utmost care, giving all the details of the faults and other information as prescribed in the Fault Docket and the entries made shall be authenticated by signature of the station In charge of the station concerned.
11.7 Technical instructions shall be given to the BSNL staff of the concerned station, over phone. If the fault is restored by following the instructions given over phone, the station in charge will close the Fault Docket after making suitable entries and after satisfying himself of the proper restoration of the fault. A copy of the Fault Docket duly filled in shall be sent to the Technical support Center for records.
11.8 The SUPPLIER shall ensure visits of the expert and competent technical staff of the SUPPLIER in case the fault is not rectified to the satisfaction of BSNL even after following the telephonic instructions and advices.
11.9.1 Once the fault has been rectified and the system & services were restored to normalcy, the visiting engineer of the SUPPLIER shall record in the station Log Book, the details of the works done by him for restoration of the faults and also record the details of steps to be taken and procedures to be followed for not only restoration of similar faults by BSNL staff but also for preventing the occurrence of similar faults in future. Similar entries shall be made in the fault docket also.
11.9.2 The Technical support Center shall regularly obtain feedback about the health of the systems under its jurisdiction from the station incharge of BSNL on monthly basis and maintain a proper record of such feedback in the form of History Sheets. These Sheets shall be made available to the technical experts nominated by the SUPPLIER for analysis. Such technical experts, in turn, shall give adequate and proper guidelines / technical advise to the in-charge of BSNL stations for taking necessary preventive measure during preventive maintenance visits for reducing the frequency of such faults and also for preventing such faults from re-occurring in future. This shall, however, not absolve the SUPPLIER from fulfilling his obligations under this agreement.
12. Repair Center :
12.1 The SUPPLIER shall set up at least one repair center in India within 6 months from the date of purchase order, with the facilities for repair of all types of modules/units/ equipment supplied by it. For any third party equipment like Server Hardware at EMS/EMS site, LAN Switches, Announcement Servers etc., it shall be at the option of
Class 5NGN tender (Section-5 Part C ) NWP-CFA, BSNL C.O., New Delhi
164
the SUPPLIER to either carry-out the repair on its own or through the facilities of third party. In all cases, however, BSNL shall interface only with the SUPPLIER with whom the agreement is signed.
12.2 One or more of the Technical Support Center (s) shall also work as repair center (s) and shall be responsible for repairing the faulty cards/units/PCBs and shall also maintain a requisite minimum stock of such cards/equipment often going faulty, in order to keep the down time within limits as envisaged in the this agreement. The SUPPLIER shall be at liberty to distribute spares to the nodes as deemed fit or keep them at the designated repair centres.
12.3 The responsibility of collecting and delivering the faulty module /Card / PCB / equipments to the SUPPLIER’s premises shall lie with the Supplier. The responsibility of repairing and sending back the same to the respective BSNL site shall be with the SUPPLIER. The supplier has to ensure that the faulty card/ chasisis collected from the node and the repaired/ replacement card/ chasis delivered to the node. BSNL shall not make any arrangement for transport and other formalities.
12.4 The SUPPLIER shall arrange and ensure repair or replacement of the faulty equipment/ cards/modules , to the concerned BSNL site within 21 days of dispatch of the faulty equipment to the SUPPLIER’s designated Technical support/Repair Center through the courier nominated/declared by the SUPPLIER for this purpose.
12.5 The 21 days time shall be calculated from the date of dispatch of the faulty
equipment at the SUPPLIERs designated premises to the date of receiving back of
the repaired / replacement of the same at the concerned BSNL site. This time period
includes transit time. Wherever sub-racks or other equipment are brought by the
representative of the SUPPLIER at site for replacement the faulty unit/sub
rack/equipment shall be taken back by the said representative for further repair etc.
at the cost of SUPPLIER.
12.6 Complete tracking of the repairs status of faulty card/modules/equipment through Web portal shall be possible to BSNL site in charges/ administrators.
12.7 A system of dispatch and receipt challans shall be worked out between BSNL and the supplier within three months of the placement of Purchase Order in order to account for the delay. Decision of BSNL as to how the system is designed shall be final.
13.0 Preventive Maintenance
13.1 The technical expert personnel of the supplier shall visit each site on half yearly basis for preventive maintenance, for general exchange health check up, for educating/guiding the site personnel on various operational, technical and maintenance related matters etc.
13.2 The preventive maintenance schedule shall be prepared by the supplier in advance, which shall be sent to all sites, designated nodes/offices for acceptance. BSNL reserves the right to make changes as per requirements.
13.3 The scope of activities to be covered under PM visits shall be defined by BSNL before the start of AMC. All such activities are to be carried out by the technical expert team of the supplier and not by new, untrained engineers.
13.4 Any new upgrade, feature facility, procedure etc shall also be explained to BSNL site incharges during the PM visits apart from the defined activities/scope of such visits.
Class 5NGN tender (Section-5 Part C ) NWP-CFA, BSNL C.O., New Delhi
165
13.5 The officer In charge of the site shall fill up the history sheet containing the statistics about the health of the NGN equipments installed at the concerned site and send a report/feedback to the Technical support Center of the SUPPLIER on monthly basis. Based on the History sheet report, the SUPPLIER shall analyze the health record of each site and shall discuss the same during PM visits. The supplier shall advise the field staff of BSNL for necessary preventive and corrective actions, if required, for proper upkeep and maintenance of the equipment.
13.6 All the works performed during PM visits as well as the findings of site health shall be well documented by the suppler, which shall be discussed at HQ/Circle/ higher management level centrally twice a year.
13.7 History sheet proforma shall be designed by the supplier for acceptance by BSNL before the start of AMC. BSNL reserves the right to make changes in the proforma proposed by the SUPPLIER. These proformas shall become part of the AMC agreement at the time of signing of the agreement.
13.8 The SUPPLIER shall supply elaborate maintenance procedures and proforma of the history sheet to every site of BSNL.
14. AMC CHARGES AND PAYMENTS:
14.1 The charges for AMC will be as given in the Advance purchase order/ Purchase order. A copy of the same shall be enclosed as part of the agreement, at the time of signing the AMC agreement.
14.2 BSNL shall pay the charges for the services rendered by the SUPPLIER under the AMC Agreement after successful execution of the works under Agreement.
14.2.1 BSNL shall not pay any charges in advance. Bills for AMC shall be paid by BSNL at the end of every six months, after successful execution of the works under Agreement including Preventive maintenance at each site.
14.2.2 All payments shall be made based on the satisfactory slip of the performance of the vendor, as received from station in charge of each node, within 15 days time, after deducting penalties, if any. For this, BSNL shall designate nodal officers.
14.2.3 BSNL reserves the right to adjust any over-payment of AMC charges of one period, any time during the period of AMC.
15. FAULTS: SEVERITY LEVELS AND RESTORATION TIME
15.1 Any fault in the equipment/system affecting the availability of more than 5% of equipped signaling interfaces/links on a node shall be treated as Severity Level 1A. Such faults shall be rectified within three hours of its reporting to the Supplier, revised to four hours
15.2 Faults at any of the EMS site causing crash of any servers or programmes or switchover failure from main EMS to DR EMS and vice versa in normal or disaster situation shall be treated as Severity Level 1B. Such faults shall be rectified within three hours of reporting to the Supplier.
15.3 Faults at any of the EMS sites causing slow performance of EMS as a whole or any of the servers, shall be treated as Severity Level 1C. Such faults shall be rectified within four hours of reporting to the Supplier.
Class 5NGN tender (Section-5 Part C ) NWP-CFA, BSNL C.O., New Delhi
166
15.4 Any faults affecting the availability of 5% or less of equipped signaling interfaces/links on a node shall be treated as Severity Level 2A. All such faults shall be rectified within six hours of its reporting to the Supplier.
15.5 Any fault causing failure or slowing down of remote operator terminal EMS access/downloading/printing except due to EMS faults mentioned in 15.2 & 15.3 above shall be treated as Severity Level 2B.
15.6 Fault in any element not covered by 15.1 to 15.5 directly or indirectly, not affecting the service of the connected nodes shall also be treated as Severity Level 2B. Such faults shall be rectified within twenty four hours of reporting to the Supplier. Improper functioning of any equipments/server/application shall also fall in this category.
15.7 The node will be taken to mean a site having NGN installed. Availability of service shall be taken to have been affected if indications including among other things, poor bit error rate to the subscriber, intermittent failure, end to end unavailability of service to the customer fault of continuous nature etc.
15.8 The time for restoration of fault will be counted from the time of reporting to the technical support centre as per procedure prescribed in clause 8 of this agreement.
15.9 For the purpose of arriving at the penalties as indicated in clauses 15.1 to 15.6 above, the calculated percentage upto two decimal points shall be rounded off to nearest figure (e.g. 4.49% will be taken as 4% and 4.50 shall be taken as 5%)
16. PENALTIES
16.1 If the Supplier fails to restore the fault within the time limit specified in clause 15 above, following penalties shall be applicable
Severity Level Penalty per hour of delay/ Per node/per occasion 1A Rs. 15,000/- 1B Rs. 12,500/- 1C Rs. 5,000/- 2A Rs. 10,000/- 2B Rs. 5,000/- (Delay will be counted in steps of one hour).
16.2 The penalty shall be applicable on per node basis even if there is a commonality of fault at any point in the network causing failure in full or part of service at more than one node in the network.
16.3 If the Supplier is unable to meet the deadline of 21 days as mentioned in para 12.4 for repair/replacement of faulty equipment, a penalty of Rs.2500/- per day of delay per faulty module/card shall be applicable. Beyond 30 day delay, the penalty shall be Rs. 5000 per day.
A system of dispatch and receipt challans shall be worked out between BSNL and the Supplier within three months of the placement of Purchase Order in order to account for the delay. Decision of BSNL as to how the system is designed shall be final.
16.4 The penalty shall be deducted from the Half Yearly bills. The maximum value of penalty shall not exceed 25% of AMC amount in that quarter for the node.
16.5 Any Unit not returned during the turnaround time period within 60 days of its handing over to the designated courier/ agency/ center, an amount equivalent to 1.5 times the
Class 5NGN tender (Section-5 Part C ) NWP-CFA, BSNL C.O., New Delhi
167
cost of equipment/ unit shall be levied from the supplier. This cost will not be counted as penalty, for the purpose of 25% cap on penalty.
16.6 If BSNL is not satisfied with the performance of the SUPPLIER during AMC it reserves the right to terminate the AMC during its currency, after giving three months notice to the SUPPLIER and in such an event the vendor will hand over all the spares as indicated above.
16.7 After the expiry of annual maintenance Contract, it shall be optional for BSNL not to enter the AMC Contract further with the contractor, in such circumstances the contractor will be bound to hand over the spare parts/sub assemblies/printed circuit boards etc to BSNL.
16.10 Failure on the part of SUPPLIER to comply with any of the clauses of this agreement shall constitute to be sufficient ground for termination of contract and the BSNL (purchaser) shall have the right to forfeit the performance securities submitted to BSNL.
17. FORCE MEJEURE:
Neither BSNL nor the SUPPLIER shall be liable to the other for any delay in or failure of performance of their respective obligation under the agreement caused by occurrences beyond the control of BSNL or the SUPPLIER including but not limited to fire (including failure or reductions), acts of God, acts of the public enemy, wars, insurrections, riots, strikes, lockouts, sabotage, any law, status or ordinance, thereof of any other local authority, or any compliance therewith or any other causes, contingencies of circumstances similar to the above. Either party shall promptly but not later than twenty days thereafter notify the other of the commencement, and cessation of such contingencies, and if such contingencies continues beyond three months. Both parties agree upon the equitable solution for termination of this agreement or otherwise decide the course of action to be adopted.
18. DISPUTES & ARBITRATION:
18.1 In the event of any question, dispute or difference arising under this agreement or in
connection there-with (except as to matter the decision of which is specifically provided under this agreement), the same shall be referred to sole arbitration of the CMD, BSNL, New Delhi or in case his designation is changed or his office is abolished then in such case to the sole arbitration of the officer for the time being entrusted (whether in addition to his own duties or otherwise) with the functions of the CMD, BSNL or by whatever designation such officers may be called (hereinafter referred to as the said officer) and if the CMD, BSNL or the said officer is unable or unwilling to act as such the sole arbitration or some other person appointed by the CMD, BSNL or the said officer. The agreement to appoint an arbitrator will be in accordance with the Arbitration and Conciliation Act, 1996.
18.2 There will be no objection to any such appointment on the ground that the arbitrator is
BSNL Servant or that he has to deal with the matter to which the agreement relates or that in the course of his duties as BSNL officer he has expressed views on all or any of the matter under dispute. The award of the arbitrator shall be final and binding on the parties to the agreement. In the event of such arbitrator to whom the matter is originally referred, being transferred or vacating his office or being unable to act for any reasons whatsoever the CMD, BSNL or the said officer shall appoint another person to act as arbitrator in accordance with terms of the agreement and the person so appointed shall be entitled to proceed from the stage at which it was left out by his predecessors.
Class 5NGN tender (Section-5 Part C ) NWP-CFA, BSNL C.O., New Delhi
168
18.3 The arbitrator may from time to time with the consent of parties enlarge the time for
making and publishing the award. Subject to aforesaid Arbitration and Conciliation Act, 1996 and the Rules made thereunder, any modification thereof for the time being in force shall be deemed to apply to the arbitration proceeding under this clause.
18.4 The venue of the arbitration proceeding shall be the Office of the CMD, BSNL, New
Delhi or such other Places as the arbitrator may decide.
18.5 Any party shall not use any information obtained from other party during the course of dispute resolution process under this clause for any purpose other than to resolve the dispute and such information shall not be used in any litigation.
18.6 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.
19 SET OFF:
Any sum of money due and payable to the SUPPLIER (including security deposit refundable to him) under this contract may be appropriated by the purchaser or the BSNL or any other person or persons contracting through the BSNL and set off the same against any claim of the Purchaser or BSNL or such other person or persons for payment of a sum of money arising out of this contract or under any other contract made by the SUPPLIER with the Purchaser or BSNL or such other person or persons contracting through BSNL.
IN WITNESS WHEREOF the parties hereto have caused this Agreement to be executed through their respective authorized representatives on the day and year first above written. Signed and delivered for and on behalf of BHARAT SANCHAR NIGAM LIMITED. By____________ Signed on behalf of M/s.___________________ By Shri _______________ holder of General Power of Attorney dated__________ executed in accordance with the Resolution No. Nil dated _____________ passed by Board of Directors. In the presence of :
Class 5NGN tender (Section-5 Part C ) NWP-CFA, BSNL C.O., New Delhi
169
Witness : 1 _____________________ 2 _____________________
Appendix: “A” to the AMC
Details of Technical support Centers
Class 5NGN tender (Section-5 Part C ) NWP-CFA, BSNL C.O., New Delhi
170
Appendix-B to the AMC
BHARAT SANCHAR NIGAM LIMITED
FAULT- DOCKET FOR MNF-PAN Switches
Name of Node: SSA Docket Sl.
No:
File No: Date:
From:-
Name:
(of the officer incharge/duty officer of the station)
Designation:
To,
M/s.---------------------------------------------------------------- ( the SUPPLIER)
Address:
( of the Technical support / Center)
1.1 Date ---------------------------- Time------------------- (of occurrence of fault)
1.2 Date.--------------------------- Time------------------- (of Reporting of Fault )
1. Fault Reported to: Technical support Center ( Name of the person) on phone :
2. Mode of Reporting : Phone, FAX, e-mail Mobile (Tick whichever is applicable)
3. Fault observed in :NOCDR NOC Core Router Edge Router LAN switch Modem ( Tick
whichever is applicable)
4. Description of fault & observation of the reporting officer:
5. Details of Services affected :
6. Percentage of Service affected :
7. Date_____________ Time ____________ ( of receiving the 1st assistance over
phone from Technical support Center)
8. Details of Assistance received: (Note: Add additional sheet if needed.)
9. Date_____________ Time ____________ ( of receiving the 2nd assistance over
phone from Technical support Center)
10. Details of assistance received: (Note: Add additional sheet if needed.)
11. Was the fault restored by following the instructions given over phone?
A- YES
B- B- NO ( Tick whichever is applicable)
12. If Yes, record date & time of restoration & duration of fault : Date____________ Time
_________( in hours & minutes) Duration of Fault: ________ days _____ Hours
_____minutes.
13. Was the fault restored : A- Partially B- Fully ( Tick whichever is applicable)
14. If the fault is not restored or restored only partially, give details of observation: (
Note: Add additional sheet if needed )
15. Note date & time of giving feedback vide Sl No:14 above to the Technical support
Center: (only in the event of partial / non restoration of faults )
Date ________________ Time ____________ . ( in hours & minutes)
16. Date & Time of arrival of SUPPLIER’s Expert at site / station of fault :
Date ___________ Time ___________ . ( in hours & minutes)
17. Brief observation and works done by the SUPPLIER’s staff / expert : ( detailed entry to
be made by SUPPLIER’s staff in the station Log-Book)
18. Date & Time of complete restoration of the system :
Class 5NGN tender (Section-5 Part C ) NWP-CFA, BSNL C.O., New Delhi
171
Date ____________ Time ____________ ( in hours & minutes)
19. Total Duration of Fault: _________ days _______ hrs ______minutes.
20. Remarks of Node in charge ( if any) :
21. Remarks of visiting engineer ( of SUPPLIER), if any :
Signature:
Name:
Designation: (of BSNL staff / in charge of the station)
Note:
Each page of the Docket must be signed by designated officer of BSNL (including the)
additional sheets, if attached
A copy of the Fault- Docket must be sent to the Technical support Center of the
SUPPLIER, immediately by FAX / Post after restoration of fault.
At the time of first reporting it may not be possible to pinpoint the fault. Hence more
than one boxes can be ticked against Sl.3.2. Similarly observation of the local impact
of fault may not be possible against Sl.5. The duty officer shall provide observation
which is immediately available. Data on percentage of services affected shall be made
available by the supplier through eMS
APPENDIX – C to AMC
PROFORMA FOR HISTORY SHEET
(To be submitted by the Bidder)
APPENDIX – D to AMC
AMC CHARGES
(To be filled up as per P.O.)
Class 5NGN tender (Section-5 Part C ) NWP-CFA, BSNL C.O., New Delhi
172
SECTION- 6 Part A
UNDERTAKING & DECLARATION Performa
for Understanding the Terms & Conditions of tender & Specifications of Work
A) Certified that:
1. I/ We ……………………………………. have read, understood and agree with all the
terms and conditions, specifications included in the TENDER documents & offer to
execute the contract at the rates quoted by us in the TENDER form.
2. If I/ We fail to enter into the agreement & commence the contract in time the
EMD/ SD deposited by us will stand forfeited to the BSNL.
B) The Bidder hereby covenants and declares that:
1. All the information, Documents, Photo copies of the Documents/ Certificates
enclosed along with the TENDER offer are correct.
2. If anything is found false and/or incorrect and/or reveals any suppression of fact at
any time, BSNL reserves the right to debar our tender offer/ cancel the LOA/
Purchase/ work order if issued and forfeit the EMD/ SD pending with BSNL. In
addition, BSNL may debar the Bidder from participation in its future TENDERs.
3. No addition/ deletion /correction have been made in the downloaded tender
document being submitted and it is identical to the tender document appearing on
website.
In case of any correction/addition/alteration/omission in the TENDER document, the
TENDER bid shall be treated as non-responsive and shall be rejected summarily
Date: …………… …………………………………
Signature of Bidder
Place: …………… Name of Bidder……………………………….
Along with date & Seal
Class 5NGN tender (Section-5 Part C ) NWP-CFA, BSNL C.O., New Delhi
173
SECTION 6 PART B
NEAR RELATIONS CERTIFICATE
(Certificate to be given by the Bidder in respect of status of employment of his/ her near relative (s) in BSNL)
“I……………………………………….s/o…….…………………………………….r/o………………………………………………………………………………………………………………………………………………………………………………….hereby certify that none of my relative(s) as defined in the Tender Document is/are employed in BSNL unit as per details given in Tender Document. In case at any stage, it is found that the information given by me is false / incorrect, BSNL shall have the absolute right to take any action as deemed fit/without any prior intimation to me.”
Signature of the Bidder
with date and seal
Class 5NGN tender (Section-5 Part C ) NWP-CFA, BSNL C.O., New Delhi
174
SECTION- 7
PROFORMAS
7(A) For the BIDSECURITY/ EMD Guarantee
(To be typed on Rs.100/- non-judicial stamp paper)
Sub: Bid Security/EMD guarantee.
Whereas M/s …………………………… R/o ……………… …………
……………………………………… (Hereafter referred to as Bidder) has approached
us for giving Bank Guarantee of Rs. ……………………/- (hereafter known as the “B.
G. Amount”) valid up to …../……/ 20….. (hereafter known as the “Validity date”) in
favour of DGM (MMT) BSNL CO, Delhi (Hereafter referred to as BSNC) for
participation in the tender of work of …………………………………… vide tender no.
………………………………….
Now at the request of the Bidder, We ……………………………………… Bank
…………………………Branch having ………………………………………… ……….
.……………………………………. (Address) and Regd. office address as ………
………...……………………………………………………………………… ………
……… …………… (Hereinafter called ‘the Bank”) agrees to give this guarantee as
hereinafter contained:
2. We the Bank do hereby undertake to pay the amounts due and payable under
this guarantee without any demur, merely on a demand from the BSNC stating
that the amount claimed is due by way of loss or damage caused to or would
be caused to or suffered by the BSNC by reason of breach by the said
bidder(s) of any of terms or conditions contained in the said Agreement or by
reason of the bidder (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 the BSNC 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 the “B. G.
Amount”.
3. We undertake to pay to the BSNC any money so demanded notwithstanding
any dispute or disputes raised by the bidder(s) in any suit or proceeding 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 bidder(s)
shall have no claim against us for making such payment.
4. We 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 BSNC under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till BSNC Certifies that the terms and conditions of the said Agreement have been fully and properly carried out
Class 5NGN tender (Section-5 Part C ) NWP-CFA, BSNL C.O., New Delhi
175
by the said bidder(s) and accordingly discharge this guarantee. Unless a demand or claim under this guarantee is made on us in writing or before the expiry of Validity date from the date hereof, we shall be discharged from all liability under this guarantee thereafter.
5. We the Bank further agree with the BSNC that the BSNC 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 bidder(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the BSNC against the said bidder(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 Bidder(s) or for any forbearance, act or omission on the part of the BSNC or any indulgence by the BSNC to the said bidder(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. Notwithstanding anything herein contained ; (a) The liability of the Bank under this guarantee is restricted to the “B. G.
Amount” and it will remain in force up to its Validity date specified above. (b) The guarantee shall stand completely discharged and all rights of the
BSNC under this Guarantee shall be extinguished if no claim or demand is made on us in writing on or before its validity date.
7. In case BSNC demands for any money under this bank guarantee, the same shall be paid through banker’s Cheque in favour of “AO (Cash) BSNL CO” payable at New Delhi.
8. The Bank guarantees that the below mentioned officer who have signed it on behalf of the Bank have authority to give this guarantee under its delegated power.
Place: …………………………… Date: ………………………….. (Signature of the Bank Officer)
Rubber stamp of the bank Authorized Power of Attorney Number: ……………….
Name of the Bank officer: …………………………….. Designation: ……………………………………
Complete Postal address of Bank: …………………… Telephone Numbers ……………………………..
Fax numbers ………………………………
Class 5NGN tender (Section-5 Part C ) NWP-CFA, BSNL C.O., New Delhi
176
7(B) For the Performance Guarantee
(To be typed on Rs.100/- non-judicial stamp paper)
Dated:……………..
Sub: Performance guarantee.
Whereas DGM (MM) BSNL CO, Delhi R/o …………………………..…………
…………………..(hereafter referred to as BSNC) has issued an APO no.
…………..………. Dated ……/……/20….. awarding the work of …………… …… …
………………………………….. to M/s …………………..……………………………
R/o ………………………………………………………………… (hereafter referred to
as “Bidder”) and BSNC has asked him to submit a performance guarantee in favour
of DGM(MMT) BSNL CO, Delhi of Rs. …………..……/- (hereafter referred to as
“P.G. Amount”) valid up to ……/……/20………(hereafter referred to as “Validity
Date”)
Now at the request of the Bidder, We ……………………………………… Bank
…………………………Branch having ……………………..…………………… ……….
.……………………………………. (Address) and Regd. office address as ………
………...……………………………………………………………………… ………
……… …………… (Hereinafter called ‘the Bank”) agreed to give this guarantee as
hereinafter contained:
2. We, “the Bank” do hereby undertake and assure to the BSNC that if in the
opinion of the BSNC, the Bidder has in any way failed to observe or perform
the terms and conditions of the said agreement or has committed any breach
of its obligations there-under, the Bank shall on demand and without any
objection or demur pay to the BSNC the said sum limited to P.G. Amount or
such lesser amount as BSNC may demand without requiring BSNC to have
recourse to any legal remedy that may be available to it to compel the Bank
to pay the same.
3. Any such demand from the BSNC shall be conclusive as regards the liability
of Bidder to pay to BSNC or as regards the amount payable by the Bank
under this guarantee. The Bank shall not be entitled to withhold payment on
the ground that the Bidder had disputed its liability to pay or has disputed the
quantum of the amount or that any arbitration proceeding or legal proceeding
is pending between Bidder and BSNC regarding the claim.
4. We, the Bank further agree that the guarantee shall come into force from the
date of its issue and shall remain in full force and effect up to its Validity date.
5. The Bank further agrees that the BSNC shall have the fullest liberty without
the consent of the Bank and without affecting in any way the obligations
hereunder to vary any of the terms and conditions of the said agreement or to
extend the time for performance of the said agreement from any of the
Class 5NGN tender (Section-5 Part C ) NWP-CFA, BSNL C.O., New Delhi
177
powers exercisable by BSNC against the Bidder and to forebear to enforce
any of the terms and conditions relating to the said agreement and the Bank
shall not be relieved from its liability by reason of such failure or extension
being granted to Bidder or through any forbearance, act or omission on the
part of BSNC or any indulgence by BSNC to Bidder or any other matter or
thing whatsoever which under the law relating to sureties would but for this
provision have the effect of relieving or discharging the guarantor.
6. Notwithstanding anything herein contained ;
(a) The liability of the Bank under this guarantee is restricted to the P.G.
Amount and it will remain in force up to its Validity date.
(b) The guarantee shall stand completely discharged and all rights of the
BSNC under this Guarantee shall be extinguished if no claim or
demand is made on us in writing on or before its validity date.
7. In case BSNC demands for any money under this bank guarantee, the same
shall be paid through banker’s Cheque in favour of “AO (Cash) BSNL CO”
payable at New Delhi.
8. The Bank guarantees that the below mentioned officer who have signed it on
behalf of the Bank have authority to give this guarantee under its delegated
power.
Place: ……………………………
Date: ………………………….. (Signature of the Bank Officer)
Rubber stamp of the bank
Authorized Power of Attorney Number: ……………….
Name of the Bank officer: ……………………………..
Designation: ……………………………………
Complete Postal address of Bank: ……………………
………………………………………………………………
Telephone Numbers ……………………………..
Fax numbers ………………………………
Class 5NGN tender (Section-5 Part C ) NWP-CFA, BSNL C.O., New Delhi
178
7 (C) For Letter of Authorization for attending Bid Opening Event.
(To be typed preferably on letter head of the company)
Subject: Authorization for attending Bid opening
I/ We Mr. /Ms. …………………………………….. have submitted our bid for
the tender no. ………………………….……… in respect of ……………………
………………………………………………………….. (Item of work) which is due to
open on …………………. (date) in the Meeting Room, O/o
………………………………………………………………………………….
We hereby authorize Mr. / Ms. ………………………………& Mr. /
Ms…………….………… (alternative) whose signatures are attested below, to
attend the bid opening for the tender mentioned above on our behalf.
…………………………………….
Signature of the Representative
………………………………… Signature of Bidder/ Officer authorized to sign
Name of the Representative on behalf of the Bidder
…………………………………….
Signature of the alternative Representative
…………………………………………..
Name of the alternative Representative
Above Signatures Attested
Note 1: Only one representative will be permitted to attend the Bid opening
2. Permission for entry to the hall where bids are opened may be refused in
case authorization as prescribed above is not received.
Class 5NGN tender (Section-5 Part C ) NWP-CFA, BSNL C.O., New Delhi
179
7(D) Model Amendment Letter Intimating Conditions for Extension of
Delivery Period
(Refer to Appendix (i) to clause 15.3 of Section-5 Part A)
Registered A Due
Address of the purchaser
--------------------------------
--------------------------------
To
M/s ………………………………..
………………………………………
Sub: This office contract no………….. dated …………. placed on you for supply of
…………………………………………………………………….
Ref :Your letter no……………………………… dated ……………….
We are in receipt of your letter, wherein you have asked for extension/ further
extension of time for delivery/ execution/ installation/ commissioning.
In view of the circumstances stated in your above referred letter, the time of delivery
can be extended from _______ (original/ last delivery period) to ____________
(presently agreed delivery period) subject to your unconditional acceptance of the
following terms and conditions:
1. That, liquidated damages shall be levied in accordance with agreed clause
16.2 & 16.3 Section-5 Part A of terms and conditions of the tender/ PO.
2. That, notwithstanding any stipulation in the contract for increase in price on
any ground, no such increase, whatsoever, which takes place after current
last date of Delivery shall be admissible on such of the said goods as are
delivered after the said date as per clause 12 Section-5 Part A.
3. That, the prices during this extended delivery period shall be provisional and
shall be governed as per agreed clauses 12 and 24 of Section 5 Part A and
shall be finalized in accordance with the current PO price or the current PO
price with latest budget/ duty impact or the prices in the new tender (T.E. no.
………..) from the date of its opening, on whichever is lower basis.
4. An additional BG of Rs._____in accordance with clause 15.3, Section-
5PartA of the contract with validity up to _______.
5. An undertaking as required vide clause 24.3, Section-5A. Otherwise furnish
the details as requisite in clause 24.4 section 5 Part A”
Class 5NGN tender (Section-5 Part C ) NWP-CFA, BSNL C.O., New Delhi
180
Please intimate your acceptance of this letter alongwith the additional BG within ten
days of the issue of this letter failing which the contract will be cancelled at your risk
and expense without any further reference to you. This letter shall form part and
parcel of the agreement/ contract/ APO/ PO and all other terms & conditions of the
contract remain unaltered.
Yours faithfully,
(………………………)
for and on behalf of………..
Note : The entries which are not applicable for the case under consideration are to
be deleted.
Class 5NGN tender (Section-5 Part C ) NWP-CFA, BSNL C.O., New Delhi
181
7(E)- Model Amendment Letter for Extension of Delivery Period
Appendix (ii) to clause 15.3 of Section-5 Part A
Registered Acknowledgement Due
Address of the purchaser
--------------------------------
--------------------------------
To
M/s ………………………………..
………………………………………
Sub : This office contract no………….. dated …………. placed on you for supply of
………………
Ref : 1. Your letter no……………………………… dated ………………. requesting
DP extension
2. This office letter no. ……………… dated ……… intimating conditions for
DP extension
3. Your letter no………………….. dated …………. accepting the conditions
for DP extension
In your above letter under reference (1), you have asked for extension/ further
extension of time for delivery/ execution/ installation/ commissioning. The terms and
conditions for extension of delivery period were conveyed to you vide this office
letter under reference (2).
In view of the circumstances stated in your above referred letter, and upon your
unconditional acceptance of the terms and conditions of this extension vide your
letter under reference (3), the time of delivery is hereby extended from _______
(last delivery period) to ____________ (presently agreed delivery period) on the
terms and conditions in letter under reference (2) above and agreed by you vide
letter under reference (3) i.e.:
(a) Liquidated damages shall be levied in accordance with agreed clause 16.2 &
16.3 Section-5 Part A of terms and conditions of the tender/ PO.
(b) Notwithstanding any stipulation in the contract for increase in price on any
ground, no such increase, whatsoever, which takes place after current last
date of Delivery/ completion of work shall be admissible on such of the said
goods as are delivered after the said date as per clause 12 Section- 5 Part A.
(c) The prices during this extended delivery period shall be governed as per
clauses 12 and 24 of Section-5 Part A and shall be finalized in accordance
with current PO price or the current PO price with latest budget/ duty impact
Class 5NGN tender (Section-5 Part C ) NWP-CFA, BSNL C.O., New Delhi
182
or the prices in the new tender (T.E. no. ………..) from the date of its
opening, on whichever is lower basis.
The letters under reference above and this letter shall form part and parcel of
agreement/ contract/ APO/ PO and all other terms & conditions of the contract
remain unaltered.
Yours faithfully,
(………………………)
for and on behalf of………..
Copy to :
…………………..
…………………..
…………………..
(All concerned)
Note:- The entries which are not applicable for the case under consideration are to
be deleted.
Class 5NGN tender (Section-5 Part C ) NWP-CFA, BSNL C.O., New Delhi
183
SECTION 7 (F)
INTEGRITY PACT AGREEMENT
To be signed on plain paper by
Both BSNL and the Bidder
This Integrity Pact Agreement is made on ___ day of ____, 2011, by and between:
Bharat Sanchar Nigam Limited (BSNL) (hereinafter referred to as “The Principal”)
And
……………………………….. (hereinafter referred to as “The Bidder/Contractor”)
Each of the Principal and the Bidder shall be individually referred to as the “Party” and
collectively as the “Parties”.
Preamble
A. The Principal intends to award, under laid down organizational procedures,
contract/s for…………………………. (“Tender”). The Principal values full compliance with all
relevant laws and regulations, and the principles of economic use of resources, and of
fairness and transparency in its relations with its Bidder/s .
B. In order to achieve these goals, the Principal will appoint an Independent
External Monitor (as hereinafter defined) who will monitor the Tender process and the
execution of the contract for compliance with the principles mentioned above.
Section 1 – Commitments of the Principal
1.1 The Principal commits itself to take all measures necessary to prevent corruption
and to observe the following principles:-
1.2 No employee of the Principal, personally or through family members, will in
connection with the Tender for, or the execution of a contract, demand, take a
promise for or accept, for him/herself or third person, any material or immaterial
benefit which he/she is not legally entitled to.
1.3 The Principal will, during the Tender process treat all Bidder(s) with equity and
reason. The Principal will in particular, before and during the Tender process,
provide to all Bidder(s) the same information and will not provide to any
Bidder(s) confidential/additional information through which the Bidder(s) could
obtain an advantage in relation to the tender process or the contract execution.
1.4 The Principal will exclude from the process all known prejudiced persons.
If the Principal obtains information on the conduct of any of its employees which
is a criminal offence under the relevant Anti-Corruption Laws of India, or if there
be a substantive suspicion in this regard, the Principal will inform its Corporate
Vigilance Office of BSNL (“Corporate Vigilance Office”) and in addition can initiate
disciplinary actions.
Section 2 – Commitments of the Bidder(s)
2.1 The Bidder(s) commits itself to take all measures necessary to prevent
corruption. He commits himself to observe the following principles during his
participation in the Tender process and during the contract execution.
2.2 The Bidder(s) will not, directly or through any other person or firm, offer,
promise or give to any of the Principal’s employees involved in the tender
process or the execution of the contract or to any third person any material or
immaterial benefit which he/she is not legally entitled to, in order to obtain in
exchange any advantage of any kind whatsoever during the tender process or
during the execution of the contract.
2.3 The Bidder(s) will not enter with other Bidder(s) into any undisclosed
agreement or understanding, whether formal or informal. This applies in
Class 5NGN tender (Section-5 Part C ) NWP-CFA, BSNL C.O., New Delhi
184
particular to prices, specifications, certifications, subsidiary contracts, submission
or non-submission of bids or any other actions to restrict competitiveness or to
introduce cartelization in the bidding process.
2.5 The Bidder(s) will not commit any offence under the relevant applicable laws
include the anti-corruption laws of India; further the Bidder(s)/Contractor(s) will
not use improperly, for purposes of competition or personal gain, or pass on to
others, any information or document provided by the Principal as part of the
business relationship, regarding plans, technical proposals and business details,
including information contained or transmitted electronically.
2.6 The Bidder(s)/ will, when presenting his Bid, disclose any and all payments he
has made, is committed to or intends to make to agents, brokers or any other
intermediaries in connection with the award of the Contract.
2.7 The Bidder(s) will not instigate third persons to commit offences outlined above
or be an accessory to such offences.
Section 3 – Disqualification from Tender process and exclusion from future
contracts
If the Bidder(s) before award of the Contract or during execution of the Contract has
committed a transgression through a violation of Section 2, above or in any other form
such as to put his reliability or credibility in question, the Principal is entitled to
disqualify the Bidder(s)/Contractor(s) from the tender process or take action as per the
defined procedure.
Section 4 – Compensation for Damages
4.1 If the Principal has disqualified the Bidder(s) from the Tender process prior to the
award of the Tender, according to Section 3, the Principal is entitled to demand
and recover the damages equivalent to Bid Security.
4.2 If the Principal has terminated the Contract in accordance with Section 3, or if
the Principal is entitled to terminate the Contract according to Section 3, the
Principal shall be entitled to demand and recover from the Contractor the amount
equivalent to Performance Security in addition to any other payments as per
terms and conditions of the Tender Document.
Section 5 – Previous transgression
5.1 The Bidder declares that no previous transgression occurred in the last 3 years
with any other Company in any country conforming to the anti-corruption
approach or with any other public sector enterprise in India that could justify his
exclusion from the Tender process.
5.2 If the Bidder makes any incorrect, contrary to the provisions of this Section 5, ,
he can be disqualified from the Tender process or action can be taken as per the
defined procedure.
Section 6 – Equal treatment of all Bidders/ Subcontractors
6.1 The Principal will enter into agreements with identical conditions as this one with
all Bidders
6.2 The Bidder(s) undertake(s) to demand from all subcontractors a commitment in
conformity with this Integrity Pact Agreement.
6.3 The Principal will disqualify from the Tender process all bidders who do not sign
this Integrity Pact Agreement or violate its provisions.
Section 7 – Criminal charges against violating Bidder(s)/ Subcontractor(s)
If the Principal obtains knowledge of conduct of a Bidder, or Subcontractor, or of an
employee or a representative or an associate of a Bidder, or Subcontractor, which
constitutes a violation of the terms and conditions of stated herein, or if the Principal
has substantive suspicion in this regard, the Principal will inform the Corporate Vigilance
Office.
Class 5NGN tender (Section-5 Part C ) NWP-CFA, BSNL C.O., New Delhi
185
Section 8 – Independent External Monitor
8.1 The Principal appoints competent and credible independent external Monitor for
this Integrity Pact Agreement (“Independent External Monitor”). The task of the
Independent External Monitor is to review independently and objectively,
whether and to what extent the Parties comply with the obligations under this
Integrity Pact Agreement.
8.1 The Independent External Monitor is not subject to instructions by the
representatives of the Parties and performs his functions neutrally and
independently. He reports to the CMD of the BSNL.
8.2 The Bidder(s) accepts that the Independent External Monitor has the right to
access without restriction to all project documentation of the Principal including
that provided by its sub-contractor. The Bidder will also grant the Independent
External Monitor, upon his request and demonstration of a valid interest,
unrestricted and unconditional access to his project documentation. The same is
applicable to the subcontractors of the Bidder. The Independent External Monitor
is under contractual obligation to treat the information and documents of the
Bidder(s)/ Subcontractor(s) with confidentiality.
8.4 Notwithstanding anything contained in this Section, the Bidder(s) shall have no
obligation whatsoever to provide any internal costing mechanisms or any internal
financial or commercial data pursuant to any audit or review conducted by or on
behalf of the Principal. Further, the Bidder(s) shall not be required to provide
any data relating to its other customers, or any personnel or employee related
date.
8.5 The Principal will provide to the Independent External Monitor sufficient
information about all meetings among the Parties related to the project provided
such meetings could have an impact on the contractual relations between the
Principal and the Bidder. The Parties offer to the Independent External Monitor
the option to participate in such meetings.
8.6 As soon as the Independent External Monitor notices, or believes to notice, a
violation of this Integrity Pact Agreement, he will so inform the management of
the Principal and request the management to discontinue or take corrective
action, or to take other relevant action. The Independent External Monitor can in
this regard submit non-binding recommendations. Beyond this, the Independent
External Monitor has no right to demand from the Parties that they act in a
specific manner, refrain from action or tolerate action.
8.7 The Independent External Monitor will submit a written report to the Chairperson
of the Board of the Principal within 8 to 10 weeks from the date of reference or
intimation to him by the ‘Principal’ and, should the occasion arise, submit
proposals for correcting problematic situations.
8.8 If the Independent External Monitor has reported to the CMD of the BSNL, a
substantiated suspicion of an offence under Applicable Laws including relevant
anti-corruption laws of India, and BSNL has not, within reasonable time, taken
visible action to proceed against such offence or reported it to the Corporate
Vigilance Office, the Independent External Monitor may also transmit this
information directly to the Central Vigilance Commissioner, Government of India.
8.9 The word Independent External ‘Monitor’ would include both singular and plural.
Section 9 – Term
9.1 This Integrity Pact Agreement shall commence upon the date of signature by
BSNL and shall continue (a) for the Successful Bidder for a period of 12 months
after the last payment has been made by the Principal to the Successful Bidder
under the Contract, and (ii) for all other Bidders 6 months after the Contract has
been awarded to the Successful Bidder (“Term”).
Class 5NGN tender (Section-5 Part C ) NWP-CFA, BSNL C.O., New Delhi
186
9.2 If any claim is made/ lodged during this time, the same shall be binding and
continue to be valid despite the lapse of this Integrity Pact Agreement as
specified above, unless it is discharged/determined by CMD, BSNL.
Section 10 – Other provisions
10.1 This Integrity Pact Agreement is subject to the laws of India. The place of
performance and jurisdiction is the registered office of the Principal, i.e. New
Delhi. The arbitration clause provided in the Tender Document / contract shall
not be applicable for any issue /dispute arising under Integrity Pact Agreement.
10.2 Changes and supplements as well as termination notices need to be made in
writing.
10.3 Should one or several provisions of this Integrity Pact Agreement turn out to be
invalid, the remainder of this Integrity Pact Agreement remains valid. In this
case, the parties will strive to come to an agreement to their original intention.
10.4 Capitalised terms not defined in the Integrity Pact Agreement shall have the
meaning assigned to it in the Tender.
-------------------------------- --------------------------------
--
For the Principal For the Bidder/Contractor
Place…………………… Witness 1 : ……………………
Date …………………… Witness 2 : ……………………
Class 5NGN tender (Section-5 Part C ) NWP-CFA, BSNL C.O., New Delhi
187
SECTION- 8
Bidder’s profile & Questionnaire.
Tenderer / Bidder’s Profile & Questionnaire
(To be filled in and submitted by the bidder)
A) Tenderer’s Profile
1. Name of the Individual/ Firm: ………………………………………………
2. Present Correspondence Address
…………………………..………………
…………..…………………………………………………………………………
…………………………..…………………………………………………………
Telephone No. …………………………….. Mobile No. ………………………...
FAX No. …………………………………………………………………………
3. Address of place of Works/ Manufacture
……….…………….………………………………………………. …………………
………………….………………………………………………………………………
Telephone No. ..……………………….. Mobile No. ……………………………
4. State the Type of Firm: Sole proprietor-ship/partnership firm / (Tick
the correct choice): Private limited company.
5. Name of the sole proprietor/ partners/ Director(s) of Pvt. Ltd Co.:
S. No. Name Father’s Name Designation
1.
2.
3.
4.
5.
6. Name of the person authorized to enter into and execute contract/
agreement and the capacity in which he is authorized (in case of
partnership/ private Ltd company):
………………………………………………………………………………………
…………………………………………..……………………………………………
7. Permanent Account No. : ………………………………………………………
8. Details of the Bidder’s Bank for effecting e-payments:
(a) Beneficiary Bank Name:………………………………
(b) Beneficiary branch Name:…………………………….
(c) IFSC code of beneficiary Branch……………………..
(d) Beneficiary account No.:……………………………….
(e) Branch Serial No. (MICR No.):………………………...
9. Whether the firm has Office/ works (i.e. manufacture of the tendered item)
in Delhi? If so state its Address
Class 5NGN tender (Section-5 Part C ) NWP-CFA, BSNL C.O., New Delhi
188
………………………………………………………………………………………
…………………………………………………………………………………
B) Questionnaire
1. Do you think any other detail/ material is required to complete the work
specified in the specification? Yes/ No.
1.1 If Yes, Give details
………………………………………………………………………………………
………………………………………………………………………………………
2. Do you think any other item of work need be included in tender form to
complete the work specified in the specification? Yes/ No.
2.1 If Yes, Give details
………………………………………………………………………………………
………………………………………………………………………………………
3. Kindly indicate the maximum Quantity of tendered material which you are
capable of supplying within the scheduled delivery period.
Name of the tendered Item Qty that can be supplied by the firm
within scheduled delivery period.
4. Suggestion for improvement of the tender document.
……………………………………………………………………………………….
…………………………………………………………………………………….
Place………………….
Signature of contractor ………………………
Date …………………. Name of Contractor ……………………………
Class 5NGN tender (Section-5 Part C ) NWP-CFA, BSNL C.O., New Delhi
BSNL Revised Procurement Manual 2012Page 189
SECTION-9 Part-A
BID FORM
To From,
…………………………………………. ……………………………………….
<complete address of the purchaser><complete address of the Bidder>
…………………………………………. …………………………………………
……………………………………… …………………………………………
Bidder’s Reference No:……………....………………… …Dated…………………….
Ref: Your Tender Enquiry No. …………………………………dated …………………
1. Having examined the above mentioned tender enquiry document including
amendment/ clarification/ addenda Nos. ...................... dated ……………..
……………the receipt of which is hereby duly acknowledged, we, the
undersigned, offer to supply and deliver .............................................. in
conformity with the said drawings, conditions of contract and specifications
for the sum shown in the schedule of prices attached herewith and made
part of the financial Bid.
2. Bid submitted by us is properly sealed and prepared so as to prevent any
subsequent alteration and replacement.
3. We agree to abide by this Bid for a period of ……….days from the date
fixed for Bid opening or for subsequently extended period, if any, agreed to
by us. This bid shall remain binding upon us up to the aforesaid period.
4. We understand that you are not bound to accept the lowest or any bid, you
may receive.
5. If our Bid is accepted, we will provide you with a performance guarantee
from a Scheduled Bank for a sum @ 5% of the contract value for the due
performance of the contract.
6. If our Bid is accepted, we undertake to complete delivery of all the items
and perform all the services specified in the contract in accordance with the
delivery schedule specified in the Section-2 (Tender Information).
7. Until a formal Purchase Order of Contract is prepared and executed, this
Bid together with your written acceptance thereof in your notification of
award shall constitute a binding contract between us.
Dated: ....... day of ................... 20…
Signature ………………………….
Witness Name ……………………………..
Signature…………………………. In the capacity of ………………………….
Name …………………………….. Duly authorized to sign the bid for and on
Address ...................................... behalf of ..............................................
Class 5 NGN tender (Section -9) NWP-CFA, BSNL C.O., New Delhi
BSNL Revised Procurement Manual 2012Page 190
SECTION-9 Part-B for Package-I
IMS- Call Server & HSS Based NGN Class-5 Core
Part I - Price Schedule for Indigenous Equipment for Package-I
Sl. No. It
em
desc
rip
tio
n
To
tal Q
ty..
Ex-f
acto
ry P
ric
e (
Bas
ic U
nit
Pri
ce
exclu
siv
e o
f all l
evie
s &
ch
arg
es)
Excise Duty
Sales Tax
F.F. Pkg & I
Oth
er
levie
s &
ch
arg
es,
if a
ny
Un
it P
rice (
all
in
clu
siv
e
(4+
6+
8+
10+
11)
Du
ties &
Ta
xes
CE
NV
AT
-ab
le o
n u
nit
pri
ce
Un
it P
rice e
xclu
din
g D
uti
es &
Ta
xes
CE
NV
AT
ab
le
(12-1
3)
To
tal P
rice In
clu
siv
e o
f all
levie
s &
ch
arg
es e
xclu
din
g D
uti
es
& T
axe
s
(3X
14)
Dis
co
un
t o
ffere
d,
if a
ny
To
tal d
isco
un
ted
pri
ce e
xclu
din
g D
uti
es &
Taxes C
EN
VA
T-a
ble
(15-1
6)
E.D
. T
ari
ff H
ead
Imp
ort
co
nte
nt
Perc
en
tag
e (
%)
of
Cu
sto
ms d
uty
Cu
sto
ms T
ari
ff H
ead
% Amt
%
Amt
%
Amt
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21
Note : 1. “We hereby declare that in quoting the above prices, we have taken into account the entire credit on inputs available under
the MODVAT SCHEME introduced w.e.f. 1st March 1986 and further extended on more items till date”. 2. If Annual maintenance Contract charges are required to be quoted as per SOR, basic charges should be shown in column-4 &
the service tax in column 11 & 13. 3. “We hereby certify that E.D/Customs Tariff Head shown in column 18/21 are correct & CENVAT Credit for the amount shown in
column 13 above are admissible as per CENVAT Credit Rules 2004”. 4. The bidder shall quote separately for hardware and software as per special conditions of contract. 5. The bidder submitted the offer with concessional E.D/sales tax shall submit the proof of applicable concessional ED/Sales
Tax.
Class 5 NGN tender (Section -9) NWP-CFA, BSNL C.O., New Delhi
BSNL Revised Procurement Manual 2012Page 191
SECTION-9 Part-B for Package-I
IMS- Call Server & HSS Based NGN Class-5 Core
Part II - Price Schedule for Imported Equipment for Package-I
Sl. No.
Ite
m d
es
cri
pti
on
To
tal
Qty
.
Ex
-fa
cto
ry P
ric
e (
Ba
sic
Un
it P
ric
e
ex
clu
siv
e o
f a
ll l
ev
ies
& c
ha
rge
s)
Un
it p
ric
e p
er
Un
it C
IF
Custom Duty
Sales Tax
Pkg & Inland freight
Oth
er
lev
ies
& c
ha
rge
s, if
an
y
Pri
ce
pe
r U
nit
fo
r s
ite
(a
ll i
nc
lus
ive
)
(4B
+6
+8
+1
0+
11
)
Du
tie
s &
Tax
es
CE
NV
AT
-ab
le o
n
un
it p
ric
e
Un
it P
ric
e e
xc
lud
ing
Du
tie
s &
Ta
xe
s
CE
NV
AT
ab
le
(12
-13
)
To
tal
Pri
ce
In
clu
siv
e o
f all
lev
ies
&
ch
arg
es
ex
clu
din
g D
uti
es
& T
ax
es
(3X
14
)
Dis
co
un
t o
ffe
red
, i
f a
ny
To
tal
dis
co
un
ted
pri
ce
ex
clu
din
g
Du
tie
s &
Tax
es
CE
NV
AT
-ab
le
(15
-16
)
Cu
sto
ms
Ta
riff
He
ad
%
Amt
%
Amt
%
Amt
1 2 3 4A 4B 5 6 7 8 9 10 11 12 13 14 15 16 17 18
Note : 1. “We hereby declare that in quoting the above prices, we have taken into account the entire credit on inputs available
under the MODVAT SCHEME introduced w.e.f. 1st March 1986 and further extended on more items till date”. 2. If Annual maintenance Contract charges are required to be quoted as per SOR, basic charges should be shown in
column-4B & the service tax in column 11 & 13. 3. “We hereby certify that E.D/Customs Tariff Head shown in column 18 are correct & CENVAT Credit for the amount
shown in column 13 above are admissible as per CENVAT Credit Rules 2004”. 4. The bidder shall quote separately for hardware and software as per special conditions of contract. 5. The bidder submitted the offer with concessional E.D/sales tax shall submit the proof of applicable concessional
ED/Sales Tax
Class 5 NGN tender (Section -9) NWP-CFA, BSNL C.O., New Delhi
BSNL Revised Procurement Manual 2012Page 192
SECTION-9 Part-B for Package-II
NGN ACCESS ( 5Mn POTS PORTS AND 2 Mn ADSL2+ PORTS)
Part I - Price Schedule for Indigenous Equipment for Package-I
Sl. No. It
em
desc
rip
tio
n
To
tal Q
ty..
Ex-f
acto
ry P
ric
e (
Bas
ic U
nit
Pri
ce
exclu
siv
e o
f all l
evie
s &
ch
arg
es)
Excise Duty
Sales Tax
F.F. Pkg & I
Oth
er
levie
s &
ch
arg
es,
if a
ny
Un
it P
rice (
all
in
clu
siv
e
(4+
6+
8+
10+
11)
Du
ties &
Ta
xes
CE
NV
AT
-ab
le o
n u
nit
pri
ce
Un
it P
rice e
xclu
din
g D
uti
es &
Ta
xes
CE
NV
AT
ab
le
(12-1
3)
To
tal P
rice In
clu
siv
e o
f all
levie
s &
ch
arg
es e
xclu
din
g D
uti
es
& T
axe
s
(3X
14)
Dis
co
un
t o
ffere
d,
if a
ny
To
tal d
isco
un
ted
pri
ce e
xclu
din
g D
uti
es &
Taxes C
EN
VA
T-a
ble
(15-1
6)
E.D
. T
ari
ff H
ead
Imp
ort
co
nte
nt
Perc
en
tag
e (
%)
of
Cu
sto
ms d
uty
Cu
sto
ms T
ari
ff H
ead
% Amt
%
Amt
%
Amt
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21
Note : 6. “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”. 7. If Annual maintenance Contract charges are required to be quoted as per SOR, basic charges should be shown in column-4 &
the service tax in column 11 & 13. 8. “We hereby certify that E.D/Customs Tariff Head shown in column 18/21 are correct & CENVAT Credit for the amount shown in
column 13 above are admissible as per CENVAT Credit Rules 2004”. 9. The bidder shall quote separately for hardware and software as per special conditions of contract. 10. The bidder submitted the offer with concessional E.D/sales tax shall submit the proof of applicable concessional ED/Sales
Tax.
Class 5 NGN tender (Section -9) NWP-CFA, BSNL C.O., New Delhi
BSNL Revised Procurement Manual 2012Page 193
SECTION-9 Part-B for Package-II
NGN ACCESS ( 5Mn POTS PORTS AND 2 Mn ADSL2+ PORTS)
Part II - Price Schedule for Imported Equipment for Package-Ii
Sl. No.
Ite
m d
es
cri
pti
on
To
tal
Qty
.
Ex
-fa
cto
ry P
ric
e (
Ba
sic
Un
it P
ric
e
ex
clu
siv
e o
f a
ll l
ev
ies
& c
ha
rge
s)
Un
it p
ric
e p
er
Un
it C
IF
Custom Duty
Sales Tax
Pkg & Inland freight
Oth
er
lev
ies
& c
ha
rge
s, if
an
y
Pri
ce
pe
r U
nit
fo
r s
ite
(a
ll i
nc
lus
ive
)
(4B
+6
+8
+1
0+
11
)
Du
tie
s &
Tax
es
CE
NV
AT
-ab
le o
n
un
it p
ric
e
Un
it P
ric
e e
xc
lud
ing
Du
tie
s &
Ta
xe
s
CE
NV
AT
ab
le
(12
-13
)
To
tal
Pri
ce
In
clu
siv
e o
f all
lev
ies
&
ch
arg
es
ex
clu
din
g D
uti
es
& T
ax
es
(3X
14
)
Dis
co
un
t o
ffe
red
, i
f a
ny
To
tal
dis
co
un
ted
pri
ce
ex
clu
din
g
Du
tie
s &
Tax
es
CE
NV
AT
-ab
le
(15
-16
)
Cu
sto
ms
Ta
riff
He
ad
%
Amt
%
Amt
%
Amt
1 2 3 4A 4B 5 6 7 8 9 10 11 12 13 14 15 16 17 18
Note : 1. “We hereby declare that in quoting the above prices, we have taken into account the entire credit on inputs available
under the MODVAT SCHEME introduced w.e.f. 1st March 1986 and further extended on more items till date”. 6. If Annual maintenance Contract charges are required to be quoted as per SOR, basic charges should be shown in
column-4B & the service tax in column 11 & 13. 7. “We hereby certify that E.D/Customs Tariff Head shown in column 18 are correct & CENVAT Credit for the amount
shown in column 13 above are admissible as per CENVAT Credit Rules 2004”. 8. The bidder shall quote separately for hardware and software as per special conditions of contract. 9. The bidder submitted the offer with concessional E.D/sales tax shall submit the proof of applicable concessional
ED/Sales Tax
Class 5 NGN tender (Section -10) NWP-CFA, BSNL C.O., New Delhi
BSNL Revised Procurement Manual 2012Page 194
SECTION 10
DRAFT AGREEMENT WITH REGARD TO SECURITY REQUIREMENTS
This AGREEMENT is made and entered into at New Delhi on this the [●] day of [●], 2011
BY AND BETWEEN
Bharat Sanchar Nigam Limited, a company incorporated under the Companies Act, 1956 and having its registered office at 2nd Floor, Bharat Sanchar Bhawan, HC Mathur Lane, Janpath, New Delhi 110001(hereinafter referred to as “BSNL” or the “TSP”, which expression shall, unless repugnant to the context or meaning thereof, include its successors and permitted assigns) of the FIRST PART;
AND
[●], a company incorporated under the Companies Act, 1956 and having its registered office at [●](hereinafter referred to as the “Supplier” or the “Vendor”, which expression shall, unless repugnant to the context or meaning thereof, include its successors, and permitted assigns) of the OTHER PART.
(BSNL/TSP and the Supplier/Vendor shall be collectively called as the “Parties” and individually a “Party”.)
RECITALS
A. The Vendor has been awarded the Tender bearing no [●] for the planning, engineering, supply, installation, testing, commissioning and annual maintenance of [●] million lines/Subscriber capacity base and/or Ports as part of Package I: NGN Class 5 Core Equipments and /or Package II: NGN Class 5 Access Equipments (“Contract”).
B. Pursuant to the provisions of Clause [●] of Part [●] of Section [●] of the Contract, the
Parties are executing this Agreement, subject to the terms and conditions as provided hereinafter.
NOW THEREFORE, IN CONSIDERATION OF MUTUAL REPRESENTATIONS, COVENANTS AND OTHER VALUABLE CONSIDERATION, THE RECEIPT AND SUFFICIENCY OF WHICH IS HEREBY ACKNOWLEDGED, THE PARTIES HEREBY AGREE AS FOLLOWS:
1. Definition & Interpretation 1.1 Definitions
Unless the context otherwise requires, the different terms and expression used in this Agreement shall have the meaning assigned to them for the purpose of this Agreement :
“Access” shall mean the interconnection with TSP Systems or access to or use of TSP Information stored on TSP Systems through interconnection with TSP Systems or access to or use of TSP Information stored on Vendor Systems or access to or use of TSP Information stored in any mobile device.
Class 5 NGN tender (Section -10) NWP-CFA, BSNL C.O., New Delhi
BSNL Revised Procurement Manual 2012Page 195
“ApplicableLaws” shall mean any law, statute, ordinance, rule, regulation,
guideline, policy or other pronouncement having the effect of law of any Governmental Authority as interpreted and administered including any modifications or amendments thereto.
“Authorised” shall refer to the approval by TSP of the Access as part of the authorisation process and the Vendor Security Contact has a record of this authorisation. The term “Authorisation” shall be construed accordingly. “Commencement Date”” shall mean the date when the Agreement is executed
“Contract Personnel” means dedicated resources of the Vendor in terms of employees, subcontractors including employees of sub contractors and agents including agent’s sub contractors and their employees engaged for the purpose of this Agreement. “End Date” shall have the meaning assigned to it in Clause 16.1. “Escrow Information” shall have the meaning assigned to it in Clause 7.11 (a).
“Governmental Authority” shall mean any governmental authority, statutory authority, government department, ministry, secretariat, agency, commission, board, tribunal, court or other law, rule or regulation making body/ entity having or purporting to have jurisdiction on behalf of the Republic of India or any other government having or purporting to have jurisdiction over a Party, or any state or other subdivision thereof or any municipality, district or other subdivision thereof including, without limitation, the Chairman, Department of Telecommunications, Ministry of Communications, Government of India and/or any other telecom regulatory authority, including Telecom Engineering Center, having competent jurisdiction; and/or Chairman, Telecom Regulatory Authority of India, and includes any officer empowered by them to perform all or any of the functions of such a governmental authority.
“Information" shall mean technical, financial and commercial information and data relating to Party’s respective businesses, finances, planning, facilities, products, techniques and processes and shall include, but not limited to, discoveries, ideas, concepts, know-how, techniques, designs, specifications, drawings, blueprints, tracings, diagrams, models, samples, flow charts, data, computer programs, disks, diskettes, tapes, marketing plans, customer names and other technical, financial or commercial information and intellectual properties, whether in written, oral or other tangible or intangible forms. “Licensor” shall mean the Department of Telecommunications, Ministry of Communications & IT, Government of India. “Personal Data” shall comprise of customer details and Call Detail Record (CDR)..
“Sensitive Information” shall mean any TSP Information marked as classified as per TSP’s data classification policy or deemed business critical. This also includes any other data, or element of information, notified as such by the Government (e.g. IT Act 2000).
Class 5 NGN tender (Section -10) NWP-CFA, BSNL C.O., New Delhi
BSNL Revised Procurement Manual 2012Page 196
“Security Standards” shall mean all the relevant contemporary standards associated with national and international security standard related to IT & Telecom equipment hardware and software and those related to information & communication security, including but without limitation to ISO 27000 series, ISO/ IEC 15408, 3GPP, 3GPP2, WiMAX etc. and as evolved from time to time.
“Subcontractor” shall mean any person, partnership or corporation with whom the Vendor places a contract and/or an order for the supply of any equipment, item, service or for any work in relation to the purpose of this Agreement. The term "Subcontract" shall be construed accordingly.
“Supplies” shall mean all components, materials, plant, tools, test equipment, documentation, hardware firmware, software, spares parts, services and all the things & items to be provided to TSP pursuant to the Agreement together with all Information and Work the Agreement requires to be supplied or performed for TSP.
“Term” shallmean the term of this Agreement starting from the Commencement Date upto the End Date.
“TSP” shall mean Bharat Sanchar Nigam Limited who has been issued the CMTS license under section 4 of Indian Telegraph Act 1885 by the Licensor, Government of India
“TSP Group Security” shallmean the security organisation based within the TSP.
“TSP Information” shall mean all data including data, text, image, sound, voice, codes, circuit diagrams, core & applications software and database, intellectual property as well as personal, public, operational and services data in TSPs custody which is and /or received which are supplied/ shared with Vendor for the purpose of this Agreement or are obtained by the Vendor on behalf of TSP.
“TSP Items” shall mean all items provided by TSP to the Vendor and all items held by the Vendor which belong to TSP.
“TSP Regulatory Contact” shall mean in-charge of TSP Regulatory Operations or such other person whose details shall be notified by TSP to the Vendor from time to time.
“TSP Security Contact” shall mean in-charge of TSP Security Operations Centre or such other person whose details shall be notified by TSP to the Vendor from time to time.
“TSP Systems” shall mean any TSP computer, application, databases , network infrastructure, network elements and appliances, core and applications software or such other systems as may be agreed in writing from time to time between TSP and the Vendor.
“Vendor” shall mean the vendor who supplies equipment, software and is and/or managed services to TSP for the purpose of installation, testing, commissioning, provision, operations and/or maintenance of TSP’s networks.
“Vendor Security Contact” shall mean such person whose details shall be notified by the Vendor to TSP from time to time for such purpose.
Class 5 NGN tender (Section -10) NWP-CFA, BSNL C.O., New Delhi
BSNL Revised Procurement Manual 2012Page 197
“Vendor Regulatory Contact” shall mean such person whose details shall be notified by the Vendor to TSP from time to time for such purpose.
“Vendor Systems” shall mean any Vendor owned computer hardware or software, application database or network elements / appliance or such other systems as may be agreed in writing from time to time by TSP and the Vendor.
1.2 Interpretation
Unless otherwise stated or unless the context otherwise requires, in this Agreement:
(a) the headings, whether of Clauses or other parts of the Agreement, are for ease of reference only and shall not be relevant to interpretation;
(b) the references to the Recitals, Clauses, Schedules and Annexures shall be references to the recitals, clauses, schedules and annexures of this Agreement;
(c) words importing the singular shall include plural and vice versa;
(d) words denoting any gender shall include all genders;
(e) where a word or phrase is defined, other parts of speech and grammatical forms of that word or phrase shall have corresponding meanings;
(f) references to statutes or statutory provisions include references to any orders, or regulations made there under and references to any statute, provision, order or regulation include references to that statute, provision order or regulation as amended, modified, re-enacted or replaced from time to time whether before or after the date thereof.
2. Scope
This Agreement sets out the provisions under which the Vendor will be able to supply equipments and services and be granted Access to TSP Systems, network, equipments, data and facilities and TSP Information including Sensitive Information for the purpose of the planning, engineering, supply, installation, testing, commissioning, operations and maintenance, annual maintenance on network/equipment as per the contract.
3. International Security Standard Certification
The Vendor shall have contemporary relevant Security standard certification and shall comply with the provisions of security standards certification with respect to Telecom & IT equipment hardware and software and those related to information & communication security management, such as ISO 15408 standards as applicable to IT and IT related products, ISO 27001 for Information Security Management System, standards used by other relevant standard formulation bodies for Telecom equipment like 3GPP, 3GPP2, ITU standard etc or equivalent acceptable international standards or certification. Based on the requisite testing to be conducted at their labs, vendors will certify their own equipments as required under this clause. IT related elements in the telecom networks of the concerned OEMs, which are already ISO 15408 certified will be accepted as certified. Vendor will submit arelevant self certificate based on test reports in this regards.
Class 5 NGN tender (Section -10) NWP-CFA, BSNL C.O., New Delhi
BSNL Revised Procurement Manual 2012Page 198
4. Security Requirements:
The Vendor shall comply with following security policies: 4.1 General 4.1.1 The Vendor shall be Authorised to access only TSP Systems and Information in
accordance with the provisions of this Agreement and only during the Term of this Agreement.
4.1.2 The Vendor shall identify to the TSP, details of Vendor Security Contact at the
Commencement Date who will act as a single point of contact for TSP, such as a senior manager or CIO responsible for security, for any security issues. This responsibility shall be detailed within his/her job description. Notwithstanding anything to the contrary, the Vendor shall at all times be responsible to the TSP for any security related issues. It is clarified that the Vendor Security Contact shall be a security cleared Indian national. The security clearance for the Vendor Security Contact will be applied , within one month of date of submission of necessary document by the vendor to TSP.
4.1.3 As part of the Authorisation process, details of Vendor’s Contract Personnel that
need Access will be requested by TSP. The Vendor Security Contact shall at all times ensure that only Contract Personnel who have a need to Access in order to fulfill the purpose of this Agreement are Authorised. This Authorization and any changes in the Contract Personnel would be notified by the Vendor for the information and for the approval (wherever applicable) of the TSP.
4.1.4 Pursuant to Clause 4.1.3 above, the Vendor acknowledges that only the Contract
Personnel having requisite training are Authorized to access the TSP System. 4.1.5 The Vendor shall have a well defined Information Security policy compliant with
ISO/IEC 27001:2005 or have equivalent standards and in line with the TSP’s information security policies and requirements.
4.1.6 The Vendor shall ensure that they have information security organization in place to
implement the provisions of TSP’s information security policies. The Information Security responsibilities of all Vendor employees working for TSP shall be defined and communicated.
4.1.7 The Vendor shall establish and maintain contacts with special interest groups to
ensure that the understanding of the information security environment is current, including updates on security advisories, vulnerabilities and patches and ensure that the same is implemented.
4.1.8 The Vendor shall conduct a Risk Analysis and ensure that all risks due to it own and
subcontractors’ operations with TSP are identified, measured and mitigated as per the TSPs requirements. The Risk Assessment report is required to be shared with the Chief Security officer/CISO of TSP.
4.2 Physical Security
Class 5 NGN tender (Section -10) NWP-CFA, BSNL C.O., New Delhi
BSNL Revised Procurement Manual 2012Page 199
4.2.1 All Contract Personnel including sub contractors and their employees, agents and their employees of the Vendor working on TSP premises shall be in possession of a TSP Identification or Electronic Access Control (“TSP ID/EAC”) card. This card is to be used as a means of identity verification on TSP premises at all times and as such the photographic image displayed on the TSP ID/EAC card must be clear and be a true likeness of the Contract Personnel. If the TSP has any advanced identity verification systems the same would also apply. TSP and Vendor will mutually agree to re- define such verification measures from time to time
4.2.2 All Contract Personnel including sub contractors and their employees, agents and
their employees of the Vendor accessing premises (sites, buildings or internal areas) , where TSP Information is stored or processed, shall be in possession of an Identification or Electronic Access Control (“ID/EAC”) card. This card is to be used as a means of identity verification on these premises at all times and as such the photographic image displayed on the ID/EAC card must be clear and be a true likeness of the Contract Personnel or the Subcontractor or the Vendor’s employees, subcontractors and agents. If the TSP has any advanced identity verification systems the same would also apply. TSP may re-define such verification measures from time to time
4.2.3 The Vendor shall not (and, where relevant, shall procure that any Contract
Personnel shall not) without the prior written Authorisation of the TSP Security Contact connect any equipment, device or software to any TSP System and where it is not intended to be connected at a point in the TSP system.
4.2.4 The Vendor shall be able to demonstrate that it has procedures to deal with security
threats directed against TSP or against a Vendor working on behalf of TSP whilst safeguarding TSP Information.
4.2.5 The Vendor and/or its Contract Personnel shall not access TSP’s electronic
systems without first obtaining the written consent of the TSP Security Contact. 4.2.6 The Vendor’s Access to sites, buildings or internal areas where TSP Information is
stored or processed, shall be as Authorised and the Vendor and all its Authorised personnel shall adhere to robust processes and procedures to ensure compliance.
4.2.7 The Vendor shall not conduct recording, photography or videography at TSP
premises that captures any TSP Information , without prior authorization from the TSP Security Contact.
4.2.8 If already available at the TSP Premises, CCTV security systems and their
associated recording medium shall be used by the TSP/Vendor either in response to security incidents, as a security surveillance tool, as a deterrent or as an aid to the possible apprehension of individuals caught in the act of committing a crime. As such, these systems shall be Authorised by appropriate TSP Security Contact when used by Vendor.,
4.2.9 The Vendor shall maintain a controlled record of all assigned TSP physical assets
and assigned TSP Items to them. 4.2.10The local area surrounding the Vendor’s facilities at TSPs premises over which
Vendor has authorized control shall be physically inspected for security risks and threats by the Vendor in case of any abnormal activity / incident found / observed shall report the same to TSP.
.
Class 5 NGN tender (Section -10) NWP-CFA, BSNL C.O., New Delhi
BSNL Revised Procurement Manual 2012Page 200
4.2.11 The Vendor shall disable the Access immediately if any Contract Personnel is no
longer require Access or has changed roles for any reason whatsoever or whose integrity is suspected or considered doubtful or as may be notified by TSP in accordance with clause 4.3.1.
4.3 Logical Security 4.3.1 The Vendor shall notify TSP immediately if any Contract Personnel no longer
requires Access or changes role for any reason whatsoever thus enabling TSP to disable or modify the Access rights.
4.3.2 The Parties shall, implement agreed security measures across all supplied
components and materials including software & data to ensure safeguard and confidentiality, availability and integrity of TSP Systems and TSP Information , Parties shall prepare documentation in relation to the implementation of logical security and shall ensure that it has such security as:
(a) prevents unauthorised individuals e.g. hackers from gaining Access to TSP
Systems; and (b) reduces the risk of misuse of TSP Systems or TSP information, which could
potentially cause loss of revenue or service (and its Quality) or reputation, breach of security by those individuals who are Authorised to Access it; and
(c) detects any security breaches that do occur enabling quick rectification of
any problems that result and identification of the individuals who obtained Access and determination of how they obtained it.
4.4 Information Security 4.4.1 The Vendor shall not use TSP Information for any purpose other than for the
purposes for which they were provided to the Vendor by TSP and only to the extent necessary to enable the Vendor to perform as per this Agreement.
4.4.2 The Vendor shall ensure that all information security requirements in this Agreement are communicated including in writing to all Contract Personnel in relation to their role.
4.4.3 The Vendor shall ensure procedures and controls are in place to protect the exchange of information through the use of emails, voice, facsimile and video communications facilities.
4.5 Contract Personnel Security 4.5.1 The Vendor shall ensure that the TSP Information provided under this Agreement is
used only to the extent necessary to enable the Vendor to perform its obligations as per the terms of this Agreement. All Contract Personnel shall sign a confidentiality agreement either as part of their initial terms and conditions of employment or when they start working in TSP buildings or on TSP Systems and TSP Information. These confidentiality agreements shall be retained by the Vendor and shall be made accessible to TSP, if required.
4.5.2 The Vendor shall deal with breaches of security policies and procedures, including interfering with or otherwise compromising security measures, through a formal disciplinary process.
4.5.3 The Vendor shall provide a 'whistleblower' facility, available to all staff, with all TSP related issues reported back to the TSP Security Contact to the extent permissible by the law in a location in India where the Vendor is providing the services. . For the avoidance of doubt, this facility shall be used by the Contract Personnel if TSP’s
Class 5 NGN tender (Section -10) NWP-CFA, BSNL C.O., New Delhi
BSNL Revised Procurement Manual 2012Page 201
employee, agent or contractor instructs Contract Personnel to act in an inconsistent manner in violation of the Agreement.
4.5.4 The Vendor shall ensure that in respect to any Contract Personnel assigned to this Agreement, it shall carry out recruitment checks in accordance with its policies.
4.5.5 The Vendor shall ensure that all Contract Personnel maintain a clear-desk and a clearscreen policy to protect TSP Information, as per internal policy.
4.5.6 The Vendor shall ensure that an auditable process is developed for the ongoing control and management of Contract Personnel access profiles.
4.5.7 The Vendor shall, and shall procure that if a Contract Personnel’s job or role has been changed or terminated, such Contract Personnel shall securely destroy any TSP Information received in a recorded form from TSP (or has recorded received TSP Information) in accordance with its internal policy. Vendor may retain one copy of such information for archival policy provided it does so in a secure manner..
4.5.8 The vendor may perform the above activities as per its internal policy, which shall be
shared with BSNL from time to time. 4.6 Additional Security Policies 4.6.1 The Vendor shall have documented operating procedures to discharge the security
requirements detailed within this Agreement and provide TSP with access to such documentation in accordance with “Access to Vendor systems” as stipulated in this Agreement.
4.6.2 The Vendor shall implement a controlled exit procedure in respect of the
individual Contract Personnel to ensure the return of any TSP assets or TSP Items or TSP Information in the possession of the individual when any of the Contract Personnel who have Access, leave the employment of the Vendor or are no longer engaged for the purpose of this Agreement. Such controlled exit procedure shall include a written communication by the Vendor Security Contact to TSP Security Contact of this removal.
4.6.3 The Vendor shall inform the TSP Security Contact immediately upon its becoming aware of any actual or suspected unauthorised Access or misuse of TSP Systems or TSP Information or breach of any of the Vendor's obligations under this Agreement.
4.6.4 The Vendor shall maintain integrity of the software build including upgrades,
operating systems and applications from factory to desk. The Vendor shall demonstrate that the software build (both proprietary and off-the-shelf) delivered to TSP is the same as the software build agreed with TSP. The software as provided by Vendor should not have any known viruses or malware which could hamper security including any unauthorized leakage of TSP Information including Sensitive Information.
4.6.5 Any change of location by the Contract Personnel or Vendors support centers shall
be notified to TSP. 4.6.6 Where Vendor uses subcontractors,, TSP may require that the associated
security risks are clearly identified and assessed by TSP Group Security or the appropriate TSP line of business security team. This will ensure that any unacceptable security risks are identified and addressed. This in anyway shall not reduce the Vendor from being responsible to TSP for its obligations to be performed under this Agreement relating to security.
Class 5 NGN tender (Section -10) NWP-CFA, BSNL C.O., New Delhi
BSNL Revised Procurement Manual 2012Page 202
4.6.7 Where Vendor uses subcontractors, formal contracts containing all necessary
security requirements shall be put in place between the Vendor and its subcontractor before the Subcontractor or its personnel can access TSP Systems and TSP Information or occupy space in TSP’s buildings or space in the Vendor’s building that is used to access, hold or process TSP Information.
4.6.8 TSP may update from time to time, security related policies, guidelines, standards
and requirements. TSP will incorporate such updates by reference which shall be notified in writing by TSP to the Vendor promptly. If the Vendor has an issue with such updates, the Vendor shall promptly detail its concerns to TSP in writing.
4.6.9 The Vendor shall record and maintain detailed information of all Contract
Personnel who are authorised to Access TSP Systems or TSP Information. . 5. Access to TSP Systems 5.1 Subject to the provisions of this Agreement, the TSP allows (so far as it can and is
able to do so) the Vendor, to have Access solely for the purpose as contemplated herein during the Term of this Agreement.
5.2 In relation to Access, the Vendor shall (and, where relevant, shall procure that all
Contract Personnel shall): a) ensure each individual Contract Personnel has a unique user identification
and password known only to such user for his/her sole use.
b) ensure Contract Personnel never share user identification, passwords or security tokens.
c) promptly provide to TSPsuch agreed reports as TSP shall fromtime totime
require concerning the Vendor’s use and security of Access and any related mattersto Access.
d) ensure onward bridging or linking to TSP Systems is prevented unless
authorised by TSP. e) use all reasonable endeavors to ensure no viruses or malicious code like
malware, spyware, key logger, bots (as the expressions are generally understood in the computing industry) are introduced, and that there is no corruption or modification or compromisation of TSP Systems or TSP Information, while meeting out the obligations under the Contract.
f) use reasonable endeavours to ensure that personal files which
contain information, data or media with no relevance to the purpose, are not stored on TSP building servers or TSP centralised storage facilities or TSP Systems.
5.3 If TSP has provided the Vendor with Access to the Internet/Intranet, the Vendor
shall, and shall ensure that the Contract Personnel, access the Internet/Intranet appropriately. It is the Vendor’s responsibility to ensure that practical guidance on internet and email abuse (as amended) is communicated to the Contract Personnel from time to time.
5.4 The Vendor shall ensure that all Contract Personnel, subject to the Clauses headed
Class 5 NGN tender (Section -10) NWP-CFA, BSNL C.O., New Delhi
BSNL Revised Procurement Manual 2012Page 203
“Regulatory Matters” and “Confidentiality” comply with classifying and handling of Information.
5.5 Any security software procured by the Vendor shall be used by the Vendor without
modification, unless there is an essential need to do so, in which case appropriate controls shall be applied and the agreement of TSP Group Security sought.
6. Access to Vendor Systems 6.1 If Contract Personnel is granted Access to Vendor Systems having bearing on TSP
data, information or network, the Vendor shall:
a) ensure each individual has a unique user identification and password known only to such individual for his/her sole use.
b) promptly provide to TSP such reports as TSP shall from time to time require,
concerning the Vendor’s use and security of access to Vendor Systems.
c) allow Access only to the minimum extent required to enable the Contract Personnel perform their duties.
d) allow Access using a secure login process.
e) establish and implement formal procedures to control the allocation and de-
allocation of Access rights.
f) ensure that the allocation and use of enhanced privileges and access to sensitive tools and facilities in Vendor Systems are controlled and limited to only those users who have a business need.
g) ensure that the allocation of user passwords to Vendor Systems that hold or
access TSP Information is controlled through a formal auditable management process.
h) provide processes to demonstrate that remote and home working activities
are only permitted where Authorised by TSP and subject to appropriate security controls within the Vendor’s organisation including but not limited to remote Access by users being subject to strong authentication.
i) demonstrate that users follow security best practice in the management of
their passwords.
j) implement a password management system which provides a secure and effective interactive facility that ensures quality passwords.
k) ensure that user sessions are terminated after a defined period of inactivity. l) ensure that audit logs are generated to record user activity and security-
relevant events and securely managed and retained with nil ability on the part of the Vendor to allow any un-authorised access or amendment to the audit logs. Such audit logs must be maintained for future reference for a period of at least one year.
Class 5 NGN tender (Section -10) NWP-CFA, BSNL C.O., New Delhi
BSNL Revised Procurement Manual 2012Page 204
m) ensure that monitoring of audit and event logs and analysis reports for anomalous behaviour and/or attempted unauthorised access are performed by Vendor’s staff independent of those users being monitored.
n) make available audit logs where required by TSP for review.
o) ensure all systems holding, processing or accessing TSP Information
shall be hardened as per industry standards. p) ensure that to the extent possible, development, test and live environments
are segregated from each other and the other work areas in Vendor buildings.
q) implement controls to detect and protect against malicious software and
ensure that appropriate user awareness procedures are implemented.
r) ensure that Vendor has in relation to all Vendor Systems formal security incident management procedures with defined responsibilities.
s) ensure that any unauthorised software is identified and removed from
Vendor Systems holding, processing or accessing TSP Information.
t) ensure that Access to diagnostic and management ports as well as diagnostic tools are securely controlled to TSP’s reasonable satisfaction.
u) ensure that Access to Vendor’s audit tools shall be restricted to Relevant
Contract Personnel and their use is monitored.
v) Ensure that data gathered after running audit tool is properly protected.
w) performenhanced independent code reviews (including penetration testing) onallVendorSystems, as a part of the Vendor’s security development lifecycle (SDL).
6.2 The devices which use proprietary encryptiontechnique should not be used for
holding TSP information. 6.3 To the extent the servers are used to fulfill the purpose of this Agreement, Vendor’s
servers shall not be deployed on un-trusted networks without appropriate security controls.
6.4 Changes to individual Vendor Systems shall be controlled and subject to formal
change control procedures. All documentation relating to Vendor Systems shall be protected from unauthorized Access or amendment.
6.5 Security procedures and controls shall be used to secure equipment holding,
accessing or processing TSP Information in Vendor Systems. 7. Conditions for Equipment Vendors 7.1 Conformance to Security Standards and Policies
The Vendor shall ensure and certify that the supplied equipment has been subjected to penetration testing and all addressable vulnerabilities have been mitigated and the equipment is ‘Safe to Connect’ in the Telecom Network as per the
Class 5 NGN tender (Section -10) NWP-CFA, BSNL C.O., New Delhi
BSNL Revised Procurement Manual 2012Page 205
latest standards and recommendations on the subject from ITU/ISO/IETF/IEC etc. It will also include that the equipment confirms to the security policies of the TSP with respect to network elements. This applies to all telecom network elements and IT equipment used in the network.
The Vendor shall also ensure that the equipment supplied has all the contemporary security related features, facilities, hardware, software etc for the purpose of Interception, Monitoring, Analysis etc for use by the law enforcement agencies and provide complete information to enable these features and facilities before the supply of the equipment or the procedure of enabling these, if these are to be enabled after the commissioning of the network. The Vendor shall also submit a test report on these features and facilities and also a certificate that all contemporary features and facilities of this category exist in the equipment supplied. Vendors will be allowed to certify their own equipments based on the testing at the labs which are capable of such testings. IT related elements in the telecom networks which are already ISO 15408 certified will be accepted as certified. Vendor can submit a relevant Self certificate based on test reports in this regard.
7.2 Equipments ConfigurationGuide
Two sets of equipment configuration guide should be supplied which detail the configuration required to meet the policies and standards at least in respect of following: Network Element security policies: - Generic OS - Technical Standard for Switches and Routers - Management Standard for Switches and Routers
7.3 Reports
Areport onthe susceptibility to the attacks on mobile networks shall be provided by the Vendor to the TSP in the following manner: (a) Next Generation Network Equipmentsare susceptible to several attacks. The Vendor must submit a report categorically stating that the attacks to which the equipment and the network is susceptible, the degree of risk of each type of attack and mitigation technique to deal with these attacks.. TheVendorwillensurethatwhatevermitigationwaspossibleasperthecurrentavailabletechnologies,techniques,configurationhavealreadybeenusedandadoptedbythembeforethe supplyofthe equipment.
7.4 Security fromMalware
There are no known cases of malware disrupting telecom services, yet. However, malware can cause information leaks and can result in the leak of private user information. However, some viruses, worms and Trojans can infect devices and spread malware via text messages or Bluetooth connectivity. This network-based service will also block Denial of Service attacks and restrict network traffic based on source, destination, IP ports and applications. It will also allow enterprise IT managers to lock and/or delete data on lost or stolen devices. The connectivity could affect platforms if adequate firewalls, IDPs are not strong. Therefore Vendors would provide adequate firewall and IDPs with the supply of equipment.
Class 5 NGN tender (Section -10) NWP-CFA, BSNL C.O., New Delhi
BSNL Revised Procurement Manual 2012Page 206
7.5 CryptographyRelatedSecurityIssues:
Vendors will take suitable measures to deal with cryptography related vulnerabilities and submit a report of the measures along with a relevant certificate(s)that they have taken adequate measures to deal with these vulnerabilities.
i. AttacksonCOMP-128algorithm ii. Compromisedcipherkey iii. KeyrecoveryallowingSIMcloning iv. Hijackingoutgoingcallsinnetworkswithencryptiondisabled v. Hijackingoutgoingcallsinnetworkswithencryptionenabled vi. Hijackingincomingcallsinnetworkswithencryptiondisabled vii. Hijackingincomingcallsinnetworkswithencryptionenabled viii. Suppressingencryptionbetweenthe target userandthe intruder ix. Suppressingencryptionbetweentarget user andthe true network
7.6 DataFlowAttacks
Many sophisticated attacks disguise themselves in data flows across sessions and ports—the more traffic there is, the harder it is to identify the threats. Vendors may ensure that they are aware of this and submit compliance on the same.
7.7 Additional Interfaces
Many of the problems in the data intensive infrastructure may come to increased number of interfaces additionally for data than those were present for voice only PSTN, hence, the Vendors must give special attention to interfaces and their related vulnerability. Such Vendors may ensure that they provide additional notes that they have taken care of the same and the test mechanism and methodology adopted by them with adequate evidence.
7.8 Security against Remote Access
The Vendor shall submit a written undertaking to the TSP clearly identifying all possible means of remote control/ remote access/remote command and control in the supplied equipment as well as suitable mitigation means to close such access mechanisms.
7.9 Software and Hardware Design Surety :Vendor may choose one of the following
Options for Software and Hardware Design Surety 7.9.1 Option 1:
(a) The Vendor shall at TSP’s request enter into an escrow deposit arrangement in respect of all Information and documentation in relation to Supplies in respect of Hardware, executable Software/source code/gold build etc, High Level Designs (HLD), Detail Design Documents (DDD), listings and programmer’s notes) (“theEscrow Information”) as would enable TSP to complete any outstanding obligations of the Vendor under this Agreement, including, without limitation, obligations that would have existed (including the requirement to fulfill any orders that TSP would have otherwise placed under this Agreement) had this Agreement not been terminated by TSP before the expiry of its Term.
Class 5 NGN tender (Section -10) NWP-CFA, BSNL C.O., New Delhi
BSNL Revised Procurement Manual 2012Page 207
(b) Without affecting any other rights it may have, TSP shall have the right, free of charge, to use the Escrow Information, after its release, in order to use or maintain (including to upgrade) the software, to modify or have modified the software, and to authorize such modified software to or have it maintained by third parties, in case Vendor refuses to do so as per the Agreement.
(c) The Vendor shall ensure that the Escrow Information deposited in accordance with Clause 7.11 (a) is and will be maintained as sufficient to allow a reasonably skilled programmer or analyst to maintain, modify and correct the hardware and software without the help of any other person or reference, and the Vendor further undertakes to keep the Escrow Information fully upto-date throughout the Term.
(d) On the occurrence of any event permitting the release of the Escrow Information, the Vendor shall immediately provide, at its cost and expense, to TSP for a reasonable period, such advice, support assistance, data, information, access to Vendor's personnel or any key personnel of legal owner of the [Hardware and/or] Software for the purpose of understanding, maintaining (including upgrading), modifying and correcting any of the Hardware and/or Software. The softwares and codes written only in English language shall be acceptable. The code/softwares shall be proven to be operational and correct version and to be certified that it does not have self-destructing programmes. This may be ensured by using the same at least once for loading the system initially before being deposited.
7.9.2Alternative to option 1 is Option 2 as below::
(i) Gold software copy or the Executable copy of the software at the discretion of vendor. (ii) Dumb hardware can be loaded with software by the TSP or under the supervision of TSP from Gold software copy or from the executable copy after checking that hardware is free from any software and ensuring that there are no harmful malware into the hardware. Alternatively, vendors will submit a certificate to BSNL that the supplied hardware is free from harmful malware based on the above test. (iii ) Upgradation of software for a period of as agreed in the Contract . (iv) Design of network (network diagram of Vendor Implemented equipment under the Contract) in digital form and/ or in hard copy
7.10 Penalty
In the event that the Vendor is unable to comply with its obligations under this Agreement, as a result of which the Licensor imposes any sanction on the TSP, which results in any financial and other liabilities on the TSP, the Vendor shall be liable to make good such loss. In addition to the above, in case of any inadequate measures, act of intentional omissions, deliberate vulnerability left into the equipment or in case of deliberate attempt for a security breach by the Vendor, the Licensor may at its discretion blacklist the Vendor from entering into any supply deals with any Indian telecom operators. The TSP shall give the vendor the opportunity to defend any claim prior to imposing any penalty or blacklisting the vendor on account of security breach being attributable to it.
Class 5 NGN tender (Section -10) NWP-CFA, BSNL C.O., New Delhi
BSNL Revised Procurement Manual 2012Page 208
7.11 Inspection
The Vendor must allow the TSP , Licensor/DoT and/or its designated agencies to inspect the hardware, software, design, development, manufacturing facility and supply chain and subject all software to a security/threat check at the time of procurement of equipment and upto two more times every year until the supplies under the Contract have been completed, at the sole discretion of the TSP. . All the documents should be in English and handed over to the visiting team of the TSP at least 4 weeks ahead of the visit.
7.12 LanguageofSupplies
All the software codes, firmware, operating system, hardware details should be in Englishonly.
8. Data Protection 8.1 The Parties acknowledge that, in respect of all personal data and processed by the
Vendor for the purpose of the provision of supplies under the Contract, TSP alone as data controller shall determine the purposes for which and the manner in which such personal data will be processed by the Vendor.
8.2 Other than at TSP's request, or where required by law to provide the supplies, the
Vendor shall not disclose or allow access to any Personal Data other than, subject to Clause 8.4(f) to a person placed by the Vendor under the same obligations as contained in this clause who is employed or engaged by the Vendor or within the control of the Vendor in the performance of the Agreement.
8.3 The Vendor shall not use personal data for any purpose other than the provision of
the supplies and shall return any personal data to TSP immediately upon request at any time providing such return does not prevent the Vendor from fulfilling its obligations under this Agreement. The Vendor shall retain personal data no longer than is necessary for the provision of the supplies, in accordance with the relevant Applicable Law and such instructions as TSP may provide from time to time. Upon expiry or termination of this Agreement for whatever reason, the Vendor shall immediately return to TSP all personal data and certify that no copies have been made or retained by the Vendor or any third party acting on its behalf.
8.4 The Vendor shall:
(a) process personal data only on the instructions of TSP and to the extent necessary for the performance of this Agreement;
(b) not modify, amend or alter the contents of the personal data except as
required or permitted by this Agreement or with TSP’s prior written consent;
(c) implement the appropriate technical and organisational measures to protect personal data against accidental or unlawful destruction or accidental loss, alteration, unauthorised disclosure or access, and against all other unlawful forms of processing, which measures are set out in more detail in Clause 4 and provide to TSP with a written description of the measures taken when requested by TSP;
(d) comply with all relevant provisions of any TSP codes of practice notified to
the Vendor from time to time and the Applicable Law ;
Class 5 NGN tender (Section -10) NWP-CFA, BSNL C.O., New Delhi
BSNL Revised Procurement Manual 2012Page 209
(e) keep all personal data secure and confidential, act only on TSP's
instructions with respect to it, and comply with such further reasonable requirements from time to time of TSP for the security of it;
(f) ensure that, of the Vendor’s staff, only those of the Contract Personnel who
need to have access to the personal data are granted access to the personal data only for the purposes of the performance of this Agreement and the Contract Personnel are informed of the confidential nature of the personal data and comply with the obligations set out in this Clause 8;
(g) notify TSP forthwith, and in any event, no later than 12 hours from the time it
comes to the Vendor’s attention, that personal data transferred by TSP to the Vendor has been the subject of accidental or unlawful destruction or accidental loss, alteration, unauthorised disclosure or access, or any other unlawful forms of processing; and
(h) notify TSP in the event that it receives a request or notice from any person
subject to having access to that person’s personal data held by it and will provide TSP with full co-operation and assistance in relation to any complaint or request including providing TSP with any relevant personal data it holds within the timescales provided by the request or notice or as otherwise required by TSP.
8.5 In respect of transfer of personal data the following conditions shall apply:
(a) obtain TSP’s prior written consent before transferring personal data to any
Subcontractors in connection with the provision of the supplies;
(b) prior to any transfer of personal data, enter into or procure that any Subcontractor delivering the supplies will enter into contracts for the transfer of personal data. In respect of personal data transferred by TSP to the Vendor or acquired by the Vendor from TSP’s systems to a country outside of India shall be on the basis of Applicable Laws , or such other data protection model contract terms as may be agreed between the Parties from time to time, except where the relevant Applicable Laws provides for a derogation from this requirement.
8.6 Any breach of this Clause 8 by the Vendor shall be deemed to be a material breach of the Agreement and the Vendor shall indemnify TSP from the against any costs, losses, damages, proceedings, claims, expenses or demands incurred or suffered by TSP which arise as a result of such breach.
8.7 The Vendor shall, upon TSP giving reasonable notice, allow TSP or its
nominatedrepresentatives such access to its premises, Information and records and those of its agents subsidiaries and sub contractors, as may be reasonably required by TSP from time to time to assess the Vendor’s and/or Contract Personnel’s compliance with this Clause 8.
9. Regulatory Matters 9.1 The Vendor shall
(a) comply with all regulatory matters under Applicable Laws including, without limitation, any actions that TSP may require in connection with any
Class 5 NGN tender (Section -10) NWP-CFA, BSNL C.O., New Delhi
BSNL Revised Procurement Manual 2012Page 210
regulatory matter, that are notified to the Vendor Regulatory Contact from time to time by the TSP Regulatory Contact in so far as they relate to the performance by the Vendor under the Agreement.
(b) within 14 days of the Commencement Date, ensure that the Vendor
Regulatory Contact contacts the TSP Regulatory Contact to establish the nature and extent of communication between them, to assist them in meeting all regulatory requirement relevant to the Contract, as set by the Licensor or any Governmental Authority or any other person nominated by Licensor
(c) ensure that the Vendor and its Contract Personnel have undergone the
proper and adequate training for the purpose of performing its obligations under this Agreement and promptly provide such information to TSP as shall be necessary for TSP to respond fully and to the timescale required to any request or requirement for information from any Governmental Authority , to the extent that such information relates to the performance of the obligations by the Vendor under the Agreement.
10. Confidentiality 10.1 In this Clause, “TSPInformation” which TSP from time to time identifies to the
Vendor as being commercially confidential, or is by its nature commercially confidential or defined by TSP as confidential, or confidential as per the Applicable Law. The term “Information” shall mean and include all or any communication(s), Information(s) or data disclosed, whether written, visual or oral and other material supplied to or obtained by the Party (“Recipient”) from the other Party (“Disclosing Party”) during the course of the Agreement.
10.2 Except with TSP's consent, the Vendor shall not disclose TSP Information to any
TSP employee, not authorized to receive such information 10.3 Subject to the Clause 11, either Party receiving Information from the other shall not
without the other’s prior written consent use such Information except for Contract purposes or disclose such Information to any person other than TSP's employees, agents and contractors or Contract Personnel who have a need to know and who are bound by equivalent obligations of confidentiality. Any breach of such obligations by Contract Personnel or TSP's employees, agents or contractors (as the case may be) shall be deemed to be a breach by the Vendor or TSP respectively.
10.4 Clause 10.2 and Clause 10.3 shall not apply to Information that is:
(a) published except by a breach of the Contract; or
(b) lawfully known to the Recipient at the time of disclosure and is not subject to any obligations of confidentiality; or
(c) lawfully disclosed to the Recipient by a Vendor without any obligations of
confidentiality; or
(d) replicated by development independently carried out by or for the Recipient by an employee or other person without access to or knowledge of the Information.
Class 5 NGN tender (Section -10) NWP-CFA, BSNL C.O., New Delhi
BSNL Revised Procurement Manual 2012Page 211
10.5 The Vendor shall not publicize this Agreement without TSP’s prior written consent
and shall ensure that any subcontractor is bound by similar confidentiality terms to those in this clause.
10.6 Either Party that has during the course of this Agreement received Information in a
recorded form from the other (or has recorded received Information) shall return or destroy in a complete irrecoverable mode (at the option of the disclosing party) such records upon:
(a) expiry or termination of this Agreement; or (b) upon earlier request unless such records are part of the supplies.
10.7 This clause shall survive termination / expiry of this Agreement. 10.8 The obligations of confidentiality shall also be governed by the Non-Disclosure
Agreement dated [●] (“NDA”), entered into between the TSP and the Vendor. In the event of any conflict between this Clause 10 and the NDA, the provisions of the NDA shall be applicable.
11. Intellectual Property 11.1 Each Party will retain its right, title and interest in its respective trademarks, service
marks and trade names as well as rights in respect of any patent, copyright, trade secrets or other intellectual property used during the performance of this Agreement. Both Parties recognise that except as otherwise expressly provided herein or agreed between the Parties, they shall have no right, title, interest or claim over the others’ intellectual property.
11.2 The Vendor agrees that it shall defend, at its own expense, all proceedings, suits
and claims against and/or affecting the TSP or any of their officers, directors or employees (“Indemnitees”) with respect to infringement, breach or violation of any patent, trademark, copyright, trade secret, mark or other intellectual property rights of any third party in the course of performance of its obligations under this Agreement. The Vendor agrees that it shall indemnify the Indemnitees for all sums, costs, expenses and liabilities including, without limitation, all reasonable attorneys’ fees and other costs, incurred by Indemnitees in connection with or otherwise arising out of any such proceeding, suit or claim.
If in any such suit so defended, all or any part of the equipment or any component thereof or the use thereof is held to constitute an infringement or violation of third party intellectual property rights and its use is enjoined, or if in respect of any claim of infringement or violation the Vendor deems it advisable to do so, the Vendor shall at its sole cost and expense take one or more of the following actions: (a) procure the right to continue the use of the same without interruption for the TSP; or (b) replace the same with non-infringing Equipment that meets the technical specifications stipulated under the Contract; or (c) modify the said equipment or any component thereof so as to be non-infringing; provided, that (i) the equipment or any component thereof as modified complies with all of the technical specifications as stipulated under the Contract; and (ii) Vendor shall fully indemnify the TSP for any costs associated with any such action.
Class 5 NGN tender (Section -10) NWP-CFA, BSNL C.O., New Delhi
BSNL Revised Procurement Manual 2012Page 212
12. Security Review-The Vendor shall: (a) give to (or procure the giving to) TSP (or any person authorised by TSP) such
access at all reasonable times to the Vendor’s and any Subcontractor’s records and premises related to this Agreement as TSP may require from time to time to assess the Vendor’s compliance of these policies in this Agreement;
(b) such assessments may include assessments of all elements of physical and logical
audits, penetration testing of the Vendor’s Systems. The Vendor shall facilitate this assessment by permitting TSP to collect, retain and analyse information to identify potential security risks including trace files, statistics, network addresses and the actual information or screens accessed or transferred; and
(c) provide such reports to TSP and attend such meetings as may be reasonably
required by TSP. 13. Network Audit, Test and Certification:
The process of networks audit and certification should be performed by the test and certification agencies to include following activities:
(a) Network forensics to identify existing unwanted running processes\ malwares\
backdoors etc. on all networks' elements. The operation includes sniffing of live traffic to identify unwanted redirection and interception of traffic.
(b) Network Hardening to map all networks elements and to calibrate them to optimized secured state.
(c) Network penetration test to assure system durability against any kind of attack. (d) Risk assessment to understand what actions should be taken to minimize future
damage to carrier and what risks are inevitable. (e) Actions to fix found problems by setting systems to default or acquiring relevant
IT security technologies to prevent such problems from reoccurring. An available list of Test and Certification Agencies (Third Parties) in various
countries who may take up the regular Technical Audit of Networks and Security Certification is given at Appendix I. The TSP may engage the services of any other Network Audit andSecurity Certification agency also
14 Investigation: 14.1 If TSP believes that there has been a breach by the Vendor of the provisions of this
Agreement, TSP will inform the Vendor Security Contact. The Vendor shall cooperate with TSP fully in any ensuing investigation. The Vendor shall provide list of users who have had access to TSP Systems and TSP Information to TSP and/or any law enforcement agency. TSP shall have access to the Vendor Systems and TSP Information in the Vendor’s premises generally with prior notice but include the right to make unannounced visits.
14.2 The Vendor shall report to TSP Security Contact promptly of any potential misuse of TSP Information or improper or unauthorised access to TSP Systems and TSP Information.Upon request, the Vendor shall promptly provide to TSP a written report
Class 5 NGN tender (Section -10) NWP-CFA, BSNL C.O., New Delhi
BSNL Revised Procurement Manual 2012Page 213
with details of the potential misuse of TSP Information or improper or unauthorised access to TSP Systems and TSP Information, a remedial plan and a timetable for achievement of the planned improvements and steps to be taken to avoid the repeat of the potential misuse of TSP Information or improper or unauthorised access to TSP Systems and TSP Information.
14.3 If any audit or investigation reveals that there is a potential risk to the confidentiality,
integrity or availability of TSP Information in the Vendor’s processes or Vendor Systems, Vendor shall promptly correct any security risk in the Vendor’s processes or Vendor Systems promptly.
14.4 During investigation, the Vendor shall co-operate with TSP, providing reasonable
access, accommodation, facilities and assistance to all Vendor Systems as reasonably necessary to investigate the breach of the provisions of this Agreement including permitting interview of any sales, engineering or other operational personnel of Vendor. TSP shall, or at TSP’s request shall instruct the Vendor to, confiscate for evaluation any tangible or intangible asset suspected to have been used for information/ security breach or provide lead to investigation belonging to the Vendor or its subcontractor to aid the investigation.
15. Limitation ofLiability
The aggregate liability of the Vendor to the TSP in respect of any breach of obligations under this Agreement shall not exceed the sum of Rs. 50,00,00,000 (Rupees Fifty Crores only) per breach, provided that such limitation shall not apply to claims arising pursuant to Clauses 10 and Clause 11.2 or pursuant to any other Clause where such limitation is expressly excluded.
16. Term and Termination 16.1 This Agreement shall be effective from the Commencement Date .Notwithstanding
anything contained herein or in the Contract, this Agreement shall survive till any equipment is working, which is supplied and served by the Vendor under this Contract or for a period of ten years after signing of this Agreement whichever is later (“EndDate”).
16.2 This Agreement may also be terminated in the event it is so determined by the
Licensor or under Applicable Laws. 16.3 The termination of this Agreement shall be without prejudice to the rights and
obligations of the parties which have accrued up to the date of termination. 17. Indemnity 17.1 The Vendor shall indemnify and hold harmless the TSP and its employees, agents,
shareholders, directors, representatives, against any claims or penalty or consequence arising out of breach of the security related terms of the license granted by the Licensor as a result of breach or non-compliance by the Vendor with its obligations in this Agreement.
17.2 It is clarified that any expenditure incurred by the TSP for complying with security related provisions as prescribed under Applicable Law shall be borne by the Vendor. In the event there is a breach of the security related provisions as prescribed under Applicable Laws, any penalty imposed by the DoT on the TSP shall be paid by the Vendor to the TSP. Further, any testing of Vendor’s equipment including requirement of testing equipment shall be met by Vendor at his own cost.
Class 5 NGN tender (Section -10) NWP-CFA, BSNL C.O., New Delhi
BSNL Revised Procurement Manual 2012Page 214
18. Governing Law
This Agreement shall be governed by laws of India and the Parties agree to the exclusive jurisdiction of the Indian courts where the registered office of the TSP is situated.
19. Arbitration 19.1 In the event of any question, dispute or difference arising under this Agreement or
in connection there-with, the same shall be referred to the sole arbitration of the CMD,BSNL or in case his designation is changed or his office is abolished, then in such cases to the sole arbitration of the officer for the time being entrusted (whether in addition to his own duties or otherwise) with the functions of the CMD, BSNL or by whatever designation such an officer may be called (hereinafter referred to as the said officer), and if the CMD, BSNL or the said officer is unable or unwilling to act as such, then to the sole arbitration of some other person appointed by the CMD, BSNL or the said officer. The agreement to appoint an arbitrator will be in accordance with the Arbitration and Conciliation Act 1996. There will be no objection to any such appointment on the ground that the arbitrator is a government servant or that he has to deal with the matter to which the agreement relates or that in the course of his duties as a government servant he has expressed his views on all or any of the matters in dispute. The award of the arbitrator shall be final and binding on both the parties to the agreement. In the event of such an arbitrator to whom the matter is originally referred, being transferred or vacating his office or being unable to act for any reason whatsoever, the CMD, BSNL or the said officer shall appoint another person to act as an arbitrator in accordance with terms of the agreement and the person so appointed shall be entitled to proceed from the stage at which it was left out by his predecessors.
19.2 The arbitrator may from time to time with the consent of both the Parties enlarge the
time frame for making and publishing the award. Subject to the aforesaid, Arbitration and Conciliation Act, 1996 and the rules made there under, any modification thereof for the time being in force shall be deemed to apply to the arbitration proceeding under this clause.
19.3 The venue of the arbitration proceeding shall be the office of the CMD BSNL),
BSNL Corporate Office, New Delhi or such other places as the arbitrator may decide.
20 Notices 20.1 Any notice, documents, information, direction and any other communications
required or permitted to be (or such other addresses as specified in writing by the respective Party from time to time) hereunder shall be sent in writing and sent by registered post, courier and or by facsimile transmission or delivered personally by hand or sent by email addressed to the other Party to the relevant addresses set out below at the following addresses:
If to the TSP:
Bharat Sanchar Nigam Limited 2nd Floor, Bharat Sanchar Bhavan HC Mathur Lane
Class 5 NGN tender (Section -10) NWP-CFA, BSNL C.O., New Delhi
BSNL Revised Procurement Manual 2012Page 215
New Delhi 110001 Attention: [●] Fax: [●] Email: [●]
If to the Vendor: [Name] [Address} Attention: [●]
Fax: [●] Email: [●]
20.2 Any such notices and other documents shall: (a) if delivered by hand, be deemed to have been given and received at the place of
receipt on the date of delivery; (b) if mailed by post or couriered, be deemed to have been given and received at the
place of delivery on the date of delivery. (c) if given by facsimile transmission be deemed to have been given and received, at
the place of receipt on the date as shown in the facsimile transmission report; and (d) if given by e-mail be deemed to have been given and received at the place
mentioned in Clause 19 above on the same day. 20.3 Either Party shall inform the other of any change in its address above through a
notice in writing to the other Party in the manner set forth above.
IN WITNESS WHEREOF THE PARTIES HAVE CAUSED THESE PRESENTS TO BE EXECUTED ON THE DAY, MONTH AND YEAR HEREINBELOW WRITTEN TO BE EFFECTIVE FROM THE DATE FIRST MENTIONED ABOVE SIGNED for and on behalf of Bharat Sanchar Nigam Limited …………………………………………….. Signature …………………………………………… Name …………………………………………… Position …………………………………………..... Witness Signature ……………………………………………. ……………………………………………… ……………………………………………… Name & Address
SIGNED for and on behalf of [●] …………………………………………….. Signature …………………………………………….. Name …………………………………………….. Position …………………………………………..... Witness Signature ……………………………………………. ……………………………………………… ……………………………………………… Name & Address
Class 5 NGN tender (Section -10) NWP-CFA, BSNL C.O., New Delhi
BSNL Revised Procurement Manual 2012Page 216
Appendix I List of Test and Certification Agencies (Third Parties) in various countries who may take up the regular Technical Audit of Networks and Security Certification. The List is indicative and TSP may use the services of other Network Audit and Security Certification agency also. CC Evaluation Labs Australia and New Zealand 1. Computer Sciences Corporation (CSC)
http://www.csc.com/security/offerings/26694-common_criteria_at_csc Contact: Andrew Coggle 212 Northbourne Avenue Braddon ACT 2612 Tel: +61 2 6246 8000 Fax: +61 2 6246 8181 E-mail: [email protected] Web: http://www.csc.com/commoncriteria
2 Logica
http://www.logica.com.au/ Contact: Bruce Legge 1 Torrens Street BRADDON ACT 2612 Tel: +61 2 6246 1900 Fax: +61 2 6262 8827 E-mail: [email protected] Web: http://www.logica.com/au
3 Startsec
http://www.stratsec.net/Home Contact: Aleks Lubiejewski Unit 1, 50 Geils Court DEAKIN ACT 2600 Tel: +61 2 6260 8878 Fax: +61 2 6260 8828 E-mail: [email protected] Web: http://www.stratsec.net
Germany 1. CSC Deutschland Solutions GmbH
Contact: Herrn Dr. Goswin Eisen Sandstr. 7-9 80335 München Telefon: +49 89.5908.6504 Fax.: +49 89.5908.6503 E-Mail: [email protected] Web: http://www.csc.com/security/ds/11371/15880-german_laboratory_experience
2 atsec information security GmbH
http://www.atsec.com/us/addresses-contact.html
Class 5 NGN tender (Section -10) NWP-CFA, BSNL C.O., New Delhi
BSNL Revised Procurement Manual 2012Page 217
Contact: Gerald Krummeck Steinstr. 70 81667 München Telefon: 089 44249-830 Fax: 089 44249-831 E-Mail: [email protected] Web: http://www.atsec.com
United Kingdom 1. EDS
http://h10134.www1.hp.com/ 2. Logica
www.logica.com 3 SiVenture
http://www.siventure.com USA 1 Arca Common Criteria Testing Laboratory
http://www.savvis.net/en-US/Pages/Home.aspx Contact: Pete Feeney 45901 Nokes Boulevard Sterling, VA 20166 Tel: +1 703-667-6684 Fax: +1 509-691-7440 Mobile: +1 703-999-1075 E-mail: [email protected]
2 CygnaCom Solutions' Security Evaluation Laboratory
http://www.cygnacom.com/labs/common-criteria/index.htm Contact: Ms. Nithya Rachamadugu 7925 Jones Branch Drive, Suite 5200 McLean, VA 22102-3305 Tel: +1 703.270-3563 Tel: +1 858-509-0180 Fax: +1 703-848-0985 E-mail: [email protected] Web: http://www.cygnacom.com
3 SAIC Common Criteria Testing Laboratory
http://www.saic.com/infosec/testing-accreditation/common-criteria.html Contact: Robert L. Williamson Ctr. for Information Security Tech. SAIC
7125 Columbia Gateway Drive, Suite 300 Columbia, MD 21046 Tel: +1 410-953-6819 Fax: +1 410-953-7001 E-mail: [email protected] Web: http://www.saic.com
4 Computer Sciences Corporation (CSC)
http://www.csc.com/security/offerings/26694-common_criteria_at_csc Contact: Charles Nightingale
Class 5 NGN tender (Section -10) NWP-CFA, BSNL C.O., New Delhi
BSNL Revised Procurement Manual 2012Page 218
7231 Parkway Drive Hanover, Maryland 21076 Tel: 443.445.8400 Fax: 443.445.8002 E-mail: [email protected] Web: http://www.csc.com/commoncriteria
5 Booz Allen Hamilton Common Criteria Testing Laboratory
900 Elkridge Landing Road, Suite 100, Linthicum, MD 21090 http://www.boozallen.com/doingbusiness/contractvehicles/gmacs/alliant/alliant/3844966/38470558
6 COACT Inc. CAFE Laboratory
9140 Guilford Road Suite N, Columbia, MD 21046-2585 http://www.coact.com/ 7 DSD Information Assurance Laboratories (DIAL) 1160 Johnson Ave. Suite 101, Bridgeport, WV 26330 http://dsdial.com/
8 InfoGard Laboratories, Inc.
709 Fiero Lane Suite 25, San Luis Obispo, CA 93401 http://www.infogard.com/
Taiwan (not from CC portal) 1. Telecom Technology Center, Taipei, Taiwan
http://www.ttc.org.tw/english/its_e.asp http://www.ttc.org.tw/english/its_e_01.asp
The Nederlands 1. Brightsight IT Security Evaluation Facility
Contact: Mr. Dirk-Jan Out Delftechpark 1 2628 XJ Delft The Netherlands Telefon: +31 15 269 25 00 Fax: +31 15 269 25 55 E-Mail: [email protected] Web: http://www.brightsight.com
Israel 1. ALTAL Security Consulting, Israel
http://www.altalsec.com/index.php?langpage=eng&&language=eng Canada 1. Electronic Warfare Associates (EWA), Canada
http://www.ewa-canada.com/ Routers Tested as per CC: 1. Cisco Routers
Cisco Systems Routers (800, 1700, 1800, 2600XM, 2800, 3700, 3800, and 7200 running Cisco IOS Release 12.4(11)T2; 7300, 7400, and 7600 running Cisco IOS
Class 5 NGN tender (Section -10) NWP-CFA, BSNL C.O., New Delhi
BSNL Revised Procurement Manual 2012Page 219
Release 12.2(18) SXF8;10000 and 12000 running 12.0(32)s7) and Cisco Secure ACS version 4.1.2.12 TOE evaluation was sponsored by Cisco Systems, San Jose Evaluation was carried out by: “Arca Common Criteria Testing Laboratory” http://www.savvis.net/en-US/Pages/Home.aspx Contact: Pete Feeney 45901 Nokes Boulevard Sterling, VA 20166 Tel: +1 703-667-6684 Fax: +1 509-691-7440 Mobile: +1 703-999-1075 E-mail: [email protected]
2. Juniper Routers
Juniper Networks J-Series Family of Service Routers running JUNOS 7.3R2.14 ST was prepared by: Science Applications International Corporation(SAIC)
Common Criteria Testing Laboratory 7125 Columbia Gateway Drive, Suite 300 Columbia, MD 21046 http://www.saic.com/ Evaluation was carried out by: Science Applications International Corporation(SAIC) Common Criteria Testing Laboratory
7125 Columbia Gateway Drive, Suite 300 Columbia, MD 21046 http://www.saic.com/
VoIP equipments tested as per CC: 1. AVAYA VoIP PBX System
ST prepared by: CSC Deutschland Solutions GmbH Contact: Herrn Dr. Goswin Eisen Sandstr. 7-9 80335 München Telefon: +49 89.5908.6504 Fax.: +49 89.5908.6503 E-Mail: [email protected] Web: http://www.csc.com/security/ds/11371/15880-german_laboratory_experience Evaluated by: CSC Deutschland Solutions GmbH Contact: Herrn Dr. Goswin Eisen Sandstr. 7-9 80335 München Telefon: +49 89.5908.6504 Fax.: +49 89.5908.6503 E-Mail: [email protected] Web: http://www.csc.com/security/ds/11371/15880-german_laboratory_experience
Click here for clarification in respect of clause no. 7.4, 7.11, 16 and clarification no 519,520 on Security.
Class 5 NGN tender (Section -10) NWP-CFA, BSNL C.O., New Delhi
BSNL Revised Procurement Manual 2012Page 220
Annexure -A (Support Certificate)
(To be given by all partners/OEMs) (On the Bidder’s Letter Head)
To, Tendering Authority BSNL Subject: NGN Class 5 Tender of BSNL Sir, It is to certify that the following hardware/software, for which M/s ……………. is the OEM, has been quoted in our (M/s ……..name of the bidder………) bid.
S.N All Hardware/ Network/ Software System Model/ Version
1
2
3
4
…
We undertake to provide the following: 1. Full Professional Service Support for turnkey implementation of the project covering
all the above hardware/network/ software components, their Design, Planning, Supply, Installation, customization, commissioning, integration with other components of the project, migration, training, Operation of system and project completion within the time schedules specified in the tender document.
2. Preparation of all the documentation pertaining to planning, design, engineering, customization, integration, installation, operations and maintenance.
3. Support for operation, maintenance and upgrades is available as per terms and conditions ofOperation during warranty (2 year) and AMC (5 years) on 24x7 basis from the date ofcommissioning.
4. Applications shall be supported on the given platform (including OS and quoted Database) during warranty period of 2 year and AMC period of 5 years, and that patches, release,updates and upgrades shall be made available on this platform (including OS and quotedDatabase) for this period.
5. It has been agreed that in his capacity as Bidder, M/s…………………………… will interact with BSNL for all obligations.
We also certify that the agreement in the above respect has already been signed with the OEM. __________________________________ Signature of Authorized signatory of Bidder Name & Designation _______________________________ Signature of Authorized signatory of OEM/ Country Manager of OEM Name & Designation
Class 5 NGN tender (Section -10) NWP-CFA, BSNL C.O., New Delhi
BSNL Revised Procurement Manual 2012Page 221
Annexure-B (Sizing Certificate)
(To be given by software application OEM/SSP) ON THE OEM’S/SSP LETTER HEAD
To Tendering authority BSNL Subject: NGN Tender of BSNL - Certificate from OEM about sizing of hardware with
OEM’s application software. Sir, 1. This is to certify that the solution and following hardware sizing quoted in the bid of
M/s ………….(Name of the Bidder………..), for the applications (including all the modules), for which our company, M/s …………………..is the OEM, is sufficient to meet all the requirements mentioned in the tender. The details of the Applications and Hardware are as under: Product Sizing
S.N. Application Software Name
Application Version
Hardware Required(Core Clock speed, type/make, RAM)
Platform Details including OS with version & Database with version
Licenses Required (for software OEM)
This is to also to certify that this application has been ported as on date on OS &class/family of the quoted hardware. Signature of Authorized Signatory of OEM/ Country Manager of OEM/SSP Name Signature of Authorized Signatory of HW/OEM/ Country Manager of OEM Name
Class 5 NGN tender (Section -10) NWP-CFA, BSNL C.O., New Delhi
BSNL Revised Procurement Manual 2012Page 222
Annexure-C
Consortium Agreement (on non-judicial stamp paper of minimum of INR 100/-)
In compliance to Clause No.…..of Tender No.dated, a consortium has been formed on <Date> between <Bidder’s Name> and OEM of NGN equipments to meet various eligibility criteria specified in the Tender under reference. It has been agreed with the OEM of NGN equipments that <Bidder’s Name> is designated to submit the Bid on behalf of this consortium and henceforth called as lead Bidder/bidder. It is also confirmed that both the bidder and OEM of NGN equipments (consortium partner) of the said consortium meet the eligibility conditions as specified in the above referred Tender and have authorized the lead bidder by way of duly executed power of attorney in his favour to act on their behalf.( “Lead Bidder” and “Bidder” has been used interchangeably). It has also been agreed that the in its capacity as Bidder, <Bidder’s Name> will interact with BSNL for all obligations, however boththe bidder and OEM of NGN equipments (consortium partner) shall be jointly and severally responsible for the execution of the project including continued post execution maintenance/AMCs. The detail of teaming agreement is given at annexure-D The details of Bidder and various and consortium partners are as under:- <Bidder Name>:- <Details containing Registered office & correspondence address> <Consortium Partner 1>:- <Details containing Registered office & correspondence address> IN WITNESS WHEREOF the parties have caused this AGREEMENT to be executed by their duly authorized officers as of the day first above written
For <Bidder’s Name> Signature of Authorized Signatory Name:- Designation:- Contact Phone:- Email-ID:- Date:- Witness-1 Signature:- Name:- Designation:- Contact Phone:- Email-ID:- Date:- Witness-2 Signature:- Name:- Designation:- Contact Phone:- Email-ID:- Date:-
For<Consortium Partner> Signature of Authorized Signatory Name:- Designation:- Contact Phone:- Email-ID:- Date:- Witness-1 Signature:- Name:- Designation:- Contact Phone:- Email-ID:- Date:- Witness-2 Signature:- Name:- Designation:- Contact Phone:- Email-ID:- Date:-
Class 5 NGN tender (Section -10) NWP-CFA, BSNL C.O., New Delhi
BSNL Revised Procurement Manual 2012Page 223
Annexure -D
Teaming Agreement
Bidder & OEM/SSP (Software solution provider)shall at least have following obligations included in teaming agreement between bidder and OEM/SSP, apart from other items:
1. Bidder shall ensure that OEM/SSP provides the following deliverables for the software solution offered in the bid.
2. OEM/SSP shall have to give skill set requirements from its own perspective and from bidder’s perspective.
3. OEM/SSP shall clearly specify the parameters responsible for performance.
4. Sizing has to be done exactly as per the OEM/SSP’s recommendation.
5. OEM/SSP has to give a Certificate of Satisfaction with respect to all the parameters concerning sizing and performance.
6. OEM/SSP shall deliver product training for:
a) Installation
b) Product Configuration
c) API
d) First Level Support
e) Train the BSNL Training team
6.1 The cost and commercial terms and conditions shall be mutually and previously agreed by the two parties.
7. Availability of Subject Matter Expertise on site from OEM/SSP.
7.1 A minimum number of SME expertise shall be made available for entire implementation duration. The same shall be covered contractually.
7.2 Identified SMEs to be attached with respective bidder for the period of delivery or up to an identified milestone.
7.3 Designated OEM/SSP representative shall be available for all Project Steering committee meetings.
8. Review of Statement of Work created by bidder:
8.1 OEM/SSP shall have to authorize the customizations. OEM/SSP will have to provide a guarantee that the Customizations being done would be supportable by subsequent upgrades. In case of customizations that require touching the core, same would have to be pointed out to BSNL.
8.2 OEM/SSP shall have to accept the Interface details, giving consent to overall design.
9. Training & Documentation on APIs available – OEM/SSP shall enable the bidder to use the API for plugging on customizations or interfaces to third party solution. In case APIs need to be modified or new APIs need to be created to enable customization/ interface the primary responsibility for this will be with the OEM/SSP. The new APIs created/modified shall be supported by subsequent upgrades.
10. OEM/SSP shall give an undertaking that the SLA applicable to their solution will be supportable. OEM/SSP shall give undertaking that current version of the software will be supported for next 7 years excluding the contract implementation period.
11. The OEM/SSP shall clearly define its policy of releasing major and minor version each year. The implementation shall be based on a product configuration with a clear product roadmap for the contract period.
12. OEM/SSP Shall deliver the following to System Integrators for finally delivering to BSNL:
12.1 Licensed copy of all OEM/SSP applications that are within the scope of implementation by bidder.
Class 5 NGN tender (Section -10) NWP-CFA, BSNL C.O., New Delhi
BSNL Revised Procurement Manual 2012Page 224
12.2 Licensed copy of development and runtime versions of the report writer products and other products bundled with the application.
12.3 List and specifications of all available APIs in each version.
12.4 Installation Scripts for all OEM/SSP applications that are within the scope of implementation by bidder
12.5 Product Specifications of all OEM/SSP applications that are within the scope of implementation by bidder.
12.6 User Manuals (hard & soft copy)
12.7 Functional Overview Manual
12.8 Operations Manuals
12.9 System Administration Manuals
12.10 Business process guide
12.11 Reporting reference guide
12.12 Screens reference guide(if applicable)
12.13 Training Brochure containing details of training programs to be offered (hard & soft copy)
12.14 Training Kit for training of bidder personnel
12.15 Hardware Specifications meeting the Sizing & SLA requirements
12.16 Benchmark Reports on Supported Platforms
12.17 Guaranteed response times for typical OLTP and batch transactions on various configurations of the suggested hardware(if applicable).
12.18 Product Road Map document
12.19 Warranty, Post Warranty, and Operational Support programs offered by OEM/SSP– including commercial implications, SLA and availability of local support facilities. This shall include problem resolution, application maintenance, change requests, as well as policy for upgrades and updates.
12.20 Before Commencing Project bidder shall have to give an undertaking of having received & understood the material mentioned above.
12.21 Along with the bid document, the bidder shall have to submit a certificate as given at Annexure-A with regard to service support from all the OEM/SSP partners, duly signed by the authorized signatory of the bidder and the authorized signatory/ Country Manager of the OEM/SSP.
12.22 The bidder shall furnish, along with the bid document, a Certificate from the Application OEM/SSP with regard to hardware sizing of the application provided by the OEM/SSP as per Annexure B.