You are on page 1of 337

BHARAT SANCHAR NIGAM LIMITED

(A Government of India Enterprise)

Tender For
Planning, Supply, installation and commissioning
of
IMPCS 2G/3G COMBO network
(PHASE-V)
Tender No.: MM/CMTS/032006/000301 Dated 22.3.2006

Bharat Sanchar Nigam Limited


Statesman House, Barakhamba Road,
New Delhi - 110001

Visit us at : www.bsnl.co.in

For Restricted Circulations

SECTION-I
NOTICE INVITING TENDER
BHARAT SANCHAR NIGAM LIMITED
(A Government of India Enterprise)
TENDER NO. & DATE

MM/CMTS/032006/000301 Dated 22.3.2006

DUE DATE OF RECEIPT

: 28th April 2006 TIME UPTO 1130 HOURS.

DATE OF OPENING

: 28th April 2006 TIME AT 1200 HOURS.

ON BEHALF OF CHAIRMAN AND MANAGING DIRECTOR, BHARAT SANCHAR


NIGAM LIMITED, SEALED TENDERS, ON RUPEE PAYMENT BASIS, ARE INVITED ON
TWO STAGE BIDDING SYSTEM FROM THE ELIGIBLE BIDDERS FOR PLANNING,
ENGINEERING, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF GSM/UMTS
BASED CELLULAR MOBILE NETWORK OF CAPACITY FOR FOURTY FIVE MILLION FIVE
HUNDRED THOUSAND LINES TO BE ROLLED OUT IN THREE PHASES IN THE LICENSED
SERVICE AREAS OF BSNL OTHER THAN IN MAHARASHTRA, GUJARAT AND MADHYA
PRADESH LICENSED SERVICE AREAS AS PER THE TABLE BELOW.

Phase-V.1
Phase-V.2
Phase-V.3
Total

Subscriber base
17.5 million
14 million
14 million
45.5 million

THE ELIGIBILITY CRITERIA:

2.1

ELIGIBILITY CRITERIA MANUFACTURING & ESTABLISHMENT:

2.1.1

2.1.2

THE ELIGIBLE BIDDER SHALL FULFIL ONE OR MORE OF THE FOLLOWING


CRITERIA:
(i)

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

(ii)

A REGISTERED INDIAN COMPANY FOR TELECOM RELATED ACTIVITY


THAT GETS CORE EQUIPMENT MANUFACTURED THROUGH
ESTABLISHED/PROPOSED CONTRACT MANUFACTURER IN INDIA. THE
BIDDER SHALL BE RESPONSIBLE FOR MEETING ALL TENDER
CONDITIONS INCLUDING QUALITY OF THE EQUIPMENTS TO BE
SUPPLIED.

(iii)

A REGISTERED INDIAN COMPANY FOR TELECOM RELATED ACTIVITY


WHOSE PARENT COMPANY IS AN ESTABLISHED MANUFACTURER OF
CORE EQUIPMENT AND PROPOSES TO MANUFACTURE SOME OR ALL
OF THE CORE EQUIPMENTS IN INDIA. (CORE EQUIPMENT IS AS
DEFINED IN CLAUSE-2.1.6 BELOW.)

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

2/337

(i)

THE BIDDER AND/ OR THE CONTRACT MANUFACTURER MUST HAVE


FILED INDUSTRIAL ENTREPRENEUR MEMORANDUM (IEM), WITH
DEPARTMENT OF INDUSTRIAL POLICY AND PROMOTIONS BEFORE
SUBMISSION OF BID.

(ii)

THE BIDDER AND/ OR THE CONTRACT MANUFACTURER HAS TO


COMPLETE THE FOLLOWING STEPS FOR MANUFACTURE OF CORE
EQUIPMENTS IN INDIA WITHIN A PERIOD OF SIX (6) MONTHS FROM
THE DATE OF ISSUE OF PURCHASE ORDER FOR PHASE-V.1:
(a)

ENSURE CONSTRUCTION/ LEASING OF FACTORY PREMISES

(b)

PLACE FIRM ORDERS FOR PROCUREMENT OF CAPITAL GOODS

2.1.3

THE SUPPLIES AGAINST THE PURCHASE ORDER FOR PHASE-V.1 NOT


EXCEEDING 17.5M LINES OF THE TOTAL TENDERED QUANTITY CAN BE
MADE BY IMPORTS OF COMPLETELY BUILT UNIT (CBU)/ IN SEMI KNOCK
DOWN (SKD) /COMPLETELY KNOCKED DOWN (CKD) CONDITION.

2.1.4

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

2.1.5

THE VENDOR HAS TO ACHIEVE A MINIMUM OF AT LEAST 30% VALUE


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

2.1.6

THE CORE EQUIPMENTS COMPRISES OF CIRCUIT SWITCHED AND PACKET


SWITCHED CORE NETWORK ELEMENTS, HSS, HLR, RADIO ACCESS
NETWORKS VIZ. GERAN AND UTRAN. THE CORE EQUIPMENTS HAS A
WEIGHTAGE AS UNDER AND PERCENTAGE SUPPLY OF THE CORE
EQUIPMENT AS CALLED FOR IN THIS TENDER COULD BE MET OUT OF
COMBINATION OF ANY OF THE ITEMS MENTIONED BELOW:
SR.
NO.

COMPONENT

1. CS
&
PS MGW & MSC-S
CORE
3G
SGSN
&
NETWORK
GGSN
ELEMENTS
HLR, HSS
2. GERAN
3. UTRAN

PERCENTAGE OF WEIGHTAGE
FOR DIFFERENT PHASES
V.1
V.2
V.3
20
20
20
10
10
10
10
40
20

10
30
30

10
20
40

2.1.7

THE PHASE-V.2 AND PHASE-V.3 ORDERS EACH OF WHICH IS AROUND 33%


OF TENDERED QUANTITY MAY BE ORDERED SEPARATELY OR TOGETHER OR
MAY BE VARIED IN ACCORDANCE WITH THE TENDER PROVISIONS.

2.1.8

IN ORDER TO ENSURE THE OBLIGATION OF THE BIDDERS TOWARDS


INDIGENOUS MANUFACTURING, AN ADDITIONAL 5% MANUFACTURING
BANK GUARANTEE (MBG) SHALL BE SUBMITTED BY THE SUCCESSFUL
BIDDERS ALONG WITH THE PBG AMOUNT AT THE TIME OF THE

3/337

ACCEPTANCE OF APO FOR THE SAME DURATION AS THAT OF THE PBG. IN


CASE OF NON ADHERENCE OF THE MANUFACTURE OF CORE EQUIPMENTS
IN INDIA BY THE VENDOR HIS PURCHASE ORDER SHALL BE SHORT CLOSED
AND MBG ALONG WITH PERFORMANCE BANK GUARANTEE (PBG) WILL BE
FORFEITED AND SUCH BIDDER SHALL NOT BE ELIGIBLE TO PARTICIPATE IN
BSNL TENDERS FOR NEXT THREE YEARS FROM THE ISSUE OF APO. BSNL
SHALL HAVE THE RIGHT TO PROCURE THE BALANCE EQUIPMENT IN THE
EVENT OF SHORT CLOSURE OF THE ORDERS FROM THE OTHER SHORT-LISTED
BIDDERS OF THE TENDER AT THE RISK AND COST OF SUCH DEFAULTING
SUPPLIER(S).
2.1.9

2.2

THE VENDOR WILL ESTABLISH SOFTWARE CENTRES IN INDIA FOR


PROVIDING NECESSARY AMC SUPPORT DURING LIFE TIME OF THE
EQUIPMENT. REMOTE ACCESS FROM A FACILITY OUTSIDE INDIA SHALL NOT
BE GENERALLY ALLOWED.
ELIGIBILITY CRITERIA- EXPERIENCE

2.2.1

THE BIDDER OR ITS COLLABORATORS/PARENT COMPANY MUST POSSESS


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

2.2.2

ALL THIRD PARTY EQUIPMENT SHOULD BE OF PROVEN TECHNOLOGY AND


SUPPORTED BY DOCUMENTS FOR ITS SUCCESSFUL OPERATION OF SIMILAR
OR HIGHER CONFIGURATION FOR MINIMUM ONE YEAR IN ANY OTHER
NETWORK.

2.2.3

THE BIDDER OR ITS EARLIER/PRESENT COLLABORATOR WHOSE EQUIPMENTS


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

4/337

FAILING WHICH THEY SHALL NOT BE ELIGIBLE. IT IS ALSO NECESSARY TO


PROVIDE UNDERTAKING THAT THEY SHALL MEET AMC OBLIGATIONS EVEN
IN CASE WORK OF SWAPPING AND REDEPLOYMENT IS ENTRUSTED TO BE
CARRIED OUT BY THE SUCCESSFUL VENDOR.
2.2.4

THE BIDDER SHOULD BE READY FOR ANNUAL MAINTENANCE CONTRACT


AS PER THE PROVISIONS MADE IN THIS TENDER DOCUMENT.

2.2.5

THE BIDDERS OR THEIR COLLABORATORS HAVING ANY EQUITY STAKE OR


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

2.2.6

WCDMA EXPERIENCE

2.2.6.1 THE BIDDER OR ITS COLLABORATOR/PARENT COMPANY SHALL HAVE


SUPPLIED, INSTALLED & COMMISSIONED A MINIMUM OF 2000 NODE-Bs OF
UTRAN THE COMPLETE DETAILS OF 2000 NODE-Bs WITH ADDRESS AND DATE
OF COMMERCIAL LAUNCH IS TO BE INCLUDED IN THE BID. THESE NODE-Bs
SHOULD BE WORKING IN MINIMUM TWO UMTS NETWORKS OF DIFFERENT
COUNTRIES.
2.2.6.2 THE BIDDER OR ITS COLLABORATOR/PARENT COMPANY SHOULD HAVE AT
LEAST TWO 3GPP RELEASE 4 OR HIGHER VERSION UMTS CORE NETWORK OF
CAPACITY 5 MILLION SUBSCRIBERS IN TWO COUNTRIES. THESE NETWORKS
SHOULD HAVE BEEN COMMERCIALLY OPERATIONAL FOR AT LEAST SIX
MONTHS AS ON THE DATE OF BID OPENING. THE BIDDER OR THEIR
COLLABORATORS SHOULD HAVE SUCCESSFULLY COMPLETED IOT TEST OF
THEIR CORE NETWORK/ UTRAN WITH ALL THE NETWORK ELEMENTS OF
VARIOUS VENDORS EXISTING IN THE BSNL NETWORK AND OTHER ESTABLISHED
SUPPLIERS OF NETWORK ELEMENTS CALLED FOR IN THIS BID.
2.2.7

THE BIDDER SHALL SUBMIT REFERENCES OF EXPERIENCES IN BOTH 2G AND 3G,


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

2.2.8

BIDDER SHALL GIVE AN UNDERTAKING FOR NETWORK ELEMENTS TO SUPPORT


BOTH 2G & 3G TECHNOLOGIES FOR NEXT 7 YEARS WITH A PRODUCT
PORTFOLIO & ROADMAP TILL 3GPP R6 FOR COMMITTED DELIVERIES UPTO
PHASE-V.3 AND ITS IMPLEMENTATION IN THE ENTIRE NETWORK.

5/337

2.2.9

THE BIDDER SHOULD SUBMIT AN UNDERTAKING TO SET UP NECESSARY


INFRASTRUCTURE IN ALL THE CIRCLES FOR PROJECT IMPLEMENTATION, O&M
SUPPORT AND ANNUAL MAINTENANCE CONTRACT WITHIN ONE MONTH OF
ISSUE OF APO.

2.2.10

THE BIDDER SHOULD BE A PROFIT EARNING COMPANY HAVING A MINIMUM


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

SCOPE:

3.1

The tender envisages planning, design, engineering, supply, installation,


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

3.2

Wherever new elements are being inducted, up gradation of the existing


infrastructure as per the tender needs to meet the growth requirements of the
subscribers as called for in the tender and to integrate with all the network
elements being inducted in the network is the responsibility of the successful
bidder. The readjustment of geographical boundary between the existing
vendors equipment and consequent decommissioning/ redeployment is also
covered within the scope.

3.3

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

3.4

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


Name of the
Equipment
NSS

North Zone

East Zone

South Zone

West Zone

Ericsson,
Nokia
Nokia

Ericsson,
Nortel
Nortel

Siemens, Nortel

Lucent,
Alcatel
Alcatel

Ericsson,
Nokia
Ericsson,
Nokia

Ericsson,
Nortel
Ericsson

VoMS

Sema, Nokia

Sema

SMSC

Comverse,
Nokia
Ericcsson,
Nokia
Ericcsson,
Nokia
Telenity
Nokia

Comverse,
TeleDNA
Ericcson,
TeleDNA
Ericcsson,
Nortel
Telenity
Motorola

HLR
BSS
IN

MMSC
GPRS
LBS
PoC

6/337

Siemens,
Nortel
Motorola, Nortel

Lucent,
Alcatel
Lucent,
Alcatel

Siemens,
Lightbridge,
Ericsson
Ferma, Sema,
Lightbridge
Comverse,
TeleDNA
Jatayu,
TeleDNA
Motorola, Nortel

Logica,
TeleDNA
Jatayu
Alcatel
Alcatel

Telenity
Motorola

TeleDNA
ITI

Alcatel

OTA

3.5

SmartTrust

SmartTrust

SmartTrust

SmartTrust

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


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

7/337

SECTION II
INSTRUCTIONS TO BIDDERS
A

INTRODUCTION

DEFINITIONS
(i)

The Purchaser means the Bharat Sanchar Nigam Limited,


Statesman House, Barakhamba Road, New Delhi.

(ii)

The Bidder means the individual or firm who participates in the


tender and submits its bid.

(iii)

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

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

The Goods means all equipment, machinery, services and/or


other materials which the Supplier is required to supply to the
Purchaser under the contract.

(vi) The Advance Purchase Order means the intention of the


Purchaser to place the Purchase order on the bidder.
(vii) The Purchase Order means the order placed by the purchaser on
the Supplier signed by the Purchaser including all attachments and
appendices thereto and all documents incorporated by reference
therein. The purchase order shall be deemed as Contract
appearing in the document.
(viii) The Contract Price means the price payable to the Supplier under
the purchase order for the full and proper performance of its
contractual obligations.
(ix)

Validation is a process of testing the equipment as per the


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

(x)

Commissioning means successful completion of all prescribed


tests and integration of all the network elements including the
fulfilment of all the obligation except those relating to Warranty and
AMC.

(xi)

support, capability, provision etc appearing in the bid


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

8/337

THE ELIGIBILITY CRITERIA:

2.1

ELIGIBILITY CRITERIA MANUFACTURING & ESTABLISHMENT

2.1.1

2.1.2

THE ELIGIBLE BIDDER SHALL FULFIL ONE OR MORE OF THE FOLLOWING


CRITERIA:
(i)

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

(ii)

A REGISTERED INDIAN COMPANY FOR TELECOM RELATED ACTIVITY


THAT GETS CORE EQUIPMENT MANUFACTURED THROUGH
ESTABLISHED/PROPOSED CONTRACT MANUFACTURER IN INDIA. THE
BIDDER SHALL BE RESPONSIBLE FOR MEETING ALL TENDER
CONDITIONS INCLUDING QUALITY OF THE EQUIPMENTS TO BE
SUPPLIED.

(iii)

A REGISTERED INDIAN COMPANY FOR TELECOM RELATED ACTIVITY


WHOSE PARENT COMPANY IS AN ESTABLISHED MANUFACTURER OF
CORE EQUIPMENT AND PROPOSES TO MANUFACTURE SOME OR ALL
OF THE CORE EQUIPMENTS IN INDIA. (CORE EQUIPMENT IS AS
DEFINED IN CLAUSE-2.1.6 BELOW.)

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

THE BIDDER AND/ OR THE CONTRACT MANUFACTURER MUST HAVE


FILED INDUSTRIAL ENTREPRENEUR MEMORANDUM (IEM), WITH
DEPARTMENT OF INDUSTRIAL POLICY AND PROMOTIONS BEFORE
SUBMISSION OF BID.

(ii)

THE BIDDER AND/ OR THE CONTRACT MANUFACTURER HAS TO


COMPLETE THE FOLLOWING STEPS FOR MANUFACTURE OF CORE
EQUIPMENTS IN INDIA WITHIN A PERIOD OF SIX (6) MONTHS FROM
THE DATE OF ISSUE OF PURCHASE ORDER FOR PHASE-V.1:
a) ENSURE CONSTRUCTION/ LEASING OF FACTORY PREMISES
b) PLACE FIRM ORDERS FOR PROCUREMENT OF CAPITAL GOODS

2.1.3

THE SUPPLIES AGAINST THE PURCHASE ORDER FOR PHASE-V.1 NOT


EXCEEDING 17.5M LINES OF THE TOTAL TENDERED QUANTITY CAN BE
MADE BY IMPORTS OF COMPLETELY BUILT UNIT (CBU)/ IN SEMI KNOCK
DOWN (SKD) /COMPLETELY KNOCKED DOWN (CKD) CONDITION.

2.1.4

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

9/337

2.1.5

THE VENDOR HAS TO ACHIEVE A MINIMUM OF AT LEAST 30% VALUE


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

2.1.6

THE CORE EQUIPMENTS COMPRISES OF CIRCUIT SWITCHED AND PACKET


SWITCHED CORE NETWORK ELEMENTS, HSS, HLR, RADIO ACCESS
NETWORKS VIZ. GERAN AND UTRAN. THE CORE EQUIPMENTS HAS A
WEIGHTAGE AS UNDER AND PERCENTAGE SUPPLY OF THE CORE
EQUIPMENT AS CALLED FOR IN THIS TENDER COULD BE MET OUT OF
COMBINATION OF ANY OF THE ITEMS MENTIONED BELOW:
SR.
NO.

COMPONENT

1. CS
&
PS MGW & MSC-S
CORE
3G
SGSN
&
NETWORK
GGSN
ELEMENTS
HLR, HSS
2. GERAN
3. UTRAN

PERCENTAGE OF WEIGHTAGE
FOR DIFFERENT PHASES
V.1
V.2
V.3
20
20
20
10
10
10
10
40
20

10
30
30

10
20
40

2.1.7

THE PHASE-V.2 AND PHASE-V.3 ORDERS EACH OF WHICH IS AROUND 33%


OF TENDERED QUANTITY MAY BE ORDERED SEPARATELY OR TOGETHER OR
MAY BE VARIED IN ACCORDANCE WITH THE TENDER PROVISIONS.

2.1.8

IN ORDER TO ENSURE THE OBLIGATION OF THE BIDDERS TOWARDS


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

2.1.9

THE VENDOR WILL ESTABLISH SOFTWARE CENTRES IN INDIA FOR


PROVIDING NECESSARY AMC SUPPORT DURING LIFE TIME OF THE
EQUIPMENT. REMOTE ACCESS FROM A FACILITY OUTSIDE INDIA SHALL NOT
BE GENERALLY ALLOWED.

2.2
2.2.1

ELIGIBILITY CRITERIA- EXPERIENCE


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

10/337

AND/OR GSM 1800 NETWORK EQUIPMENT INCLUDING B&CCS SYSTEM, IN,


UMS, GPRS, EDGE, ETC. IN ADDITION THE BIDDER SHALL HAVE THE
EXPERIENCE OF ROLLING OUT THE NETWORK OF THE SIZE OF MINIMUM 2
MILLION LINE ALONGWITH ALL THE HOST OF FACILITIES AND SERVICES AS
CALLED FOR IN THE TENDER IN A MAXIMUM TIME PERIOD OF 9 MONTHS.
THE EXPERIENCE SHALL INCLUDE AMONG OTHER ACTIVITIES DECOMMISSIONING,
DE-INSTALLATION,
RE-INSTALLATION
AND
RECOMMISSIONING OF THE SWAPPED BSS AND IMPLEMENT FULL
INTERWORKING IN A MULTI-VENDOR ENVIRONMENT. ONLY SUCCESSFULLY
COMPLETED CONTRACTS WILL BE COUNTED TOWARDS SUCH EXPERIENCE.
EXPERIENCE, IF ANY, CLAIMED AGAINST THE GSM BASED EXPANSION
PROJECT (PHASE-IV) OF BSNL SHALL NOT BE COUNTED AGAINST THE
ELIGIBILITY REQUIREMENT FOR THIS TENDER. THE BIDDER OR ITS
COLLABORATOR/PARENT COMPANY SHOULD ALSO HAVE SUPPLIED AT
LEAST ONE NETWORK OF MORE THAN 2 MILLION LINES IN A COUNTRY
WORKING FOR A MINIMUM PERIOD OF 3 YEARS AT THE TIME OF OPENING
OF THE TENDER. THE BIDDERS OR THEIR COLLABORATORS SHALL POSSESS
THE EXPERIENCE OF SUPPLYING AND ROLLING OUT GSM NETWORKS IN
NOT LESS THAN 10 COUNTRIES.
2.2.2

ALL THIRD PARTY EQUIPMENT SHOULD BE OF PROVEN TECHNOLOGY AND


SUPPORTED BY DOCUMENTS FOR ITS SUCCESSFUL OPERATION OF SIMILAR
OR HIGHER CONFIGURATION FOR MINIMUM ONE YEAR IN ANY OTHER
NETWORK.

2.2.3

THE BIDDER OR ITS EARLIER/PRESENT COLLABORATOR WHOSE EQUIPMENTS


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

2.2.4

THE BIDDER SHOULD BE READY FOR ANNUAL MAINTENANCE CONTRACT


AS PER THE PROVISIONS MADE IN THIS TENDER DOCUMENT.

2.2.5

THE BIDDERS OR THEIR COLLABORATORS HAVING ANY EQUITY STAKE OR


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

2.2.6

WCDMA EXPERIENCE

2.2.6.1 THE BIDDER OR ITS COLLABORATOR/PARENT COMPANY SHALL HAVE


SUPPLIED, INSTALLED & COMMISSIONED A MINIMUM OF 2000 NODE-Bs OF
UTRAN THE COMPLETE DETAILS OF 2000 NODE-Bs WITH ADDRESS AND DATE

11/337

OF COMMERCIAL LAUNCH IS TO BE INCLUDED IN THE BID. THESE NODE-Bs


SHOULD BE WORKING IN MINIMUM TWO UMTS NETWORKS OF DIFFERENT
COUNTRIES.
2.2.6.2 THE BIDDER OR ITS COLLABORATOR/PARENT COMPANY SHOULD HAVE AT
LEAST TWO 3GPP RELEASE 4 OR HIGHER VERSION UMTS CORE NETWORK OF
CAPACITY 5 MILLION SUBSCRIBERS IN TWO COUNTRIES. THESE NETWORKS
SHOULD HAVE BEEN COMMERCIALLY OPERATIONAL FOR AT LEAST SIX
MONTHS AS ON THE DATE OF BID OPENING. THE BIDDER OR THEIR
COLLABORATORS SHOULD HAVE SUCCESSFULLY COMPLETED IOT TEST OF
THEIR CORE NETWORK/ UTRAN WITH ALL THE NETWORK ELEMENTS OF
VARIOUS VENDORS EXISTING IN THE BSNL NETWORK AND OTHER ESTABLISHED
SUPPLIERS OF NETWORK ELEMENTS CALLED FOR IN THIS BID.
2.2.7

THE BIDDER SHALL SUBMIT REFERENCES OF EXPERIENCES, OF BOTH 2G AND


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

2.2.8

BIDDER SHALL GIVE AN UNDERTAKING FOR NETWORK ELEMENTS TO SUPPORT


BOTH 2G & 3G TECHNOLOGIES FOR NEXT 7 YEARS WITH A PRODUCT
PORTFOLIO & ROADMAP TILL 3GPPR6 FOR COMMITTED DELIVERIES UPTO
PHASE-V.3 AND ITS IMPLEMENTATION IN THE ENTIRE NETWORK.

2.2.9

THE BIDDER SHOULD SUBMIT AN UNDERTAKING TO SET UP NECESSARY


INFRASTRUCTURE IN ALL THE CIRCLES FOR PROJECT IMPLEMENTATION, O&M
SUPPORT AND ANNUAL MAINTENANCE CONTRACT WITHIN ONE MONTH OF
ISSUE OF APO.

2.2.10

THE BIDDER SHOULD BE A PROFIT EARNING COMPANY HAVING A MINIMUM


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

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

B.

THE BID DOCUMENTS

DOCUMENTS REQUIRED

12/337

4.1

The goods required to be supplied; bidding procedures and contract


terms and conditions are prescribed in the Bid Documents. The Bid
documents include :
(i)

Notice Inviting Tender

Section I

(ii)

Instructions to Bidders

Section II

(iii)

General(Commercial) Conditions of Contract

(iv) Special conditions of Contract


(v)

Schedule of Requirements

(vi) Technical Specifications

Section III
Section IV

Section V

Section VI

(vii) Bid Form and Price Schedules


(viii) Bid Security Form

Section VII

- Section VIII

(ix) Performance/Manufacturing Security Bond Form (x)

Letter of authorization to attend bid opening.

Section IX
Section X

4.2

The Bidder is expected to examine all instructions, forms, terms and


specifications in the Bid Documents. Failure to furnish all information
required as per the Bid Documents or submission of the bids not
substantively responsive to the Bid Documents in every respect will be at
the bidders risk and may result in rejection of the bid.

CLARIFICATION OF BID DOCUMENTS

5.1

A prospective bidder, requiring any clarification on the Bid Documents


shall notify the Purchaser in writing or by FAX at the Purchasers mailing
address indicated in the invitation of Bid. The Purchaser shall respond in
writing to any request for the clarification of the Bid Documents, which it
receives not later than the date specified for this purpose in the schedule
of activities for the tender in Section-IV. Copies of the query (without
identifying the source) and clarifications by the Purchaser shall be sent to
all the prospective bidders who have purchased the bid document not
later than the date specified for this purpose in the schedule of activities
for the tender in Section-IV .

5.2

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


bidders shall form an integral part of tender document and it would
amount to an amendment of relevant clauses of the tender document.

AMENDMENT OF BID DOCUMENTS

6.1

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

6.2

The amendments shall be notified in writing or by FAX to all prospective


bidders on the address intimated at the time of purchase of the tender
document from the purchaser and these amendments shall be binding on
them.

13/337

6.3

In order to afford prospective bidders a reasonable time to take the


amendment into account in preparing their bids, the purchaser may, at its
discretion, extend the deadline for the submission of bids suitably.

6.4

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

C.

PREPARATION OF BIDS

DOCUMENTS COMPRISING THE BID

7.1

The bid prepared by the bidder shall comprise the following components:
(i)

Documentary evidence established in accordance with the clause


2 & 10 that the bidder is eligible to bid and is qualified to perform
the contract if his bid is accepted.

(ii)

Bid Security furnished in accordance with clause 12.

(iii)

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

(iv) Bid form and price schedule completed in accordance with


clause 8&9.
7.2

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

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

BID PRICES

9.1

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

14/337

9.2

Prices indicated in the Price Schedule shall be entered in the following


manner:
(i)

The Basic Unit price (Ex-Factory Price) of the goods, Excise


duty/Custom duty, VAT, Sales Tax, Freight, Forwarding, Packing,
Insurance and any other Levies/Charges already paid or payable
by the supplier shall be quoted separately item wise.

(ii)

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

9.3

A bid submitted with an adjustable price quotation will be treated as nonresponsive and rejected.

9.4

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

9.5

DISCOUNT, if any, offered by the bidders shall not be considered unless


specifically indicated in the price schedule. Bidders desiring to offer
discount shall therefore modify their offers suitably while quoting and shall
quote clearly net price of each item taking all such factors like Discount,
free supply, etc, into account. Bulk discount shall be distributed among the
individual item of the SoR in order to maintain the sanctity of the itemized
prices.

9.6

The price approved by BSNL for procurement will be inclusive of Levies


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

9.7

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

10

DOCUMENTS ESTABLISHING BIDDERS ELIGIBILITY AND QUALIFICATION

10.1

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

Certificate of incorporation.

(ii)

Article or Memorandum of Association or partnership deed or


proprietorship deed as the case may be.

(iii)

Registration certificate from State Director of Industries or from


Secretariat for Industrial Approval (SIA), Ministry of Industries,
Government of India.

15/337

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


collaboration.
(v)

Latest and valid NSIC certificate duly certified by NSIC (if


applicable).

(vi) Type Approval Certificate given by Telecom Engineering Centre


(TEC) / TSEC issued by Quality Assurance Circle of BSNL of products
such as power plants, battery etc.
(vii) Certificate indicating no present partnership/equity stake with any
cellular operator and no intention for the same for 2 years from the
date of NIT.
(viii) Undertaking from all bidders on their intention to set up
manufacturing base by itself or through contract manufacturing as
the case may be.
(ix) Reference of documents as sought for in clause 2 above
substantiating claims of experience. The certificates from the
operators in whose network GSM and WCDMA equipment are
working shall be provided in following format:

(x)

(a)

Name of organization and country

(b)

Capacity of GSM and WCDMA commercial network installed


by bidder

(c)

Date of commercial implementation of GSM and WCDMA


network by the bidder

(d)

Make, Model and version number of equipment supplied

(e)

Statement to the effect that these networks implemented by


the bidder are working satisfactorily

(f)

The bidder should provide feedback on after sales service


from the customer

(g)

De-installation and redeployment experience certificate

Undertaking from the existing vendor as called for in clause 2


above.

(xi) The imported equipment details including bilateral agreements


wherever entered into by the bidder.
(xii) Unpriced detailed Bill of Material with card wise quantity.
10.2

(i)

The bidder shall furnish Annual Report and /or a certificate from its
bankers as evidence that he has financial capability to perform the
contract.

(ii)

The bidder shall furnish documentary evidence about technical and


production capability necessary to perform the contract.

10.3

In order to enable the Purchaser to assess the provenness of the system


offered, the bidder shall provide documentary evidence regarding the
system being offered by him.

10.4

The offered product has to be type approved. For this purpose, the
supplier shall submit a sample type for evaluation. The sample would be

16/337

evaluated for its ability to meet the technical specifications,


manufacturability, reliability, testability, ease of installation, maintainability
etc. Necessary documents to substantiate these attributes will have to be
submitted at the time of application for approval by the supplier for
obtaining type approval. The power plant and VRLA batteries offered
should have type approvals. If any Type approved product exists, the
same shall be offered. All the test equipments for validation shall be
provided by the supplier without any financial liability to the purchaser.
Or
In case goods offered have already been type approved/ validated by
the Purchaser, documentary evidence to this effect shall be submitted by
the bidder.
11

DOCUMENTS ESTABLISHING GOODS CONFORMITY TO TENDER DOCUMENTS

11.1

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

11.2

The documentary evidences of the goods and services conformity to


the tender Document, may be, in the form of literature, drawings, data
etc. and the bidder shall furnish :
(a)

a detailed description of goods with essential technical and


performance characteristics;

(b)

a list, giving full particulars including available sources and current


prices of all spare parts, special tools, etc., necessary for the proper
and continuous functioning of the goods for a period of three years
following commencement of use of the goods by the purchaser,
and

(c)

a clause-by-clause compliance on the purchasers Technical


Specifications
and
Commercial
Conditions
demonstrating
substantive responsiveness to the Technical Specifications and
Commercial Conditions. Vendor should indicate in compliance
statement linking the cross reference in technical and other
documents justifying his compliance wherever applicable. In case of
deviations, a statement of the deviations and exception to the
provision of the Technical Specifications and Commercial Conditions
shall be given by the bidder. If there are no deviation or exceptions,
then a '
NIL'statement shall be furnished. A bid without clause-byclause compliance of the Technical Specifications (Section VI),
Commercial Conditions (Section III) and Special Conditions (Section
IV) and without Deviation/Exception statement shall not be
considered. Further, wherever specifications indicate a specific parameter
to be met, vendor shall indicate the actual value of the parameter.

11.3

For the purpose of compliance to be furnished pursuant to the clause


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

12

BID SECURITY

17/337

12.1

(i) Pursuant to clause 7, the bidder shall furnish, as part of his bid, a bid
security for an amount of Rs 165 crores (Rupees One Hundred and sixty
five crores only). The bidders (small scale units) who are registered with
National Small Scale Industries Corporation UNDER SINGLE POINT
REGISTRATION SCHEME are exempted from payment of bid security up to
the amount equal to their monetary limit or Rs 50,00,000/= whichever is
lower. In case of bidders having monetary limit as NO LIMIT or WITHOUT
LIMIT or EXCEEDING Rs 50 LAKHS, the exemption will be limited to Rs
50,00,000/- (Rupees Fifty lakhs) only as per existing policy of BSNL. A proof
regarding current registration with NSIC for the TENDERED ITEMS will have
to be attached along with the bid.
(ii) If a vendor registered with NSIC under single point registration scheme
claiming concessional benefits is awarded work by BSNL and subsequently
fails to obey any of the contractual obligations, he will be debarred from
any further work/contract by BSNL for one year from the date of issue of
such order.

12.2

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

12.3

The bid security shall be in the form of a bank Guarantee issued by a


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

12.4

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

12.5

The bid security of the unsuccessful bidder will be discharged/returned as


promptly as possible, but not later than 30 days after the expiry of the
period of the bid validity prescribed by the purchaser pursuant to clause
13.

12.6

The successful bidders bid security will be discharged upon the bidders
acceptance of the advance purchase order satisfactorily in accordance
with clause 27 and furnishing the performance security. Similarly bid
security of existing vendors, who might not be successful but can be
entrusted expansion works, will be discharged upon their acceptance of
the expansion works satisfactorily in accordance with the clause 27 & on
furnishing the requisite performance security.

12.7

The bid security may be forfeited:


(a)

If the bidder withdraws his bid during the period of bid validity
specified by the bidder in the Bid form or

(b)

In the case of successful bidder , if the bidder fails :


(i) to sign the contract in accordance with clause 28 or
(ii) to furnish performance security in accordance with clause27.

18/337

(c)

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

13

PERIOD OF VALIDITY OF BIDS

13.1

Bid shall remain valid for 150 days from the date of opening of bids
prescribed by the purchaser pursuant to clause 19.1. A bid valid for a
shorter period shall be rejected by the purchaser being non-responsive.

13.2

In exceptional circumstances, the purchaser may request the consent of


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

14

FORMAT AND SIGNING OF BID

14.1

(i) The bidder shall prepare one complete set of original bid and make
four(4) number of copies of Unpriced Technical & Commercial Bid
(Envelope A) and similar one complete set of original and make four
(4) number of copies of priced financial Bid (envelope B) , clearly
marking one as Original Bid and remaining 4 as Copy No:1, Copy
No:2, Copy No:3, Copy No:4. In the event of any discrepancy
between the copies, the original shall govern.
(a)

Envelope A: Unpriced original and four copies of Technical


and Commercial bid.

(b)

Envelope B: Priced financial original & four copies of the


priced financial bid.

(c)

Envelope C: Bid security of requisite amount in the prescribed


format given in Section-VIII (Ref. Cl. 12.1 of Sec II)

(ii) The copy of quality manual and Article or Memorandum of Association


may be provided in original copy and copy no: 1.
14.2

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

14.3

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


necessary to correct errors made by the bidder in which case such
corrections shall be signed by the person or persons signing the bid.

14.4

(i)The Power of Attorney should be submitted and executed on the nonjudicial stamp paper of appropriate value as prevailing in the respective
states(s) and the same be attested by a Notary public or registered before
Sub-Registrar of the states(s) concerned.

19/337

(ii) The Power of Attorney be executed by a person who has been


authorized by the Board of Directors of the bidder in this regard, on behalf
of the Company/Institution/Body Corporate.
(iii) In case of the bidder being a firm, the said Power of Attorney should
be executed by all the partner(s) in favour of the said Attorney.
D.

SUBMISSION OF BIDS

15

SEALING AND MARKING OF BIDS

15.1

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

15.2

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


address :
ADG(MM),
BSNL, Corporate Office,
Twelth Floor, Statesman House Building,
Barakhamba Road, Connaught Circus,
New Delhi 110 001
(b) The envelope shall bear (the project name), the tender number and
the words DO NOT OPEN BEFORE (due date & time).
(c) The inner and outer envelopes shall indicate the name and address of
the bidders to enable the bid to be returned unopened in case it is
declared late or rejected.
(d) Tender may be sent by registered post or delivered in person on above
mentioned address (address is given in Clause 15.2 (a) above). The
responsibility for ensuring that the tenders are delivered in time would
rest with the bidder.
(e) Bids delivered in person on the day of tender opening shall be
delivered upto 11.30 Hrs. at the venue of tender opening. The
purchaser shall not be responsible if the bids are delivered elsewhere.
(f) Venue of Tender Opening: Tender will be opened in the first floor,
conference hall,
Statesman House Building, Barakhamba Road,
Connaught Circus, New Delhi 110 001 at 12.00 Hrs. on the due date.
If due to administrative reason, the venue of Bid opening is changed, it
will be displayed prominently on BSNL website- www.bsnl.co.in

15.3

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

16

SUBMISSION OF BIDS

16.1

Bids shall be received by the Purchaser at the address specified under


para 15.2 (a) not later than 11:30 hrs. on due date.

16.2

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

20/337

with clause 6 in which case all rights and obligations of the purchaser and
bidders previously subject to the deadline will thereafter be subjected to
the deadline as extended.
16.3

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

17

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

18

MODIFICATION AND WITHDRAWAL OF BIDS

18.1

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

18.2

The bidders modification or withdrawal notice shall be prepared, sealed,


marked and dispatched as required in the case of bid submission in
accordance with the provision of clause 15. A withdrawal notice may also
be sent by FAX but followed by a signed confirmation copy by post not
later than the deadline for submission of bids.

18.3

Subject to clause 20, no bid shall be modified subsequent to the deadline


for submission of bids.

E.

BID OPENING AND EVALUATION

19

OPENING OF BIDS BY PURCHASER

19.1

(i) The purchaser shall open first the envelope C containing bid security ,
then the unpriced Technical & Commercial bids (envelope A) on satisfying
the receipt of the bid security, in the presence of bidders or their
authorized representatives who chose to attend, at 12:00 hrs on due date.
The bidders representatives, who are present, shall sign in an attendance
register. Authority letter to this effect shall be submitted by the bidders
before they are allowed to participate in bid opening (A Format is given in
section X).
(ii) The priced financial bids (envelope B) of the bidders, whose bids are
technically and commercially responsive; shall be opened at a later date
and time to be informed by the purchaser.

19.2

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


permitted to attend the bid opening.

19.3

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

19.4

The date fixed for opening of bids, if subsequently declared as holiday by


the GOI/BSNL, the revised date of schedule will be notified. However, in
absence of such notification, the bids will be opened on next working day,
time and venue remaining unaltered.

21/337

20

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

21

PRELIMINARY EVALUATION

21.1

Purchaser shall evaluate the bids to determine whether they are


complete, whether any computational errors have been made, whether
required sureties have been furnished, whether the documents have been
properly signed and whether the bids are generally in order.

21.2

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


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

21.3

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

21.4

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


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

21.5

The Purchaser may waive any minor infirmity or non-conformity or


irregularity in a bid which doesnt constitute a material deviation, provided
such waiver doesnt prejudice or affect the relative ranking of any bidder.

22

EVALUATION AND COMPARISON OF SUBSTANTIVELY RESPONSIVE BIDS

22.1

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

22.2

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

22.3

The evaluation and comparison of the techno-commercially responsive


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

22/337

23

CONTACTING THE PURCHASER

23.1

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

23.2

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

F
24

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

25

26

PURCHASERS RIGHT TO VARY QUANTITIES


(a)

BSNL reserves the right to order only up to 17.5 million as required in


the phase V.1 and as specified in the schedule of requirements
without any change in the unit price or other terms and conditions at
the time of award of contract. Further while ordering for phases V.2
& V.3, BSNL reserves the right to either restrict the order to 50% of the
tendered quantity including the 33% of phase V.1 quantity or to
order up to the tendered quantity. BSNL further reserves the right to
order expansion of the network setup in Phase-I to Phase-IV through
the respective vendors in areas of their operations at the prices to
be determined through this tender and such capacities would be
over and above the ordered quantity on the successful bidder.

(b)

In exceptional situation where the requirement is of an emergent


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

PURCHASERS RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS
The Purchaser reserves the right to accept or reject any bid, and to annul
the bidding process and reject all bids, at any time prior to award of
contract without assigning any reason whatsoever and without thereby
incurring any liability to the affected bidder or bidders on the grounds of
purchasers action.

23/337

27

ISSUE OF ADVANCE PURCHASE ORDER

27.1

The issue of an Advance Purchase Order shall constitute the intention of


the Purchaser to enter into contract with the bidder.

27.2

The bidder shall within 14 days of issue of the advance purchase order,
give his unconditional acceptance along with performance security in
conformity with section IX provided with the bid document.

28

SIGNING OF CONTRACT

28.1

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

28.2

Upon the successful bidder furnishing performance security pursuant to


clause 27, the Purchaser shall discharge the bid security in pursuant to
clause 12.

29

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

30

QUALITY ASSURANCE REQUIREMENTS


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

31

A Quality Policy.

A management representative with authority and responsibility for


fulfilling QA requirements and for interfacing with purchaser in the
matters of Quality.

Procedure for controlling design/production engineering, materials,


choice of components/vendors, manufacturing and packaging
process for supplying quality products.

System of Inward Good Inspection.

System to calibrate and maintain required measuring and test


equipment.

System for tracing the cause for non-conformance (traceability) and


segregating product which dont conform to specifications.

Configuration management and change-control mechanism.

A quality plan for the product.

Periodical internal quality audits.

A Quality Manual detailing the above Or infrastructure assessment


certificate and Type Approval Certificate issued by TEC shall be
furnished.

While all the conditions specified in the Bid documents are critical and are
to be complied, special attention of bidder is invited to the following

24/337

clauses of the bid documents. Non-compliance of any one of which shall


result in out right rejection of the bid.
(i)

Clause15.1 of Section II: The bids will be recorded/returned


unopened if covers are not properly sealed with PERSONAL SEAL of
the bidder.

(ii)

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

(iii)

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


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

(iv) Clause 11.2 ( c ) of Section II : If clause-by-clause compliance and


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

Section III Commercial conditions, Section IV Special Conditions of


Contract & Section VI Technical Specifications : Compliance if
given using ambiguous words like Noted, Understood, Noted
& Understood shall not be
accepted as complied. Mere
Complied will also be not sufficient, reference to the enclosed
documents showing compliances must be given.

(vi) Section VII Price Schedule: Prices are not filled in as prescribed in
price schedule.
(vii) Section II clause 9.5 on discount which is reproduced below:
Discount, if any, offered by the bidder shall not be considered
unless specifically indicated in the price schedule. Bidders desiring
to offer discount shall therefore modify their offer suitably while
quoting and shall quote clearly net price taking all such factors like
Discount, free supply etc. into account.
(viii) Before outright rejection of the Bid by Bid opening team for noncompliance of any of the provisions mentioned in clause 12, 31(i),
31(ii) of Section II though, the bidder company is given opportunity
to explain their position, however if the person representing the
company is not satisfied with decision of the bid opening team,
he/they can submit the representation to bid opening team
immediately but in no case after closing of the tender opening
process with full justification quoting specifically the violation of
tender conditions if any .
Bid opening team will not return the bids submitted by the bidders
on the same day of tender opening even if it is liable for rejection
and will preserve the bids in sealed cover as submitted by taking
signatures of some of the desirous representatives of the
participating bidder/companies present on the occasion.

25/337

The incharge of the bid opening team will mention the number of
bids with name of company found unsuitable for further processing
on the date of tender opening and number of representations
received in bid opening minutes and if bid opening team is satisfied
with the arguments of the bidder/company mentioned in their
representation and feel that there is prima-facie fact for
consideration, the incharge of the bid opening team will submit the
case for review to competent authority CGM in Circle and
Director(Plg.&NS) in Corporate Office
as early as possible
preferably on next working day and decision to this effect should
be communicated to the bidder company with in a week
positively. Bids found liable for rejection and kept preserved on the
date of tender opening will be returned to the bidders after issue of
P.O. against the instant tender.
If the reviewing officer finds it fit to open the bid of the petitioner,
this should be done by giving three (working) days notice to all the
participating bidders to give opportunity to desirous participants to
be present on the occasion.
(ix)

Section IV clause 43: Unpriced detailed bill of material with card


level details in the techno-commercial bid and the exactly same
bill of materials with card level prices in the financial bid.

32

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

33

Purchaser reserves the right to blacklist a bidder for a suitable period in


case he fails to honour his bid without sufficient grounds.

34

The bidder should give a certificate that none of his/her near relative is
working in the units of BSNL i.e. in planning, material management, and
finance, executing unit of Cellular mobile telephone services where the
bidder is going to apply for the tender. In case of proprietorship firm
certificate will be given by the proprietor. For partnership firm certificate
will be given by all the partners and in case of limited company by all the
Directors of the company excluding Government of India/Financial
institution nominees and independent non-Official part time Directors
appointed by Govt. of India or the Governor of the state. Due to any
breach of these conditions by the company or firm or any other person
the tender will be cancelled and Bid Security will be forfeited at any stage
whenever it is noticed and BSNL will not pay any damage to the company
or firm or the concerned person.
The company or firm or the person will also be debarred for further
participation in the concerned unit.
The near relatives for this purpose are defined as:(a) Members of a Hindu undivided family.
(b) They are husband and wife.

26/337

(c) The one is related to the other in the manner as father, mother, son(s)
& Sons wife (daughter in law), Daughter(s) and daughters husband
(son in law), brother(s) and brothers wife, sister(s) and sisters husband
(brother in law).
The
format
of
the
certificate
to
be
given
is
I..s/o.r/o.. hereby certify that none of my
relative(s) as defined in the tender document is/are employed in BSNL unit
i.e. planning , material management, finance, executing unit of Cellular
Mobile Telephone services. In case at any stage, it is found that the
information given by me is false/incorrect, BSNL shall have the absolute
right to take any action as deemed fit/without any prior intimation to me.
*****

27/337

SECTION III
GENERAL (COMMERCIAL) CONDITIONS OF CONTRACT
1

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

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

PATENT RIGHTS
The supplier shall indemnify the purchaser against all third-party claims of
infringement of patent, trademark or industrial design rights arising from
use of the goods or any part thereof in Network of Bharat Sanchar Nigam
Limited.

PERFORMANCE SECURITY

4.1
(a)

The supplier shall furnish performance security to the purchaser


for an amount equal to 5% of the value of purchase order
within 14 days from the date of issue of Advance Purchase
Order by the Purchaser.

(b)

The suppliers (small scale units) who are registered with


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

4.2

As a commitment of the supplier to manufacture indigenously the core


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

4.3

The proceeds of the performance security referred to in Para 4.1 above


shall be payable to the Purchaser as compensation for any loss resulting
from the suppliers failure to complete its obligations under the contract.

4.4

The proceeds of the manufacturing security, referred to in Para 4.2 above,


shall be payable to the purchaser as compensation in the event of having
not complied with the following requirements by the suppliers or their
contract manufacturers:

28/337

(i)

(ii)

Within a period of six months from the date of issue of purchase


orders:
(a)

Ensure construction /leasing of factory premises and

(b)

Place firm orders for procurement of capital goods.

For Phase V.2 and Phase V.3 supplies:


(a)

Achieve a minimum of 30% value addition on the indigenously


manufactured equipments and to get it duly certified by an
external agency viz TEC or any other internationally reputed
organization.

(b)

The value addition shall be calculated as per the following


formula: A-B
Value Addition = ------A
Where A = Value of production (without excise, sales tax, etc.)
and
B= CIF value of imported raw material/component/parts.
Profit margin of the main vendor shall be excluded for arriving
at the value addition as per formula mentioned above.

(c)

Ensure that the indigenously manufactured equipment are


offered to QA wing for PQT clearance for enabling the supplier
to bulk produce and supply the equipments immediately from
phase V.2 onwards.

4.5

The performance security and the manufacturing security Bonds shall be


in the form of Bank Guarantees issued by a scheduled Bank and shall be
as per the formats provided in Section IX Part I and Part II of this Bid
Document respectively.

4.6

The performance security Bond will be discharged by the Purchaser after


completion of the suppliers performance obligations including any
warranty obligations under the contract.

4.7

The manufacturing security bond shall be discharged by the Purchaser


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

29/337

INSPECTION AND TESTS

5.1

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

5.2

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

5.3

Notwithstanding the pre-supply tests and inspections prescribed in clause


5.1 & 5.2 above, the equipment and accessories on receipt in the
Purchasers premises will also be tested during and after installation before
take over and if any equipment or part thereof is found defective, the
same shall be replaced free of all cost to the purchaser as laid down in
clause 5.4 below.

5.4

If any equipment or any part thereof including the services, before it is


taken over under clause 5.5, is found defective or fails to fulfill the
requirements of the contract, the inspector shall give the Supplier notice
setting forth details of such defects or failure and the supplier shall make
the defective equipment and/or the services good, or alter the same to
make it comply with the requirements of the contract forthwith and in any
case within a period not exceeding three months of the initial report.
These replacements shall be made by the supplier free of all charges at
site. Should it fail to do so within this time, the purchaser reserves the
discretion to reject and replace at the cost of the supplier the whole or
any portion of equipment and services as the case may be, which is
defective or fails to fulfill the requirements of the contract. The cost of any
such replacement of goods and services made by the purchaser shall be
deducted from the amount payable to the supplier.

5.5

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

5.6

Nothing in clause 5 shall in any way release the Supplier from any warranty
or other obligations under this contract.

30/337

DELIVERY AND DOCUMENTS

6.1

Delivery of the goods and documents, its installation and commissioning


shall be made by the supplier in accordance with the terms specified by
the purchaser in its schedule of requirements and special conditions of
contracts. The title of the equipment / material so supplied shall vest with
the purchaser after the sale is concluded by way of High Sea Sales or sales
of indigenous materials. Thereafter, the goods will be issued by the
purchaser to the supplier and the risk of the goods shall remain with the
supplier until delivery of the complete network as a turnkey job has been
completed and the network is made over to purchaser for operation.

6.2

The supply, installation and commissioning of the system shall commence


immediately on placement of purchase order on vendor and be
completed in accordance with the commissioning schedule stipulated in
the special conditions in Section IV.

6.3

All Technical assistance for installation, commissioning and monitoring of


the equipment shall be provided by the Supplier at no extra cost during
laboratory evaluation, if any, validation/ type approval and field
trial/operation period as stipulated in Section-IV.

TRAINING

7.1

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

7.2

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

7.3

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

7.4

Conduct of training of the purchasers personnel can be at the suppliers


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

INCIDENTAL SERVICES

8.1

The supplier may be required to provide any or all of the following


services:
(a)

Performance or supervision of on-site assembly and/or start-up


of the supplied Goods;

31/337

(b)

Furnishing of tools required for assembly and/or maintenance


of supplied Goods;

(c)

Performance of supervision or maintenance and/or repair of


the supplied Goods, for a period of time agreed by the parties
provided that this service shall not relieve the supplier of any
warranty obligations under this contract.

SPARES

9.1

The supplier shall be required to provide a list of the following material and
notifications pertaining to spare parts manufactured or distributed by the
supplier of spares including cost and quantity considered for arriving at
the price of spares in sec. II, clause 9.
(a)

Such spare parts as the purchaser may elect to purchase from the
supplier provided that such purchase shall not relieve the supplier of
any warranty obligation under the contract.

(b)

In the event of termination of production of the spare parts, the


supplier shall:
i)

give advance notification to the purchaser pending termination


(not less than 2 years), in sufficient time to enable the purchaser
to procure life time spare; and

ii) following such advance intimation of termination, furnish at no


cost to the purchaser, the blue prints, drawings and
specifications of spare parts, if and when requested.
9.2

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

10

WARRANTY

10.1

The supplier/bidder shall warrant that the stores to be supplied shall be


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

32/337

10.2

If it becomes necessary for the Supplier to replace or renew any defective


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

10.3

Replacement under warranty clause shall be made by the supplier free of


all charges at site including freight, insurance and other incidental
charges.

11

PAYMENT TERMS

11.1

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

11.2

(i)

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

(ii)

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

12

PRICES

12.1
(i)

Prices charged by the supplier for goods delivered and services


performed under the contract shall not be higher than the prices
quoted by the Supplier in his Bid.

(ii)

(iii)

(a)

Prices will be fixed at the time of issue of purchase order as per


taxes and statutory duties applicable at that time .

(b)

In case of reduction of taxes and other statutory duties during


the scheduled delivery period, purchaser shall take the benefit
of decrease in these taxes / duties for the supplies made from
the date of enactment of revised duties / taxes .

(c)

In case of increase in duties / taxes during the scheduled


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

Any increase in taxes and others statutory duties / levies after the
expiry of scheduled delivery date shall be to the suppliers account.
However, benefit of any decrease in these taxes / duties shall be
passed on to the purchaser by the supplier.

13

CHANGES IN PURCHASE ORDERS

13.1

The purchaser may, at any time, by a written order given to a supplier,


make changes within the general scope of the contract in any one or
more of the following:

33/337

(a)

drawings, designs or specifications, where Goods to be


supplied under the contract are to be specifically
manufactured for the Purchaser;

(b)

the method of transportation or packing;

(c)

the place of delivery; or

(d)

the services to be provided by the supplier.

13.2

If any such change causes an increase or decrease in the cost and


quantity of, or the time required for the execution of the contract an
equitable adjustment shall be made in the contract price or delivery
schedule, or both, and the contract shall accordingly be amended. Any
proposal by the supplier for adjustment under this clause must be made
within thirty days from the date of the receipt of the change in order.

14

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

15

DELAYS IN THE SUPPLIERS PERFORMANCE

15.1

Delivery and performance of the Goods and services shall be made by


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

15.2

Delay by the Supplier in the performance of its delivery obligations with


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

15.3

(i) If at any time during the performance of the contract, the supplier or
subcontractor(s) encounters condition impeding timely delivery of the
goods and performance of service, the Supplier shall promptly notify to
the Purchaser in writing the fact of the delay, its likely duration and its
cause(s). As soon as practicable after receipt of the suppliers notice, the
Purchaser shall evaluate the situation and may at its discretion extend the
period for performance of the contract (by not more than 20 weeks)
subject to furnishing of additional performance security by the supplier as
per provisions given below .
(ii) The vendor has to submit their request for extension along with the
required additional BG and a copy of QA inspection certificate atleast
two weeks before the expiry of delivery period. The decision regarding

34/337

extension shall be communicated within two weeks of the receipt of


request.
(iii) In cases of piecemeal items, the amount of additional PBG should be
5% of the value of balance quantity of items to be supplied for which
extension in delivery period has been sought; and
(iv) in cases of infrastructure/ turnkey projects, other than as stated above,
1% of the total project value should be the value for additional PBG.
(v) the additional PBG shall be valid upto the period of original PBG
15.4

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

16

LIQUIDATED DAMAGES

16.1

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

16.2

Should the supplier fail to deliver the goods and services on turn key basis
within the period prescribed for delivery of goods and services , the
purchaser shall be entitled to recover 0.5 % of the value of the delayed
quantity of the goods and services for each week of delay or part thereof
for a period up to 10 (TEN) weeks and thereafter at the rate of 0.7% of the
value of the delayed quantity of the goods and services for each week of
delay or part thereof for another TEN weeks of delay. In the present case
of turnkey solution of supply, installation and commissioning of the mobile
services including the relocation of the radio subsystems, where the
delayed portion of the delivery and provisioning of service materially
hampers effective usage of the systems otherwise deployed in the
licensed service area, L/D charges shall be levied as above on the total
value of the Purchase Orders. The L/D shall also be leviable with reference
to commissioning of entire network and services in the licensed area.
Should there be any delay in the availability of site, civil infrastructure,
Media or any other BSNL deliverables, it shall be considered on a case to
case basis for relaxation in levy of LD, by the concerned heads of circles
who shall be the final authority for deciding the case. Quantum of

35/337

liquidated damages assessed and levied by the purchaser shall be final


and not challengeable by the supplier. However, when supply is made
within 21 days of QA clearance in the extended delivery period, the
consignee may accept the stores and in such cases the LD shall be levied
up to the date of QA clearance only. With reference to this contract the
consignee may accept the network, if the supplier submits coverage map
of the town actually realized as obtained from the drive test tool with a
date and time tag, duly acceptance tested within 21 days of the
extended delivery period by the T&D circle and accepted with a copy to
the purchaser. In such a case LD charge is leviable, if any, up to the date
as appearing in the drive test map provided to the T&D circle.
16.3

(i) BSNL to start with will ensure that sites which are ready with all BSNL
deliverables are made over to the vendor within six weeks of date of issue
of purchase order. In cases, for which site survey has been entrusted to the
vendor, the identified sites duly certified by the vendor as structurally
suitable to install an RTT may be made over in a time period of six weeks
from the date of receipt of such a certification from the vendor.
(ii) Subject to above, BSNL circles would endeavor to handover the sites,
at least six weeks in advance to the schedule date of commissioning of
the sites to enable vendor to meet the commissioning schedule as per
tender requirements. Vendor will be given due consideration in L/D
relaxations if the sites are not handed over by BSNL in time due to
acquisition issues except for those sites identified by the vendor and found
structurally unsuitable resulting in repeated survey requirements.
Concerned head of the circles will be the final authority to authorize and
approve the relaxations in such cases.

17

FORCE MAJEURE

17.1

If, at any time, during the continuance of this contract, the performance
in whole or in part by either party of any obligation under this contract is
prevented or delayed by reasons of any war or hostility, acts of the
public enemy, civil commotion, sabotage , fires, floods, explosions,
epidemics, quarantine restrictions, strikes, lockouts or act of God
(hereinafter referred to as events) provided notice of happenings of any
such eventuality is given by either party to the other within 21 days from
the date of occurrence thereof, neither party shall by reason of such
event be entitled to terminate this contract nor shall either party have any
claim for damages against other in respect of such non-performance or
delay in performance, and deliveries under the contract shall be resumed
as soon as practicable after such an event come to an end or cease to
exist, and the decision of the Purchaser as to whether the deliveries have
been so resumed or not shall be final and conclusive. Further that if the
performance in whole or part of any obligation under this contract is
prevented or delayed by reasons of any such event for a period
exceeding 60 days, either party may, at its option, terminate the contract.

17.2

Provided, also that if the contract is terminated under this clause, the
Purchaser shall be at liberty to take over from the Supplier at a price to be
fixed by the purchaser, which shall be final, all unused, undamaged and
acceptable materials, bought out components and stores in course of
manufacture which may be in possession of the Supplier at the time of

36/337

such termination or such portion thereof as the purchaser may deem fit,
except such materials, bought out components and stores as the Supplier
may with the concurrence of the purchaser elect to retain.
18

TERMINATION FOR DEFAULT

18.1

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

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

(b)

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


Contract; &

(c)

if the supplier, in either of the above circumstances, does not


remedy his failure within a period of 15 days (or such longer period
as the purchaser may authorize in writing) after receipt of the
default notice from the purchaser.

18.2

In the event the purchaser terminates the contract in whole or in part


pursuant to para 18.1 the purchaser may procure, upon such terms and in
such manner as it deems appropriate, goods and services similar to those
undelivered and the supplier shall be liable to the Purchaser for any excess
cost for such similar goods and services. However the supplier shall
continue the performance of the contract to the extent not terminated.

19

TERMINATION FOR INSOLVENCY


The Purchaser may at any time terminate the Contract by giving written
notice to the Supplier, without compensation to the supplier, if the
supplier becomes bankrupt or otherwise insolvent as declared by the
competent court provided that such termination will not prejudice or
affect any right of action or remedy which has accrued or will accrue
thereafter to the purchaser.

20

ARBITRATION

20.1

In the event of any question, dispute or difference arising under this


agreement or in connection there-with (except as to the matters, the
decision to which is specifically provided under this agreement), the same
shall be referred to the sole arbitration of the CMD,BSNL or in case his
designation is changed or his office is abolished, then in such cases to the
sole arbitration of the officer for the time being entrusted (whether in
addition to his own duties or otherwise) with the functions of the CMD,BSNL
or by whatever designation such an officer may be called (hereinafter
referred to as the said officer), and if the CMD,BSNL or the said officer is
unable or unwilling to act as such, then to the sole arbitration of some
other person appointed by the CMD,BSNL or the said officer. The
agreement to appoint an arbitrator will be in accordance with the
Arbitration and Conciliation Act 1996. There will be no objection to any
such appointment on the ground that the arbitrator is a Government
Servant or that he has to deal with the matter to which the agreement

37/337

relates or that in the course of his duties as a Government Servant he has


expressed his views on all or any of the matters in dispute. The award of
the arbitrator shall be final and binding on both the parties to the
agreement. In the event of such an arbitrator to whom the matter is
originally referred, being transferred or vacating his office or being unable
to act for any reason whatsoever, the CMD, BSNL or the said officer shall
appoint another person to act as an arbitrator in accordance with terms
of the agreement and the person so appointed shall be entitled to
proceed from the stage at which it was left out by his predecessors.
20.2

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

20.3

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

21

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

22

The bidders, who are given Purchase Orders, must give the details of the
supplies made against all the Purchase Orders every month on the first
working day of the following month to MM and the concerned Planning
Branches of BSNL of both the concerned circle/licensed service area and
the corporate office.

23

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

24

FALL CLAUSE:

24.1

The prices once fixed will remain valid during the scheduled delivery
period except for the provisions in clause 12.1 of section III. Further, if at
any time during the contract
(a)

It comes to the notice of purchaser regarding reduction of price for


the same or similar equipment/service;
And/or

(b)

The prices received in a new tender for the same or similar


equipment/service are less than the prices chargeable under the
contract.
The purchaser, for the purpose of delivery period extension, if any, will
determine and intimate the new price, taking into account various

38/337

related aspects such as quantity geographical location etc. and the


date of its effect for the balance quantity/service to the vendor. In
case the vendor does not accept the new price to be made
applicable during the extended delivery period and the date of its
effect, the purchaser shall have the right to terminate the contract
without accepting any further supplies. This termination of the
contract shall be at the risk and responsibility of the supplier and the
purchaser reserves the right to purchase the balance unsupplied
quantity/service at the risk and cost of the defaulting vendor besides
considering the forfeiture of his performance security.
24.2
(a)

The vendor while applying for extension of time for delivery of


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

(b)

In case under taking as in Clause 24.2(a) is not applicable, the


vendor will give the details of prices, the name(s) of purchaser,
quantity etc. to the purchaser, while applying extension of delivery
period.

39/337

SECTION IV
SPECIAL CONDITIONS OF CONTRACT FOR IMPCS 2G/3G COMBO (45.5M)
TENDER
1

The special conditions of the contract shall supplement the `Instructions to


the Bidders as contained in Section II & "General Conditions of the
Contract" as contained in Section III and wherever there is a conflict, the
provisions herein shall prevail over those in GRs, in Section II and Section III.

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

3
(i)

The supply of equipment indigenously manufactured will be


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

(ii)

The supply of imported equipment shall be accepted only if it is


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

(iii)

BSNL shall conduct certain quality tests at factory premises of


vendor like load test, environmental test and any other test for
which vendor expresses his incapability of demonstrating at the
designated installation site.

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

40/337

the specifications contained in the DTR. Apart from the approved


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

The items like installation materials, antenna mounts , antenna


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

(vi) The supply of equipment /stores will strictly adhere to the package
discipline as described in the Purchase Order. A particular item
mentioned in SOR would deem to have been received in full only if
all the parts/components, installation material etc are supplied as a
package during schedule delivery period.
4
4.1

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

4.2

In the event of the bidder/supplier/vendors failure to perform any of the


obligations under this contract, the bidder/supplier/vendor including
his/their associated firms/ companies/ collaborators shall be barred from
participating in any of the tenders/bids of BSNL or its units for a period of
three years.

Purchaser reserves the right to blacklist a bidder debarring him to


participate in any of the tenders floated by BSNL for a suitable period, in
case he fails to honour his bid.

Bidders seeking clarifications have to ensure that these are received by


the purchaser latest by two weeks from the last date of sale of tender and
Clarifications issued in response by the purchaser to the queries raised by
the prospective bidders shall form an integral part of bid documents and it
shall amounts to amendment of relevant clauses of the bid documents.

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

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

PROJECT IMPORT BENEFIT:


(i)

Benefit in custom duty if any on account of infrastructure project


import shall be passed on to the purchaser. The bidder shall take
action for arranging infrastructure benefit for Telecom equipment. It
will be the responsibility of the bidder to avail reduced rate of
custom duty as applicable.

(ii)

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

41/337

the imported equipment including satisfying the custom authorities,


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

BSNL proposes to adopt provisions under High Sea Sales in respect


of the imported equipment to avail Infrastructure Project Import
benefits and/or other benefits that accrues with it. Since the title of
the goods/materials would be in the name of BSNL after the High
Sea Sales, the customs duty will be paid by the purchaser directly to
the customs authorities. The customs duty to be paid by BSNL
should in no case be higher than that quoted by the supplier. The
payment of customs duty shall be regulated as under:
(a)

In case the custom duty levied by the customs authorities is


less than the rate indicated in the bid, the benefit of the
reduced rate would be passed on to the purchaser. However,
if the rate of customs duty paid is higher than that quoted in
the bid and no revision in the duty structure is done by the
Government during the scheduled delivery period, the same
will be absorbed by the supplier. Revision in custom duty
during and after the scheduled delivery period will be
regulated as per the clause 12.1 of Section III.

(b)

Custom duty paid directly by BSNL to the custom authorities


including that, if any, paid in excess of that quoted by the
supplier shall be deducted in full from the 25% payment due as
per clause 10(a) below.

(iv) In order to meet the mandatory requirement to manufacture


locally to an extent of 50% of the core equipment with 30% value
addition to the components, it is expected that most of the
equipment that shall be imported in the phase V.1 of the project,
may be supplied from indigenous manufacturing facility in Phase
V.2 and beyond by the bidders. It is obvious that for such
components/network elements, the price would have different
taxation requirements in Phase V.1 and in subsequent phases. In
case the vendor request for subsequent change to supply the
equipment from imported to Indigenous or vice versa for a specific
item within the finalized prices, the taxation as on date of
placement of the order shall determine the basic price. Any
changes in tax and duty structure would have to be applied for the
application of the price variation clause 12 of section III.
10

10.1.1

Payment Terms: The payment shall be made in Indian Rupees only. Various
package for payment purposes have been defined at clause -72. The
mode of payment shall be as follows:
50% of equipment cost shall be released on receipt of all the core
elements (CS&PS) including IN, Billing, common VAS elements ordered
(Excluding BSS/RNS) in the circle along with all the associated
infrastructure items like power plant, battery, invertors etc (package
1&3).

42/337

10.1.2

Similarly 50% cost of BSS/RNS equipment including respective BTSs/ Node


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

10.1.3

For claiming these payments the following documents are to be


submitted to the paying authority.
(i)

Invoice

(ii)

Delivery Challan

(iii)

Supplier certificate for dispatch

(iv) Excise gate pass / invoice or equivalent document


(v)

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

(vi) Consignee receipt


(vii) Proof of payment of octroi /entry tax etc., if any
10.1.4
10.2

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

Invoice

(ii)

Proof of receipt of BSS/RNS equipment for 60% of the ordered


capacity as per (a) above

(iii)

A certificate that all the interoperability and charging issues have


been resolved and Major validation points have been closed.

(iv) A/T certificate for all the core and VAS elements being installed in
the circle.
(v) Coverage A/T and equipment A/T certificate for the BSS/RNS
equipment installed minimum for 30% of the ordered capacity
including for redeployed sites.
(vi) A certificate that all the software loaded in the corresponding
Core /VAS/ BSS/ RNS equipments, their testing, Operational

43/337

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

A Certificate to the effect that all the Planning and Design


documents of the circle along with all the documentations of the
equipments ordered against the contract are made over to the
planning branch of the circle. This should also include list of all
such documents duly acknowledged by the consignee.

(viii) Certificate to the effect that all maps together with optimisation
data for 30% of the ordered capacity have been made over to
the planning branch of the circle along with a copy to be sent by
them to the respective SSAs or towns/cities as the case may be.
The receipt of the consignee for the documents should be
enclosed.
10.3

Payment of additional 25% of the total purchase order value (totalling to


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

Invoice

(ii)

Proof of receipt of balance BSS/RNS equipment along with their


associated infrastructure items and proof of receipt of all the
balance items ordered against 100% of the ordered capacity as
per (a) above

(iii)

Coverage A/T and equipment A/T certificate for the BSS/RNS


equipment installed for 100% of the ordered capacity including for
redeployed sites

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

10.4

(v)

Certificate to the effect that all maps together with optimisation


data for 100% of the ordered capacity have been made over to
the planning branch of the circle along with a copy to be sent by
them to the respective SSAs or towns/cities as the case may be

(vi)

A certificate to the effect that validation has been completed and


all the pending issues have been closed

Remaining 10% of total purchase order value (Excluding AMC) on


completion of one year after roll out of the complete project of the
concerned phase or 30% roll out of the next phase of the project,

44/337

whichever is later, subject to completion of the validation and clearance


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

Invoice.

(ii)

A certificate to the effect that the performance is satisfactory and


30% of network rollout of Phase V.2 has been completed from the
authorized signatory of the circle and all the deliverables including
Services against the contract have been completed successfully
and in full.

11

The purchaser reserves the right to commercially exploit the installed


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

12

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

13

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

14

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

15

In respect of UTRAN the coverage, capacity and QoS is to be complied


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

45/337

digital coverage map indicating the predicted coverage should form part
of the bid document and shall form the basis for acceptance test. Should
there be shortfall in terms of requirements of tender, it shall be made good
by providing additional Node-Bs including all the required infrastructure at
no additional financial liabilities to BSNL. The Node Bs shall preferably be
co-located with GERAN-BTS. The requirement of Node Bs as engineered by
the bidder along with the all the infrastructure items except towers of the
existing sites, shall have to be reflected in SOR by the bidders. Should the
requirement at the time of actual roll out is in excess of what has been
engineered by the bidder, all the infrastructure items including the Node B
for the additional sites are to be supplied with no financial implication to
BSNL.
16

The purchaser shall provide the space, commercial AC mains power


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

17

In pursuance of clause-14 and clause-15 for any additional BTS/Node B


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

18

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

19

The information regarding details of space requirement for IMPCS


equipment as stated above, whether indoor or outdoor, shall be supplied
by the bidder network element wise along with the bid.

46/337

20

BSNL will provide the address of a warehouse/ Store on Circle / Area basis
/ station basis for storing the equipment for all the sites, which are not
acquired or ready for delivery to the successful bidder. The bidder shall
supply the equipment /material directly to the designated sites, for the
sites already acquired / handed over. BSNL shall provide the information
of such sites a week prior to the date of QA release / custom release /
date of dispatch. However, if requested by supplier, it may provide a
single consignee at central location for all the equipment to be received
in that circle. The supplier will have to arrange space for storage of the
equipments till such time it is delivered at site. For the sites which are not
ready at BSNL end, it shall provide storing arrangement in respective stores
of SSAs. In all cases, safe custody of the equipment shall be the suppliers
responsibility. The material received at site or at BSNL store will be issued to
the installing team of supplier on written request in packed condition and
the same will be at the risk of the supplier / installer until the equipment
after installation and commissioning is made over back to BSNL.

21

The civil/electric works for installation of outdoor BTS or Node B / outdoor


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

22

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

23

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

24

The responsibility of filing application for SACFA clearance to the WPC on


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

47/337

the same back to WPC, for full siting as well as additional antenna
mounting cases etc shall have to be done by the bidder on behalf of the
purchaser. Any statutory charges payable to WPC will be paid by BSNL.
However, no separate charges shall be payable to the bidder for this
activity related to obtaining of SACFA clearance. All the documentation
shall have to be made over site wise, to the coordinating officer of BSNL
Planning wing for WPC works in the mobile unit, for subsequent pursuance
with the authorities. If any site planned by the successful bidder is rejected
by any of the SACFA member /WPC, relocation of the same is to be done
by the successful bidder with out any additional cost.
25

The supply shall include complete GSM/UMTS equipment including


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

26

The successful bidder shall arrange for extension of DC power supply, AC


power supply, earthing etc from the existing available points at BSNL sites
to the supplied equipments.

27

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

28

The complete network planning, engineering & optimization of the


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

29

The common control equipment provided in crucial network elements of


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

30

Engineering & Planning of the IMPCS Network

48/337

(i)

The engineering and dimensioning of the various IMPCS network


elements shall be done as per the Detailed Technical Requirements
(DTR) specified in the Annexure-I.

(ii)

The engineering and planning of the additional location of the BTSs,


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

(iii)

The GERAN shall work in the specific spectrum allocated to BSNL in


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

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

Indoor Coverage: Signal level measured at street level shall be


better than 65dbm.

(b)

Incar coverage: Signal level measured at street level shall be


better than 75 dbm.

(c)

Outdoor Coverage: At least 95% of the remaining coverage


area. Signal level measured at street level shall be better than
85 dbm.

(d)

The indoor coverage shall be provided in all the commercial


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

(e)

The incar coverage shall be provided in all the residential


areas, tourist spots, roads, lanes, high ways, bypasses and rail
routes.

(f)

The remaining
coverage.

areas

49/337

shall

be

provided

with

out-door

(g)

The places located near airports and in airport, where it is


difficult to get permission for installing a tower of more than 15
meters height shall be covered suitably by alternate methods
viz. wall mounted outdoor micro/indoor building solution with
micro BTS and distributed antenna architecture system.

(h)

The antenna mounting height shall not normally exceed 40


meters. However, the antenna mounting height shall be
limited to 25 meters in major cities and 30 meters in other cities.
Exceptional cases of antenna height exceeding 40m can be
permitted for provision of Highway coverage and other cities,
if BSNL tower exist in the location.

31

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

32

Any new/enhanced services/features which may be required for


competitive advantage of BSNL may be indicated by the bidder for
inclusion at the discretion of BSNL.

33

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

34

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

35

The bidder shall quote for only one make, model and manufacturer
included in the proposal for each of the network elements. Once quoted
in the bid, no change of make, model or manufacturer shall, ordinarily, be
permitted. Not more than one independent and complete offer shall be
permitted from the bidder. However in respect of passive items such as
towers etc , multiple sourcing shall be allowed provided all the sources are
referred to in the bid by any of the technically qualified bidders.

36

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

50/337

being provided by the bidder, power plant should be of suitable capacity


for powering also the access network OFC/MW equipments whether
provided by the bidder or by BSNL. The battery back up, which shall be in
duplicate banks, for each BTS. Standard battery sets expected in each
category of BTS/Node-Bs have to be specified. Bidder can also source
battery and power plants from multiple vendors. However, not more than
two sub vendors per circle are allowed. Accordingly the bidder is
authorised to quote single bid price and also indicate the list of maximum
two vendors of battery and SMPS P/P per circle.
37

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

38

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

39

It shall be the responsibility of the bidder to make the equipment supplied


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

40

All the Application Protocols, for implementation of the interoperability


between network elements of different vendors, shall have open
interfaces. The successful bidder shall provide the API along with complete
documentation to facilitate opening of the system interfaces for
establishing the system interoperability with any other system needing
interconnections. All the existing vendors bidding in this tender shall also
provide the APIs along with documentation in a separate sealed cover
as part of the techno-commercial bid. The list of APIs kept inside the
sealed cover shall form part of the documents to be verified during the
preliminary evaluation of techno-commercial bid. The APIs submitted shall
be of the same version working in the BSNL and certificate to this effect
shall be submitted as part of the techno-commercial bid. The successful
bidder shall provide all open APIs along with acceptance of APO. The
successful bidder shall adapt to existing APIs the details of which shall be
shared with BSNL as part of their agreement with the existing vendors as
defined in this tender.

41

The Numbering scheme for the proposed service shall be in accordance


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

42

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

51/337

43

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

44

DTR provides a detailed requirement of the purchaser. The bidders shall


provide along with the Techno-Commercial bid, detailed unpriced price
schedule as per the SOR indicating alongwith card level Bill of Materials
(BoM) for each of the network elements in the SOR with complete details
of PCBs contained in each Module/unit of IMPCS together with their
quantity required to meet the performance requirement sought for in the
tender and DTR. Every effort has been made to capture all the items
mentioned in the DTR or elsewhere in the tender. The list of all such items
which might have been left out and not captured in the SOR but
requirement of which is spelt out in the DTR or elsewhere shall be serialised
beyond the last serial no of the SOR and price quoted along with the
detailed BOM and the quantity that may be required. The same card level
BoM, but with itemized prices shall form part of the financial bid. The
detailed specification of generic items such as laptop and desktop
computers, Printers, inverters, UPS etc shall form part of the Technical bid
and shall be of latest versions in the market. Bids without such details shall
be loaded with the price of highest configuration of such items quoted by
other bidders. This need arises out of the requirement of the purchaser to
engineer and design network for the individual licensed area and to
estimate the quantity of equipment/material to be ordered for each such
area. Absence of itemised prices of any such items, if found essential to be
ordered shall have to be supplied free of cost. The bidder shall ensure that
the bid is complete and comprehensive as regards detailed card level
BoM. Bids not accompanied by the BoM as envisaged above shall be
rejected summarily.

45

The purchaser recognises the fact that the scope and extent of the work
would necessitate the bidder to seek supply and services from a number
of third parties to complement his own supplies and services to meet the
tender requirements. With a view to ensure transparency in the third party
transactions and to safeguard the interest of the purchaser as the
principal buyer, the bidder shall furnish the maximum mark-up charged
from BSNL over the price quoted by the third parties for the supplies and
services. As the bidders purchase from the third party is for and on behalf
of BSNL, the purchaser reserves the right to inspect the agreement
between the bidder and third parties for procurement of the concerned
item including the agreement on pricing and payments. However, all such
information shall be kept confidential by the purchaser.

46

Notwithstanding the provisions contained in clause-35 above, should there


be a need arise to change the third party vendor, the substitute third party
vendor shall be from among those whose network element had qualified
on technical evaluation. Such requests for change of third party vendor
shall be considered only under exceptional circumstances and not as a

52/337

matter of rule, and needs to have the specific approval of the tendering
authority who shall satisfy himself on the circumstances advanced as
reasons by the vendor for such a change. In such an eventuality it is
necessary for the vendor to provide the contract entered into with the
third party vendor and the price for the specific item will be restricted to
lesser of the finalised price or the price payable to the third party vendor
as per the agreement entered with them. The mark up shall be limited to
that indicated in the initial offer of the bidder for the specific item. In the
event of request of such changes after the failure of equipment supplied
in not meeting the requirement, BSNL reserves the right to accept or reject
such requests and decide to induct or expand existing such equipment
which BSNL feels as technically suitable from amongst those technology
equipments which are presently in operation in the existing network of
BSNL. The cost of any such replacements made by the purchaser shall be
deducted from the amount payable to the supplier.
47

The supplier shall be bound to supply the additional Hardware/ Software


for expansions as per the need of the purchaser on the finalized itemized
price after applying the applicable duties & taxes for meeting the
expansion needs.

48

As part of the project, each supplier shall provide training for a minimum
of 500 person-months (13,000 person days) to BSNL/TEC officers in
India/abroad in planning, engineering, installation, operation, testing and
maintenance of system and software, billing and customer care and
prepaid Card management etc. The training on Planning, engineering,
installation, testing and commissioning needs to be organized immediately
on acceptance of APO while other training may be organized as the
network is being rolled out. The training modules shall be finalized by
bidder in consultation with purchaser. However, the travel expenses,
boarding and lodging for the trainees shall be provided by the purchaser.

49

The SOR details the various network components that shall be required
which needs to be further elaborated by the bidders by providing
detailed bill of material alongwith the itemised card level prices. As
mentioned above in clause 43 unpriced price schedule with detailed bill
of material shall form part of the techno-commercial bid. The sanctity of
sl.no and description as appearing in the SOR may be maintained by the
bidders whether the component forms part of the indigenous or imported
items. The bidders shall ensure that rates quoted for individual items are
reasonable for ordering these items separately. Although a separate price
schedule has been called for as per prescribed format specified in Section
VII of this document, it is further required of the bidders to provide a
consolidated format in a separate excel sheet of the complete quote in
accordance with details appearing in the schedule of requirements. A soft
copy of detailed bill of material shall also form part of financial bid.

50

The purchaser intends to enter into a long-term arrangement of supplies


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

53/337

case be higher from the quoted price of previous phases.


The price
approved for phase V.1 shall be applicable for phase V.1 roll out schedule
and the prices for all supplies and activities carried out beyond the
delivery schedule of the phase V.1 shall be regulated by the price
approved for the phase V.2 and so on. The applicable price variation
clause with reference to taxes and duties as specified in Section II shall be
applicable except in those cases, which are under supplies beyond the
scheduled delivery period of the previous phase. However, benefits of any
downward revision in the statutory levies are to be passed on to BSNL. A
soft copy of detailed bill of material shall also form part of financial bid.
51

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

52

UTRAN equipment shall be supplied by the bidder only after successful


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

53

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

54

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

54/337

with the existing billing system and to ensure that the integrated billing
system provides for enhanced billing needs of BSNL. They shall also be
responsible to integrate all the network elements, to be inducted in the
network against this tender, with the billing system. Suitable quote for
engaging the professional services, if any, shall also form part of the bid.
55

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

56

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

57

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

58

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

55/337

network. It shall be the responsibility of the bidder to identify the network


elements for which upgradation will be required and shall form part of his
bid. It is essential for the vendor to list out such required upgradations and
Quote the prices of such upgradation. This price shall form part of total
price required for evaluation purpose.
59

The work of upgradation of the existing network elements being propriety


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

60

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

61

In case the incumbent vendor(s) participating in the tender is/are not


successful and refuses to carry out the upgradation of the network
elements at the price quoted by them in the tender, BSNL reserves the
right to forfeit the EMD of such incumbent vendors and other OEMs. BSNL
accordingly reserves the right to seek extension of the EMD validity of all
the participating incumbent vendors which they have to essentially
comply with for an appropriate time period.

62

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

63

In the eventuality of successful bidder not being in the position to under


take the upgradation, the purchaser has the option to offer upgradation

56/337

& expansion of the network to the existing vendors viz. M/s Nokia, M/s
Nortel, M/s Motorola, M/s Siemens & M/s Ericsson provided they
participate in this present tender, in their respective areas of operations.
BSNL further reserves the right to allot quantities as may be considered
essential at the finalised price of this tender.
64

The bidders shall furnish with the bid detailed project implementation
schedule by means of PERT/CPM chart detailing the various activities
involved, their time frame for completion and the dependency on other
activities to match with the schedule of roll out specified herein.

65

EVALUATION: The tender shall be evaluated as a package quoted by the


bidders for various equipments/materials/services as per the criterion
given below:
(a)

The price of various components forming part of the package


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

(b)

For such items which are to be included in addition to what


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

(c)

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

(d)

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

57/337

(e)

Phase

Weightage in
Evaluation

Phase V.1

100%

Phase V.2

50%

Phase V.3

30%

i.e. Total package price for evaluation= Quoted price of


V.1+50% of quoted price of phase V.2+30% of the quoted
price of phase V.3+NPV of AMC of three years discounted @
12% for a period of four, five and six years respectively.
BSNL has the right to negotiate the prices with the L1 bidder on
the total quoted package cost and make counter offer on
the prices quoted. The negotiations would be on the total
package price and/or on itemized prices.

(f)

66

67

The bidder shall quote the cost of AMC for a period of 3 years
from the date of completion of all the three phases of the
project and on the expiry of the warranty as mentioned in
clause 74. The bidders shall quote the AMC prices as a
percentage of the quoted equipment cost of all the three
phases put together other than the services. The NPV of the
quoted AMC price at the rate of 12% taken from the date of
start of AMC (i.e. after expiry of the warranty period) shall be
included in the total package price for evaluation as defined
in clause (c) above. The amount of AMC shall be payable in
arrears in six monthly instalments.
(g) Although the AMC amount taken for evaluation as referred
above the amount payable towards AMC charges shall be
determined from the actual purchase made by BSNL.
The tender seeks a comprehensive and complete requirement of
hardware and software for the successful installation and commissioning
of the IMPCS network. In case the bidder has not quoted for any of the
item that are essential for the completion of the project, it shall be
presumed that cost of such items is covered as part of some other subsystem of the offer and no extra amount shall be payable by purchaser. In
the evaluation of the bid, cost of such item shall be taken as Nil while the
same shall be made available to purchaser as per requirement without
any additional cost. The successful bidder shall be required to supply all
material/goods required to make the equipment operative as per the
requirements, after integrating with the existing network (even if it is not
shown in Bill of Material).
Liquidated Damages/ Incentives:
(i)
The bidder shall be charged liquidated damages at the rates as
defined in the General conditions of contract as contained in
Section III for any delay in the turnkey job entrusted to the bidder.
The time frame for handing over of the non-BSNL sites and its
commissioning thereafter shall be carried out in accordance with
the provisions contained therein. For all those sites made over by
BSNL field units, the vendor should ensure commissioning of the sites
within the available time as stipulated in the commissioning

58/337

68
68.1

schedule. Any delay on part of the circle to provide such specific


sites within the time frame stipulated will not be considered for the
purpose of LD charges. BSNL will provide a copy of the lease deed
or possession letter or authorization letter as the case may be to the
successful bidder to enable him to undertake the work at the site
which are made over.
(ii) Liquidated Damages will be applicable on delayed achievement
of the milestones defined in the roll out schedule The core elements
to be integrated in the 6th month along with rollout of 30% of the
ordered capacity is critical for achieving subsequent radio network
capacities. Liquidated Damages shall be leviable in accordance
with the clause 16 of section III on the total project cost from this
critical activity onwards upto the date of achievement of this
critical mile stone. Inspite of this, if the bidder is able to roll out the
100% capacity within the total project timelines, the bidder shall be
incentivised by relaxing the Liquidated Damages so leviable as
mentioned above. Otherwise the Liquidated Damages from the
final date shall be leviable on the proportionate project cost of the
balance network capacities to be delivered and to be reviewed
on a week-to-week basis in addition to the damages as mentioned
above for the delay in the availability of the core equipment.
(iii) The bidder shall also be provided an incentive @0.5% of the cost of
the proportionate network commissioned, for each week of early
commissioning of respective mile stone of the entire network as
specified in the schedule subject to a maximum of 3% of the total
value of the contract of the respective phase excluding AMC.
INCIDENTAL DAMAGES:
Not withstanding any of the
other provisions contained in this
Tender/Contract, the Bidder shall protect, defend, indemnify and hold
harmless to BSNL and its employees, officers, Directors, agents, or
representatives from and against any and all liabilities, damages, fines,
penalties and costs (including legal costs and disbursement) arising from
or relating to;
(i)

Any breach of any statute, regulation, direction, orders or standards


from any governmental body, agency, or regulator.

(ii)

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

(iii)

Claims arising in connection with interruptions or degradation of


services to BSNL customers or to other service providers
whatsoever shall be the cause or duration thereof; and

(iv) Any claim that the equipment/services/or any value addition


component offered and supplied by the bidder in this tender,
infringe any patent, trademarks or copyright of any third party.
68.2

The Bidder shall furnish an unequivocal, unqualified and irrecoverable


undertaking along with the Bid Document to the effect that;

59/337

During the Bidding process or during the course of execution of the


Contract or at any stage thereafter, if it is found that the Bidder has
fraudulently misrepresented any of the facts about the product/services
etc being offered under the Tender/Contract, the Purchaser(BSNL) shall
be free to claim a sum equivalent to damage as assessed by it subject to
a maximum of the Value of the Tendered goods and services from the
Bidder for such misrepresentation. The Bidder shall immediately on being
told by BSNL pay such sum of money to BSNL. Quantum of damages
under this clause assessed and levied by the Purchaser(BSNL) shall be final
and not challengeable by the Bidder/supplier.
69

Software
(i)
Software version of the equipment being supplied should be latest
& must be indicated in the bid.
(ii) All the software licenses supplied against this tender shall be
perpetual without any limitations on use.
(iii)

All the system software loaded in the various network elements shall
be supplied in media suitable for re-loading of the software in the
network element, if needed.
(iv) All the Software upgrades and /or patches required for the
maintenance of the system supplied will be implemented without
any additional cost at each site for 7 years by respective bidders
and Acceptance Testing of the system will be got done by him
through authority designated by BSNL for all functions of all systems
after the implementation of Software Upgrades /Patches in each
system. The successful bidder shall have to associate BSNL officers in
developing any additional features/services in the software centres
which are not inherently available in the system and required to
match with the competition.
(v) Software support centre: - Successful bidder will have to establish its
software support centre within six months of award of contract to
provide software support to ensure smooth functioning of
equipment supplied by them and to meet additional requirements
from time to time. The bidder shall submit details of location,
number of personnel, facility to be made available for software
centre in the bid.
70

VALIDATION
(i)
The systems/equipments supplied in the network, and installed by
the bidders against the purchase orders placed on them shall be
subjected to validation by the team designated by BSNL during
which the tests as per the provisions in the TEC specifications and
tender requirements shall be conducted. The test schedule and
procedures for the same shall be finalized by the testing authority in
consultation with the bidders within 2 months from the date of
purchase order. Any deficiency found during validation in
performance of the system as per the requirement shall be rectified
by the bidders immediately at all locations. The SYSTEM for the
purpose of equipment Validation is defined as a minimum set of
network elements that shall be required to simulate all the services
which are mandated in this tender.

60/337

Inter-working both intra and inter zones and between network


elements of various vendors shall form an essential part of the
requirement for validation clearance. The configuration that shall
be offered for validation shall be decided by testing authority
designated by BSNL and the testing methodology shall be finalised
in consultation with the bidder. The bidders at their own cost shall
provide all the testing equipment including load test equipment,
drive test tool and the post-processing tool etc. required for
validation of the system.

71

(ii)

Radio network ,coverage & capacity validation shall be done as


follows:
With a minimum of two BSCs, two RNC, two SGSN, GGSN and
minimum five BTSs of each BSC, minimum five Node Bs in area
designated by BSNL in a particular town. The BSCs shall be from the
different vendors and all the combinations of BSCs to be tested.

(iii)

The installation/ commissioning at other places shall be subjected


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

ACCEPTANCE TESTING
(i)

(ii)

Purchaser reserves the right to appoint any testing authority


including its own T&D circle for carrying out acceptance testing of
the network and its network elements. The acceptance test
schedule generally covers the following:
(a)

Check on ironwork, cabling , wiring and earthing .

(b)

Functional test on individual equipment/network for meeting


the required parameters

(c)

Load testing of engine , battery and power plants

(d)

Verticality of Towers .

(e)

Coverage and capacity test

(f)

100% traffic trials.

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

61/337

(iii)

The bidder shall make available the software programs and testers
required for carrying out the acceptance tests as per the schedule.
The bidder shall indicate whether the software package includes
programs for testing the nodes under full load conditions and
overload conditions by creation of artificial traffic. Such test
program shall be supplied by the bidder. He shall also indicate the
technique used in the creation of such artificial traffic.

(iv) The BSNL will carry out all the tests detailed in the acceptance test
schedule to confirm that the performance of the different modules,
subsystems, and entire installation satisfies the specified requirement
of specifications including service performance.
(v)

Any components or modules failing during the acceptance tests


shall be replaced free of cost at site by the bidder immediately by
spare cards from their stock holding. The replacement of faulty
cards will be ensured within the time frame similar to what has been
specified for the purpose of AMC.

(vi) After all acceptance tests have been successfully carried out to
the satisfaction of the BSNL. The Technical and Development
Circle, Jabalpur will certify the station as fit for commissioning.
72

PACKAGE DISCIPLINE
The supplier shall schedule his supplies in such a way, to ensure the
installation, testing, validation and commissioning is completed as per
schedule. For the purpose of payment the following packages are
defined:
(i)

(ii)

(iii)

Package-1: All The core network elements (CS and PS) and VAS
network elements (Circle level and Zonal level) including IN and
Billing H/W along with including their installation materials, tools and
testers for installation and commissioning, Planning tool, Drive Test
Tools, Data generation and loading utilities for the various network
elements and their associated infrastructure items like battery,
power plants, invertors, UPS etc.
Package-2: All BSS/ RNS equipments, installation materials, tools
and testers for installation and commissioning of BSS/ RNS, Data
generation and loading utilities for the various network elements
along with their infrastructure items like towers, battery, power
plants, DG sets, prefab etc.
Package-3: National level core elements like DSS, DRS, FMS and
Central IN along with their tools, testers, data generation and
loading utilities and associated infrastructure items like battery and
power plants.

(iv) Package-4: All other network elements


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

62/337

commissioning of the individual network elements to fit into the overall


commissioning schedule.
73

SUPPLY/INSTALLATION/ COMMISSIONING SCHEDULE:


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

Sr.N
o.

Critical Mile stones of the project

Commencement of supplies &


delivery of documents and
manuals (Both hard & soft copy).
Supply, installation commissioning
of planning tools, test gears, drive
test tools etc. (Part of package
1)
(i) Supply of all the core elements
(CS & PS) including IN, Billing,
common VAS elements along
with all the associated
equipments / Infrastructure
(Package 1).
(ii) Supply of UTRAN/GERAN
equipment including associated
infrastructure for minimum 30% of
the ordered capacity (Package
2)
Integration of all the Core and
VAS elements including IN, Billing,
SMSC, MMSC, CBC, LBS and
offering for validation /
A/T(Package 3)
(i)Completion of A/T of all the
core elements, resolving all
interoperability & charging issues
and closure of all Major validation
points. (Package-3)
(ii) Supply of UTRAN/GERAN
equipments including associated
infrastructure minimum for 60% of
the capacity. (Package 2)
(iii) Roll out of 30% of the ordered
capacity with optimization and
Coverage A/T

Time from the date of APO for phase


V.1 and from the date of P.O. for
phase V.2 & V.3
Phase V.1 Phase
Phase V.3
V.2
2 Months
2 Months
2 Months
3 Months

3 Months

3 Months

4 Months

3 Months

3 Months

5 Months

4 Months

4 Months

6 Months

5 Months

5 Months

63/337

(i) Supply of UTRAN/GERAN


equipments including associated
infrastructure for 100% of the
capacity. (Package 2)
(ii) Rollout of 60% of the network
with optimization and coverage
A/T
Roll out of 100% of the network
with coverage optimization and
A/T with closure of all validation
issues . All the equipment ordered
against package- 3 and 4 also
should be commissioned with A/T

8 Months

6 Months

6 Months

10 Months

9 Months

8 Months

Non-adherence to month wise Supply/Installation/ Commissioning shall invite


penalties as per the tender conditions.
74

Operation/ Maintenance: The successful bidder shall carry out all the
functions of operation/ maintenance of the various subsystems till such
time the entire network is rolled out and continue for further period of 12
months of commissioning of the network, without any additional charge.
During this period, the bidder shall put into operation the set of
maintenance procedures, periodic test schedules, Traffic Report
generation & analysis and remedial measures to be taken in each
occasion, Extraction of performance statistics from the various OMCs and
other network elements, Statistics regarding in-roamers and out-roamers in
various formats and classification as required by the purchaser,
Management Information System (MIS) parameters for fault, performance
and planning of network expansion. The bidder shall also help BSNL to put
into practice maintenance schedules viz opening of appropriate registers
for log, test schedule and performance and fault recording. The bidders
shall fully associate the staff of BSNL during this period so that the take over
of the OM functions by the BSNL staff is smooth and they are able to
operate & maintain the network efficiently and independently. The bidder
shall indicate, as part of the techno commercial bid, the number of
resource persons that would be committed for this function.

75

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

64/337

76

77

BSNL personnel at the training centre. The bidder shall, as part of his
technical bid, shall submit the details of all materials to be supplied for the
training model. (training model specifications to be included in the DTR)
Technical audit of system Performance
Purchaser reserves the right to carry out technical audit of the network
through any designated agency from time to time and bidder shall take
necessary corrective measures to conform to the performance
parameters stipulated in the tender document within the period of
performance guarantee.
AMC
(a)

(b)

(c)

(d)

(e)

The bidder shall quote the cost of AMC for a period of 3 years
from the date of completion of all the three phases of the
project and on the expiry of the warranty as mentioned in
clause 78. The bidders shall quote the AMC prices, which shall
also include visit of the engineers as and when required, as a
percentage of the quoted equipment cost of all the three
phases put together other than the services,. The normal dayto-day operations and diagnosis to the extent possible will be
done by purchaser.
BSNL may exercise an option of entering in to AMC agreement
directly with the sub-vendors of supplies of items viz. battery,
power plants, Towers, UPS , voltage stabilizers, air conditioners,
inverters, DG sets. To facilitate the same, if the option is so
exercised by the BSNL, the successful bidder shall have to
submit the contractual agreement entered with such subvendors along with the PBG at the time of acceptance of the
APO. However the equipments supplied by the successful
vendor including those mentioned above shall have to be
covered under warranty for the period mentioned elsewhere
in the document in respect of each of the phases. In the event
of BSNL exercising this option, AMC payable shall be worked
out based on the percentage of the remaining equipment or
the AMC of total equipment cost minus the AMC payable to
sub-vendor which ever is lower.
The terms and conditions for AMC are given in Annexure-II. No
separate charges shall be paid for visit of engineers or
attending to faults and repairs or supply of spare parts.
During the warranty the bidder shall perform all the functions
as enunciated under the AMC without any additional cost to
BSNL. All the penalty clauses shall be applicable during the
period of warranty also in case of failure on part of supplier.
The bidder shall, at the time of submitting the bid submit the
proposal specifying the fault control centre locations together
with the resources to be deployed including the number of
personnel and how the bidder proposes to carry out repair
under AMC. He shall also indicate what spare will be kept in
different locations. The infrastructure planned to be created
by the bidder to fulfil his obligations under AMC and his action

65/337

plan to deal with the various situations arising out of hardware


and software faults shall be clearly indicated.
78

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

Warranty Period

Phase V.1

Three Years

Phase V.2

Two Years

Phase V.3

One year

The consolidated AMC of all the three phases shall start after the
completion of warranty of all three phases.
79

80

81

82

Bid Security/ Performance bank guarantee:


The bidder shall have to pay Bid Security of Rs.165 crores and Performance
bank guarantee @ 5% of the amount of the contract awarded to him. An
additional Manufacturing Bank Guarantee for an amount equivalent to
5% of the contract value for the same period of validity as that of the PBG
needs to be submitted as a part of the commitment of the bidder to
manufacture indigenously and supply a minimum of 50% of Phase V.2 and
V.3 supplies of core equipments from local manufacturing. Performance
bank guarantee shall remain valid for a period of 6 months after the expiry
of warranty of the last portion of the equipments commissioned under that
project till Phase V.3; Thereafter MBG shall be released and PBG shall be
equivalent to the three years AMC amount valid for a period of three and
a half years from the date of start of AMC.
The successful bidder shall have to execute a Bond to indemnify the BSNL
from all statutory/legal liabilities towards all the personnel either employed
itself or in the rolls of its sub-vendors , who have been deployed for
execution of various works against this project, that may arise due to
various labour and other laws as specified by central/state from time to
time as per the format shown in the Annexure-III. Further the engagement
and employment of any personnel and payment of wages to them as per
the existing provisions of various labour laws and regulations is the sole
responsibility of the bidder and any breach of such laws or regulation shall
be deemed to be breach of this contract.
All foreign personnel likely to be deployed by the successful bidder for
any activity pertaining to this project shall be security cleared by the
Government of India prior to their deployment. The security clearance will
be obtained from Ministry of Home Affairs, Government of India.
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.

66/337

83

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

84

The bidder shall give clause-by-clause compliance of all the conditions


indicated in the earlier paragraphs without which the bid shall not be
considered.

85

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

86

No Remote Access (RA) shall be provided to any equipment


manufacturer or any other agency out side the country for any
maintenance/repairs. However, RA may be allowed for catastrophic
software failure (such as failure to boot up etc.) which would lead to major
part of the network becoming non-functional for a prolonged period,
subject to meeting the following conditions:-

86.1

Whenever RA is to be provided, the bidder shall notify BSNL in writing the


reasons necessitating requirement of RA.,

86.2

Remote Access password will be enabled only for a definite period of time
and only for access from pre-approved locations of the Original
Equipment Manufacturer (OEM) Vendors to the equipments specifically
under repair/maintenance alone.

86.3

The control of Remote Access i.e. activation, transfer of data, termination


etc. shall be within the country and not at a Remote location, abroad.

86.4

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

86.5

Any equipment or software that forms part of the Lawful Intercept System
and overall monitoring shall not be permitted to have remote access
under any circumstances.

86.6

The catastrophic software failure, major part of the network, and


prolonged period used under this clause shall be defined by BSNL from
time to time in accordance with the instructions from Government of India
on the subject.

86.7

Wherever RA is provided, the access shall have to be through firewall and


has to be governed through secure tokens. The access shall be based on
individual and task specific.

67/337

87

It will be the responsibility of the vendor to obtain the necessary structural


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

68/337

DETAIL TECHNICAL REQUIREMENTS (DTR)


1

ANNEXURE-I

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

1.1

All the network elements shall be configured with unlimited subscriber


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

1.2

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

1.3

The software version of equipment to be supplied shall be the latest and


same for all configurations and for all the sites. The hardware version to be
supplied shall be the same for all configurations and for all sites including
the validation site.

1.4

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

1.5

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

1.5.1

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

1.5.2

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

1.5.3

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

69/337

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


regard.
1.6

There shall be dedicated auto-tests in all the network elements and


equipments required for installation, troubleshooting, optimization etc.

1.7

The Network Elements shall support generation of standardised charging


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

1.8

CDRs generated by the various network elements such as MSC Server,


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

1.9

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

1.10

It shall be the responsibility of the successful bidder to integrate the


supplied network elements with the existing/new billing system without any
commercial implication to BSNL.

1.11

The Network elements to be provided under this tender shall have an


availability of 99.999% for the core equipment and 99.99% for the radio
equipment.

1.12

All network elements shall have the ability to upgrade software or


hardware in the live system without any interruption or degradation of
services.

1.13

It shall be possible to expand all network elements by adding hardware &


software to a live system without any interruption or degradation of
services.

1.14

It shall be the responsibility of the bidder to make the equipment supplied


under this project inter-work with all other network elements supplied by
other vendors and the existing equipment. Both post-paid and pre-paid
subscribers shall have nationwide seamless working.

1.15

Signalling Links:

1.15.1

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


signalling links

1.15.2

System shall be expandable to accommodate terminations for at least


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

70/337

including those used for internal purposes. System shall be capable of


supporting analysis for at least 1023 DPCs.
1.16

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

1.17

It shall be the responsibility of the successful bidder to supply DDF, ADF


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

1.18

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

Core Network-Circuit Switched (CN-CS)

2.1

General

2.1.1

The Common Core shall be of split architecture comprising of MSC


server, Media Gateways (Remote and Co-located), GMSC, HSS, VLR, EIR,
AuC etc. The Core network to be supplied shall be as per 3GPP R6
specifications. The IMS-Phase1 functionality shall be provided by Q4-2006
and IMS-Phase2 shall be provided by Q2-2007. All the Core network
elements shall be upgraded to provide HSUPA and full R6 functionality by
Q4-2007 with out any additional commercial implications on BSNL.
1.

IMS-Phase1

Q4-2006

2.

IMS-Phase2

Q2-2007

3.

HSUPA

Q4-2007

2.1.2

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

2.1.3

The final architecture of the Common Core system shall be in


accordance with 3GPP TS 23.002 v 6.7.0 to be realized in stages as
indicated in clause 2.1.1 above.

2.1.4

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

71/337

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


29.414 v 6.0.0.
2.1.5

The MGW shall have TDM, ATM and IP bearer support. The system shall
have switching capabilities for providing ATM VC/ATM VP / AAL2/ AAL5,
IP, IP MPLS, STM and E1 etc as per TEC GR No. GR/ATM-01/03 Mar2001,
GR/DCS-05/03 Mar2001, GR/ATM-03/01 May2000.

2.1.6

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

2.1.7

Core Network shall be provided with Tandem Free Operation and


Transcoder Free operation functionality, as specified in 3GG PP TS 22.053,
3GPP 23.153 and 3GPP 28.062.

2.1.8

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

2.1.9

The network shall provide security mechanism as per 3GPP TS 33.102 v


5.5.0 or later and 33.120 V4.5.0 or later.

2.1.10

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

2.1.11

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

2.1.12

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

2.1.13

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

2.1.14

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

72/337

2.1.15

Message Transfer functionality, including SCCP routing, SCCP


Accounting, SCCP relay functionalities shall be built in within the MGW.

2.1.16

The MGW should support voice quality enhancement, which enhances


speech quality by handling impairing factors from the Mobile Station
(MS) side such as acoustic echo originating in the MS and ambient noise.

2.1.17

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

2.1.18

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

2.1.19

GMSC shall be based on R5 split architecture. GMSC shall provide TDM,


ATM and IP interfaces as specified in relevant GR. All the specifications of
MSC server shall also be applicable to GMSC server.

2.1.20

It shall be possible to connect any combination of MGW, MSC Server


and TAXs with the GMSC.

2.1.21

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

2.1.22

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

2.1.23

CN-CS shall support single and multiple numbering schemes described in


3GG PP TS 22.101.

2.1.24

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

2.1.25

An end-to-end call attempt i.e., MO-MT or MO-PSTN or PSTN-MT shall be


treated as one BHCA.

2.1.26

Traffic of 0.7 Erlang/junction shall be


announcement devices.

2.1.27

Entire capacity of announcement devices and echo canceller shall be


in pool for the total capacity of that node.

2.1.28

Enhanced multi-level priority and pre-emption (EMLPP) service shall be


provided with seven priority levels to allow callers with urgent calls to preempt those with less urgent calls for GSM/ WCDMA.

2.1.29

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

73/337

used

for the dimensioning of

CAP III as well as on CAP II. It shall be backward compatible to the


existing VPN system. It shall be upgraded to CAP IV by Q4-2006.
2.1.30

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


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

2.1.31

The Core Network shall provide continued operation in the case of


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

2.1.32

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

2.1.33

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

2.1.34

Carrier Pre-selection feature for at least 16 carriers for NLD and 16 carriers
for ILD i.e 256 combinations shall be provided. The facility should be
provided for destination based selection.

2.1.35

The Core Network shall provide for generation of simultaneous multiple


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

2.1.36

The CDR generated in the Core Network elements shall necessarily


contain CAMEL FLAG in respect of the pre-paid subscribers.

2.1.37

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

2.1.38

MSC server should support a mechanism to regulate the number of


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

2.1.39

The facility to link Multiple SIMs/IMSI to a single MSISDN shall be provided.


Only one SIM will be active at any given time.

2.1.40

Support of SIP-T over Nc interface independent of the transport layer


shall be provided to facilitate communication between ISUP and IP
telephony.

2.1.41

Core Network & Radio Network should be upgraded to Support IPv6 by


Q4-2007.

74/337

2.1.42

The inter-working between following protocols shall also be supported; a)


BICC <-> SIP-T, b) BICC <-> ISUP, c) ISUP <-> SIP-T.

2.1.43

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

2.1.44

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

2.1.45

The modification of the access bearer as per the request of application,


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

2.1.46

On call disconnection command, the system will disconnect all


established calls associated with that subscriber at that time.

2.1.47

MSC Server shall be provided in pool. It shall be possible to connect each


RNC or BSC to multiple MSC nodes of the pool as per 3GPP 23.236 v 6.0.0.

2.1.48

The network shall provide service trigger based handovers 2G<=>3G


including handovers defined in TEC GR.

2.1.49

Network should support National & International Roaming Restriction and


operator controlled barring.

2.1.50

The Network shall support Supercharger functionality as per 3GPP TS


23.116.

2.1.51

The network shall support MS purge. Redundant data should be removed


from VLR by deleting the information of a detached MS.

2.1.52

MGW shall support for both CS & IMS domain traffic.

2.1.53

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

2.1.54

The bidder shall supply mated signalling Gateways geographically


separated & electronically coupled for each of LSAs for building up a
redundant signalling network to interconnect all the network elements
which needs only signalling connections and also with other signalling
Gateways of BSNLs PLMN, PLMNs of private operators in own & other
LSAs and as well as to the signalling Gateways of NLD & ILD.

2.1.55

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

2.2
2.2.1

CN-CS Dimensioning
Designing Assumptions of MSC Server:
Traffic Profile

Remarks

GSM Sub

50%

WCDMA Sub

50%

75/337

BHCA/Sub
Traffic/Sub in Erlang(voice)
Outgoing
Incoming
IN Calls(Prepaid)

3
0.05
50%
50%
100%

BHSM/Sub

0.5

Signalling Link Loading


Mobile To Mobile
Mobile to PSTN
PSTN to Mobile

30%
60%
10%
30%

Media Gateway on IP (Mc)

100%

Inter MSC Server Traffic (BICC)

50%

Signaling

IP

Types of MSC Server


Subscriber Capacity

2.

VLR capacity

3.

BHCA

4.

6.

CCS 7 Links 64 Kbps


(Minimum)
CCS 7 Links- 2 Mbps to
STP/ Other nodes(High
Speed Link) (N+1
Redundancy)
GTT Capacity per second

7.

PCM (E1s)

8.

STM-1s (Optical interface)

9.

Optical DVD R/W drive

10.

TCPIP ports for CDR


polling to billing system
Number of O&M terminals

5.

11.
12.

Number of simultaneous
calls that can be handled

13.

a. Minimum number of
Remotely located MGWs
to be supported
b. Minimum number of colocated MGWs to be

All MGW will be connected on


IP from MSC server

Category
A

1.

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

Remarks

400 K

200 K

100 K
Expansion

600K

300K

150K

1.2 Million

0.6 Million

0.3 Million

512

256

128

24

12

50000

25000

12500

24

24

24

40000

25000

15000

16

16

76/337

In Redundant
Mode
No. of
Sessions =
CAPS X MHT +
20%

supported.
14.

Nc interfaces, BICC

15.

Mc interfaces, H.248

18.

Minimum number of
RNC/BSC of any size to be
supported
100 Mbps IP Signaling Ports
Optical( 1+1 Redundant)
ATM Signaling Port for HSL
( 1+1 Redundant)
16+2 port IP site Router for
MPLS VPN, (16 Ports of
10/100 Mbps (STM-1) & 2
ports of 1000 Mbps over
optical STM)

19.
20.
21.

2.2.2

2.3
2.3.1

Min 6.0
Mbps
Min 10.0
Mbps

Min 3.0
Mbps
Min 8.0
Mbps

Min 2.0
Mbps
Min 6.0
Mbps

No
Limitation

No
Limitation

No
Limitation

5+5

3+3

2+2

2+2

2+2

2+2

For 50% Inter


MSC-S Traffic
To be carried
on IP

For
redundancy
For
redundancy

The bidder shall dimension Mc & Nc interfaces with 30% loading at the
rated BHCA of the MSC-Server. The bidder shall furnish the detailed
calculations together with the formula and the message numbers & size
assumed for different call scenarios. The bidder shall be fully responsible
for dimensioning the number of interfaces & throughput on the
interfaces. The interfaces shall be in redundant mode for resiliency.
Gateway Mobile Switching Centre (GMSC) in Split Architecture.
The desired configurations for GMSC/GMGW has been categorised as
follows:
(i)

CATEGORY A: 1.2 M BHCA GMSC Server + 30,000 Erlang colocated/Remote GMGW

(ii)

CATEGORY B: 0.9M BHCA GMSC Server + 25,000 Erlang colocated/Remote GMGW

(iii)

CATEGORY C: 0.6M BHCA GMSC Server + 15,000 Erlang colocated/Remote GMGW

Sl.
No.

CategoryA

CategoryB

Category-C

1.

BHCA

1.2 Million

0.9 Million

0.6 Million

2.

Erlang

30,000

25,000

15,000

3.

E1

1500

1300

800

4.

STM 1

25

20

15

5.

STM-4

77/337

Remarks

2.3.2

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

2.3.3

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

2.3.4

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

2.3.5

All other interfaces, signalling links & features shall be provided as


specified for the MSC server & MGW.

2.4
2.4.1

2.4.2

Media Gateway (MGW)


The assumptions for dimensioning of MGW shall be the following:
Traffic Profile

Values

BHCA/Sub

Traffic/Sub

0.05

IN Calls

100%

BHSM/Sub

0.5

GSM Sub

75%

WCDMA Sub

25%

Link Loading

30%

Mobile To Mobile

60%

Mobile to PSTN

10%

PSTN to Mobile

30%

Media Gateway on IP (Nb, Mc)

100%

Remarks

50% Incoming and


50% Outgoing

MGW Dimensioning:

S.No

Unit/
Entity

CAT-A

CAT-B

CAT-C

CAT-D

CAT-E
(Expn)

Remarks

Erlang

16000

12000

8000

4000

2000

User Traffic
excluding
housekeeping
and OAM traffic

(i) GSM

No.

14000

10000

7000

3500

2000

(ii) UTRANVoice

No.

4500

3500

2300

1200

600

(iii) UTRAN-Video

No.

180

150

100

50

25

Item
Traffic Capacity

1.

2.

Simultaneous
Call
Contexts.

78/337

3.

A Interface

E1

No.

660

495

330

165

83

STM-1

No.

No.

4.

Iu-CS
Interface

STM-1

5.

MGW
PSTN,
USAL, CMSP

E1

No.

640

480

320

160

80

STM-1

No.

10

E Interface

E1

No.

64

64

48

32

20

STM-1

No.

Mbps

102

77

51

26

24

STM-1

GE

6.

Nb Interface
7.

8.
9.

Mc Interface
Transcoders

10.

Echo Cancellers

11.

SS7 links to
BSC, PSTN,
GMSC etc

12.

No.
No.

20000

15000

10000

5000

2500

Iu-CS

No.

5000

3750

2500

1250

625

No.

20000

15000

10000

5000

3000

HSL

Number of Announcement Devices


SIGTRAN Ports

No.

To be provided by the bidder as per actual


calculations

No.

To be provided by the bidder as per actual


calculations

No.

IWF Devices

600

400

300

200

To be provided by the bidder as per actual


calculations

Mbps

To be provided by the bidder as per actual


calculations

No.

100

100

100

100

Transcoders are
to be in a single
pool.

100

No.

13.

14.

To be provided by the bidder as per actual


calculations

A I/F

LSL

MGW - MSC

100

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


the MGW to the ultimate capacity in stages through addition of HW and
associated Software. All cabinets/racks supplied shall be fully wired its
ultimate capacity and shall be equipped for the current capacity.
Expansion of capacity in any cabinets/racks shall be by just insertion of
cards only.
2.4.2.2 The integrated STP & SGW functionality shall be provided in each of the
MGW.
2.4.2.3 The interfaces required in the MGW shall be engineered as per the site
requirements at the time of implementation.
2.4.2.4 Only physical media connectivity shall be provided for interfacing with
different network elements in the form of E1s & STM1s. All TDM, ATM & IP
features should be internal to MGW. In case any external elements in the
form of ATM aggregators, routers etc. required, the same shall be quoted
as part of bid. Any network component not quoted, but required during
implementation shall be supplied by the bidder at no additional cost.
2.5

Home Subscriber Server (HSS)

79/337

2.5.1

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

2.5.2

Presently Each PLMN area is catered by HLR with geographically


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

2.5.3

Stand alone HLR together with Authentication Centre shall be provided


as part of HSS. The system shall support 3G Security (Authentication,
Access Control, Confidentiality, Integrity, Availability, Auditing) as
specified in 3GPP 21.133.

2.5.4

The HLR shall have mated pair, geographically separated, electronically


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

2.5.5

The subscriber administration in both Working/Working-hot standby HLRs


shall be done through a single point.

2.5.6

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

2.5.7

The HSS to be provided in each of the licensed area, shall have a


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

2.5.8

The bidder shall supply a separate node for Subscriber location


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

80/337

2.5.9

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

2.5.10

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

2.5.11

The system shall support at least 99.999% availability.

2.5.12

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

S.No
1.

Items

Configuration-A&B&C

No. of Subscribers

2.

LSL

Signalling Links
for C and D
Interface

HSL

SIGTRAN

3.

6.

The provision of Signalling links shall be at


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

Gc interface links

To be dimensioned by the bidder subject


to a minimum of one pair.

Gr interface links

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

Interface links for


GMLC[Lh]

To be dimensioned by the bidder subject


to a minimum of 8 links.

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

To be dimensioned by the bidder subject


to a minimum of 8 links per interface.

4.

5.

Minimum 1 million expandable in steps of


one million up to a maximum capacity of
12 million.

81/337

7.

& OSA SCS [Sh],


CSCF[Cx], IM SSF[Si],
3GPP AAA Server [Wx],
etc
Authentication support

Multiple versions of multiple algorithms


shall be supported (minimum 4 algorithms)

8.

Encryption

Shall support all the latest GSM and UMTS


encryption algorithms.

9.

No. Of call attempts per


second

Capacity of the HLR in subscriners/900

2.6

Equipment Identity Register


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

Core Network- Packet Switched

3.1

General

3.1.1

The Core network-PS to be supplied shall be as per 3GPP TS 23.060 v 6.8.0


specifications. The IMS-1 functionality shall be provided by Q4-2006 and
IMS-2 shall be provided by Q2-2007, with out any additional commercial
implications for BSNL. The necessary interfaces required to interconnect
IMS platform and other value added services elements asked in this
tender shall be provided.

3.1.2

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

3.1.3

SGSN/GGSN should simultaneously support GSM/GPRS/EDGE and


WCDMA/HSDPA/HSUPA subscribers with BSS and RNC connected over
Gb and IuPS interfaces respectively.

3.1.4

The entire resources of the PS Core shall be in a pool and shall be


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

3.1.5

SGSN in pool shall be supported. Load-balancing mechanism shall


distribute the subscribers attaching to the SGSN pool service area among
the SGSN within the pool.

82/337

3.1.6

SGSN should be able to forward access-related information about the


subscriber to the GGSN of the network to which the subscriber is currently
attached to.

3.1.7

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

3.1.8

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

3.1.9

The offered system should support Conversational, Background,


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

3.1.10

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

3.1.11

GGSN shall be able to forward information to multiple Radius/Diameter


servers.

3.1.12

GGSN should be able to receive information about radio access


technology (RAT) used, roaming location (MNC and MCC of used SGSN)
and terminal (IMEI-SV) from SGSN and then forward Radius accounting
messages, over SRAP interface towards Rate Servers.

3.1.13

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

3.1.14

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

3.1.15

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

83/337

3.1.16

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

3.1.17

The bidder shall upgrade the existing SGSN/GGSN to support seamless


roaming of UMTS subscribers.

3.1.18

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

3.1.19

SGSN/GGSN shall support softer 2G 3G handovers based on service


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

3.1.20

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

3.1.21

The packet core shall support setting up of a second session on an


existing PDP context.

3.1.22

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

3.1.23

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

3.1.24

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

3.1.25

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

3.1.26

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

3.1.27

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

3.1.28

The SGSN/GGSN supplied in Phase V.1 should be expandable to the


ultimate capacity required till Phase-V.2.

3.1.29

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

3.1.30

It should support traffic distribution between GGSNs serving SGSN cluster.

3.1.31
3.1.32

GGSN should support GTP access aggregation on Gn & Gp interface.


The transport of the above interfaces over the IP network shall be
supported by utilizing IETFs suite of SIGTRAN protocols. ISUP, MAP, CAP,
over IPv4 bearer based on SCTP and M3UA shall be supported.

3.1.33

The system should support roaming restriction (national and


international) as well as operator determined barring as per 3GPP TS
22.041.

3.1.34

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

84/337

3.1.35

3.1.36

On call disconnection command, the system will disconnect all


established calls associated with that subscriber at that time. It shall be
possible to search for all active PDP context associated with a subscriber
at any time and deactivate it.
Dimensioning

3.1.36.1 PS Subscriber profile


Sl.
No
Item
.
1 Total Subscribers
2 GERAN subscribers
Attached Subs.
Active Subs.
PDP Context
User throughput
3 UTRAN

subscribers
Attached
Active
No. of PDP
User throughput
DL only

CAT-C
[expn]

Unit

CAT-A

CAT-B

Remark

Million
No.
No.
No.
No.
Mbps

1
750,000
375,000
112500
225000

0.5
375,000
187,500
56250
112500

0.1
75,000
37,500
11250
22500

37.5

18.75

3.75

No.
No.
No.
No.
Mbps

250,000
250,000
62500
125000

125,000
125,000
31250
62500

25,000
25,000
6250
12500

30

15

Remarks

Excluding all
overheads

Excluding all
overheads

3.1.36.2 Physical interface requirements-SGSN


Sl.
No
1.

Interface

CAT-A

CAT-B

CAT-C

IuPS Interface ATM-STM-1

20

10

2.

Gb interface links-E1

150

75

15

4.

Gn interface links Giga


Ethernet or STM-16

Optical interface

5.

Gp interface

STM-1

6.

Ga links interface

512

256

64

7.
SS7 links for Gr, Gd, Ge, Lg
and Gs interface
8.

Optical Drive

9.

FTAM on TCP/IP

10.

Interface to IMS

Equivalent
SIGTRAN ports
need to be
provided

To be dimensioned by
bidder

3.1.36.3 Specification of each Gateway GPRS Support Node (GGSN)

85/337

Sl.
No.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.

3.2

Items

Quantity required

Gi interface links on Giga Ethernet


Gn interface links on Giga Ethernet(STM16)
Gc,Lg interface links
OMC-Peripherals
Gp interface links-STM-1
NTP server (2 million account)
RADIUS server
DHCP Server (1.0 million IP)
DNS Server (150 Transactions/sec)
Access points
FTAM over TCP/IP
Ga interface link
Interface to IMS
AAA Server
Diameter Server

2
7
16
2
6
2
2
2
2
1000 APNs
2
2
To be dimensioned by the
bidder

GPRX Roaming Exchange (GRX)

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

RADIO ACCESS NETWORK

4.1

GENERAL

4.1.1

The tender seeks supply of both GERAN and UTRAN.

4.1.2

The Radio Access Networks shall be as per TEC GR No. GR Nos. GR/UTR01/01 JUN 2005, GR/BSS-01/01 OCT 2004, GR/GPR-01/01. MAR 2002,
GR/GPR-01/02. and in compliance with the provisions contained in the
following documents or their latest version which, through reference in
this DTR, shall constitute requirements of this tender:
(i)

GSM 03.64: "Digital cellular telecommunications system (Phase 2+);


General Packet Radio Service (GPRS); Overall description of the
GPRS radio interface; Stage 2".

(ii)

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

(iii)

3GPP TS 23.236v6.0.0: "Intra Domain Connection of RAN Nodes to


Multiple CN Nodes".

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


Stage 2".

86/337

4.1.3

The versions of the 3GPP specification referred to in TEC GR No. GR/UTR01/01 JUN 2005 shall be of the latest version available on the date of
release of the NIT. The GERAN shall support all features specified up to
and including 3GPP Release 6. The UTRAN shall be compliant to and shall
provide all the features specified up to and including 3GPP Release 6.
The UTRAN features to be implemented against this tender shall be in
three sub-phases, to be complied as per the time lines specified in
Section-IV [SCC] as detailed below:
(i)

Phase-V.1: 3GPP R5 compliant UTRAN with full HSDPA


functionality. The GERAN shall be 3GPP R5 compliant. The access
transmission shall be a mix of ATM and TDM technologies.

(ii)

Phase-V.2: Upgradation to full 3GPP R5 compliance including IP


transport of the entire UTRAN in the same HW sought under this
tender.

(iii)

Phase-V.3: Upgradation to full 3GPP R6 with HSUPA and TDD


functionalities. All the UTRAN network elements shall be fully R6
compliant with HSUPA and TDD mode functionalities in the same
HW at the end of this phase.

4.1.4

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

4.1.5

The Operation, Maintenance and Administration of the entire RAN shall


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

4.1.6

The controllers and vital common control modules shall be duplicated


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

4.1.7

No separate media would be made available for the terminals of the


OMC-R to be located in the remote RNC/BSC. Suitable interfaces at RNC
to extract adequate bandwidth for the operation of the remote OMC-R
terminal shall be provided. Aggregation of the OMC-R terminals at the
OMC-R end shall be done through nailed-up connections at the
MGW/MSC. Not more than 3 OMC-R terminals may be aggregated to a
single E1.

4.1.8

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

4.1.9

It shall be possible to upload the current configuration of the BTS, Node-B,


BSC, RNC and PCU etc to the OMC-R using MML commands.

87/337

4.1.10
4.2

The interval for collection of statistical information relating to events in the


network shall be available down to the granularity of 15 minutes.
UTRAN REQUIREMENTS

4.2.1

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

4.2.2

The tender seeks planning, design, installation, optimization, acceptance


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

4.2.3

The bidders as part their Techno-Commercial proposal shall submit a


Solution and Capability Document detailing the planning and design of
the network in comprehensive and understandable manner together
with all assumptions and parameters used in the design for arriving at the
specified capacity, coverage and QoS. They shall also specify all vendor
specific features and capabilities that are used in the design of the
UTRAN.

4.2.4

The bidder shall submit the following digital prediction plots for each of
the cities:
(i)

Coverage plot indicating the Received Signal Code Power [RSCP]


in intervals of 6db commencing from -75dbm.

(ii)

Pilot Best Server

(iii)

Eb/No plot.

88/337

(iv) Ec/Io plot.


(v)

Handover status

(vi) Throughput plot


4.2.5

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

4.2.6

The UTRAN design shall allow a single UE (User Equipment) to handle


more than one radio access bearer service simultaneously. It shall be
possible for one UE to have minimum three number of simultaneous
radio access bearer services, ie either 2 circuit switched + 1 packet
switched or 2 packet switched + 1 circuit switched with independent
traffic and performance characteristics.

4.2.7

The UTRAN shall have call queuing and preemption feature.

4.2.8

Entire capacity of the Transcoder node shall be available to any of the


RNC and BSC connected to that node.

4.2.9

Propagation Models: For designing


propagation model shall be used.

4.2.10

It shall be possible to accommodate any ratio of voice/data users and


HSDPA respectively within the threshold of noise level and total
throughput dimensioned for the Node-B. However for bandwidth
calculations, 10% of the WCDMA Subscribers will be assumed as HSDPA.

4.2.11

The Node-B baseband design shall cater to a minimum traffic demand of


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

4.2.12

The proposed UTRAN Network shall support Channel Rate Switching


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

89/337

of

UTRAN,

COST

123

Hata

4.2.13

Node-Bs to be supplied (macro and micro) shall be provided with HSDPA


using 16 QAM modulation technique with peak data rates up to 14 Mbps
in each of the sectors and on all carriers of the Node-B simultaneously.

4.2.14

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

4.2.15

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

4.2.16

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

4.2.17

The Outdoor Node-B shall provide nominal -48V DC for operation of


transmission equipments like Digital Microwave and Optical Fibre Systems
etc.

4.2.18

Outdoor Node-B shall be IP55 compliant.

4.2.19

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

4.2.20

Power supply for Tower Mounted Amplifier (TMA), if used, shall be


provided from the Node-B, for both outdoor and indoor, without the use
of any extra cables.

4.2.21

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

4.2.22

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

4.2.23

The system shall support handover initiated by the network based on RF


criteria as measured by the MS or the Network (signal level, Connection
quality, power level, propagation delay) as well as traffic criteria (e.g.
current traffic loading per cell, interference levels, maintenance
requests, etc.)

4.2.24

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

4.2.25

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

4.2.26

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

4.2.27

The RAN Traffic Concentrator (ATM/IP) shall be implemented with


telecom grade reliability within the UTRAN nodes and for connections
with Circuit and Packet Core network elements.

90/337

4.2.28

Quality of service (QoS) implementation and support for network


synchronization of Node-B and RNC shall be provided in the RAN Traffic
Concentrator.

4.2.29

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

4.3

RADIO NETWORK CONTROLLER (RNC)

4.3.1

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

4.3.2

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

4.3.3

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

4.3.4

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

4.3.5

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

4.3.6

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

4.3.7

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

4.3.8

The system offered shall have transport channel-type switching (CTS)


between dedicated and common channels. CTS involves shifting of users
who did not transfer data for a given period of time from dedicated to
common transport channels, and vice versa for active users for efficient
use of resources on the air interface.

4.3.9

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

4.3.10

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

4.3.11

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

4.3.12

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

4.3.13

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

4.3.14

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

4.3.15

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

91/337

4.3.16

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

4.3.17

The system shall provide various combinations of QoS parameters that


are independently settable, for the different traffic classes such as
conversational, streaming, interactive and background. The Supplier
shall describe how these parameters are used in the radio resource
management process.

4.3.18

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

4.3.19

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

4.3.20

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

4.3.21

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

4.3.22

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

The system shall be equipped with HSUPA through software


upgrades only without any commercial implication.

(ii)

The system shall support various services to be launched under the


platform of HSDPA & HSUPA.

(iii)

The system shall support HSDPA/HSUPA in all the sectors and


carriers.

(iv) RNC and Node-B shall be upgraded to support HSUPA with


software upgrades only and without any change in hardware.
(v)

Common Radio Resource Management UMTS GSM (CRRM)

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


(vii) 4-RX Diversity
(viii) Multi-User Detection (MUD)

4.3.23

(ix)

All IP architecture

(x)

IP transport

The RNC shall be dimensioned according to the following guidelines


S.No

Parameter

Value

Voice Usage Per Sub

50 mE

Soft Handover traffic

30%

92/337

4.3.24

4.4

Signalling Overhead

10%

ATM overhead

40%

E1 capacity utilization

70%

STM1 capacity utilization

80%

IuR Traffic

5%

BHCA per sub

Data per sub (DL at BH) (R99 / R4)

300 bits/s

10

Voice AMR per subscriber

12.2 Kbps

11

Data per sub (DL at BH) (R5


HSDPA)

600 bits / s

12

Cell Loading

50%

13

CS Data per subscriber

0.0025 Erlang

The RNCs shall be equipped for its ultimate capacity in respect of


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

4.4.1

The system shall operate in the frequency band assigned by Government


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

4.4.2

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

4.4.3

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

4.4.4

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

93/337

4.4.5

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

4.4.6

The micro Node-B shall be equipped with HSDPA. It shall be possible to


field configure micro Node-B to support HSDPA and non-HSDPA traffic in
the same/different carriers

4.4.7

The Node-B shall be equipped with HSDPA as per TR 25.308, TR 25.858, TR


25.877. It shall be possible to configure HSDPA in the same carrier as
voice and data traffic or in a separate carrier as per the requirement of
BSNL.

4.4.8

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

4.4.9

Macro Node-B shall support Main and Remote RF Head configuration to


provide coverage to remote locations with the following requirements:
(i)

It shall be possible to extend all the three/six sectors of the Node-B


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

(ii)

It shall also be possible to extend each of the sectors on


independent pairs of dark fibre to three/six RRHs mounted on
tower/pole in three/six different locations.

(iii)

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

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

RRH shall support remote electrical tilt of the antenna.

(vi) It shall be possible to field configure RRH to support HSDPA and nonHSDPA traffic in the same/different carriers.
(vii) Main unit to have built-in ATM switch with AAL2 switching
capabilities.
4.4.10
4.5
4.5.1

The channel element resources shall be pooled across sectors, carriers,


uplink, and downlink, but allocated independently.
Service Aspects:
The system shall provide the following guaranteed services with the RAB
and other details mentioned against each:

Service
Voice
Video Phone
Web Browsing
Audio Streaming
Video Streaming

Radio Access Bearer


C_CO_UL12.2_DL12.2
C_CO_UL64_DL64
P_IB_UL64_DL64
P_IB_UL64_DL128
P_IB_UL64_DL384

Domain
CS
CS
PS
PS
PS

Traffic
Class
C
C
IB
IB
IB

94/337

Data
Throughput in
Kbps
DL
UL
12.2
64
64
128
384

12.2
64
64
64
64

Radio
Resource AF
Tuning
UL
DL
1
1
1
1
1

1
1
1
1
1

Spread
Factor
DL

UL

128
32
32
16
8

64
16
16
16
16

HSDPA Service

4.5.2

P_IB_UL64_HSDPA

PS

IB

14.4
MBps

384

256

16

The call model for the different types of environments for each of the
services are given below:
Table 4.5.1 Call Model for Dense Urban & Urban environments

Application

Radio Access Bearer

DL

UL

Session
Duration
in Sec

Activity Factor

Sessions
/user/BH

mE/
sub

bps/sub/BH
DL

UL

Speech
Video
Basic
Browsing
Audio
Streaming
Video
Streaming

C_CO_UL12.2_DL12.2
C_CO_UL64_DL64

50%
100%

50%
100%

60
600

3.000
0.012

50.00
2.00

305
128

305
128

P_IB_UL64_DL64

48%

5%

60

0.050

0.83

26

P_IB_UL64_DL128

88%

4%

180

0.010

0.50

56

P_IB_UL64_DL384

87%

9%

240

0.002

0.13

45

HSDPA

P_IB_UL64_DL3600

50%

10%

60

0.001

0.02

30

Table 4.5.2 Call Model for Suburban environment

DL

UL

Session
Duration
in Sec

C_CO_UL12.2_DL12.2
C_CO_UL64_DL64
P_IB_UL64_DL64
P_IB_UL64_DL128
P_IB_UL64_DL384

50%
100%
48%
88%
87%

50%
100%
5%
4%
9%

60
600
60
180
240

3.000
0.010
0.030
0.005
0.001

P_IB_UL64_DL3600

20%

10%

60

0.001

Application

Radio Access Bearer

Speech
Video
Basic Browsing
Audio Streaming
Video Streaming
HSDPA

Activity Factor

Sessions/
user/BH

mE/sub

Bps/sub/BH
DL

UL

50.00
1.67
0.50
0.25
0.07

305
107
15
28
22

305
107
2
1
0

0.02

12

Table 4.5.3 Call Model for Rural environment

DL

UL

Session
Duration
in Sec

C_CO_UL12.2_DL12.2
C_CO_UL64_DL64
P_IB_UL64_DL64
P_IB_UL64_DL128
P_IB_UL64_DL384

50%
100%
48%
88%
87%

50%
100%
5%
4%
9%

60
600
60
180
180

3.000
0.006
0.010
0.003
0.001

P_IB_UL64_DL3600

20%

10%

0.000

Application

Radio Access Bearer

Speech
Video
Basic Browsing
Audio Streaming
Video Streaming
HSDPA

4.6
4.6.1

Activity Factor

Sessions/
user/BH

mE/sub

bps/sub/BH
DL

UL

50.00
1.00
0.17
0.15
0.05

305
64
5
17
17

305
64
1
0
0

0.00

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

95/337

required capacity, Coverage and QoS, then the bidder shall make good
the shortfall of all necessary equipments without any additional financial
and commercial liability for BSNL.
4.6.2

The following parameters shall be used for designing UTRAN:

Sl.No
1.

2.

3.

Parameter
Penetration Loss

Transmit Power

Dense Urban(DU)

Value
25

Urban(U)

20

dB

Suburban(SU)

15

dB

5.

6.

7.

Antenna Height

Antenna
(Node B)

Antenna
(UE)

8.

Slant loss

9.

Body Loss

Gain

Gain

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

11. Standard
Deviation

12. Area Coverage


Probability

13. User Profile


14. Probability

of

dB

Rural(R)

10

dB

21

dBm

Macrocell

43

dBm

Mobile

dB

DU &
U

2.5

dB

SU
Rural

3
4

dB
dB

Feeder Loss

Diversity Gain

Remarks

UE (Handheld)

Node-B
4.

Unit

Uplink

dB

Downlink

dB

Dense Urban

25

Urban
Suburban

25
30

m
m

Rural

37

Mobile

1.5

Dense Urban
Urban

18
18

dBi
dBi

Suburban

18

dBi

Rural

18

dBi

HW/RW

21

dBi

Handheld

dBi

Data Card

dBi

X-Polarised
Antenna

1.5

dB

Handheld

dB

Data Card
Dense Urban

1.5
0

dB

Urban

-2.0

Suburban

-4.0

Rural

-6.0

Dense Urban

10

Urban

dB

Suburban

dB

dB

Rural

dB

Dense Urban

95

Urban

95

Suburban

95

Rural

95

Indoor Users

80

Outdoor Users

20

Circuit Switched

100

96/337

(Minimum guaranteed
at antenna port)

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

65 with 0-10 remote


electrical tilt
33 with 0-8 remote
electrical tilt

being attached

Packet Switched

100

15. Uplink cell


loading used to
derive Node-B
cell radii

All clutter Types

50

10

dB

dB

Dense Urban

Km/hr

Urban

Km/hr

Suburban

Km/hr

Rural

50

Km/hr

16. Log-normal
fading
17. Fast Fade
Margin
18. UE Speed

19. Orthogonality
20. Error Rate

21. Handover

22. Soft
gain

4.7

50

Speech

10-3

bit

Coded BER

CS Data

10-6

bit

Coded BER

PS data

10-1

block

Softer

10

Soft Intra RNC

15

Soft Inter RNC

handoff

Global BLER

Wherever RNC area dont overlap,


then this will be added to Soft H/O
Intra RNC

dB

23. Blocking Rate in


Uu interface

Voice 12.2 AMR

CS Data

24. Code Blocking


Rate

Conversational
Service per RAB

Streaming Service
per RAB

I/B Service
(Average)

10

Node-B Dimensioning

4.7.1

The maps supplied with the tender document provide a reasonably


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

4.7.2

All the Node-Bs shall be equipped with a minimum of 128 Channel


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

97/337

4.7.3

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

4.7.4

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

4.8
4.8.1

GPRS EDGE Radio Access Network [GERAN]


The system shall operate in the following frequency band :
(i)

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

(ii)

The availability of bandwidth is 6.2+6.2 MHz in 900 MHz band and


the carriers are not contiguous. A bandwidth of 1.8+1.8MHz in 1800
MHz spectrum is also available in few circles.

(iii)

The BTSs to be supplied shall be of PGSM type only. All frequency


dependent components and modules in the BTS shall be designed
to fully comply with the frequency band specified above.

4.8.2

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

4.8.3

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

4.8.4

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

4.8.5

The PCU shall support both EDGE and GPRS simultaneously.

4.8.6

The network shall support dynamic allocation of carriers through software


from a single location to cater to differential traffic requirements during
different timings of the day.

4.8.7

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

98/337

BTS. The cost of each such solution shall be quoted separately as an item
with details of the cost of each component of material and services.
4.8.8

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

4.8.9

Transcoder shall generally be co-located with BSC. However it can also


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

4.8.10

Dimensioning Base Station Controller (BSC)

4.8.10.1 The BSC configurations may be limited to three types based on the
configurations available with the bidders. However the minimum
configuration shall be limited to 512 TRXs. Bidders may quote number of
BSCs for each configuration fulfilling the requirements of SOR as given in
Section V. The CCS# 7 signalling link shall be dimensioned @ 1 SL per 8
TRX, even if the actual no. of TRX equipped is less than that the maximum
capacity of the BSC. The BSCs shall be capable of handling at least 5E
traffic per TRX and 300 BHCA per TRX in the quoted configuration, even if
the actual no. of TRX equipped is less than that the maximum capacity.
4.8.10.2 The minimum traffic carried by the BSC as specified above shall be the
throughput on each side of the BSC and NOT the traffic carried on the
E1s of both the sides of the BSC put together.
4.8.10.3 There shall be at least 4 E1s on the A-ter interface side of the BSC for
every 10 E1s or part thereof on the A-bis side of the BSC.
4.8.10.4 The PCU shall be co-located/integrated with each of the BSC. Each PCU
shall be connected to the SGSN on Gb interface through at least 4 E1s.
The interface between BSC and PCU shall be suitably dimensioned to
ensure that no blocking occurs on account inadequacy of bandwidth
on this interface. The bidder shall furnish detailed calculation and
documentation on the dimensioning.
4.8.10.5 In case of PCU being located separately, then each BSC shall be
connected to the PCU on Agprs [Frame Relay] through 4 E1s.

99/337

4.8.10.6 The BSC shall provide interface together with required software to work
with Media Gateway based on 3GPP R4/R5/R6 and Combined
MSC/MSC server.
4.8.10.7 The BSC shall have the following equipments and interfaces:
S.No

Items

Qty

1.

Optical/DAT drive

2.

Port for CBC

3.

Synchronisation from ADM clock

4.

Peripherals-OMC

5.

Average no. of TRXs per E1 on A-bis

6.

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


and Maintenance

7.

Lb interface for SMLC

2MHz

4.8.10.8 The BSC shall support external standalone SMLC for Location Based
Services.
4.8.10.9 The supplier shall provide necessary tools for creation of database for the
BSS and for generation of executable code for loading into the network
elements of the BSS. The tools shall perform on-line check for database
integrity and in-built features for command line syntax and semantic
checks. The tools shall have user-friendly GUI screens with on-line context
sensitive help for creation of data.
4.9

BTS Requirements and Dimensioning

4.9.1

All the BTSs to be supplied shall be expandable to 4/4/4 + 2/2/2


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

4.9.2

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

BTS with minimum guaranteed power output of 20Watts per carrier


when BTS is configured in 6/6/6.

(ii)

BTS with minimum guaranteed power output of 30 Watts/carrier


when BTS is configured in 6/6/6.

4.9.3

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

4.9.4

All the BTSs shall be of sectored type.

4.9.5

The entire city BTSs shall be assumed to be logically star connected at


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

100/337

5% of the total terminations shall be kept spare in the BSC for future
use/rearrangements.
4.9.6

Each of the Outdoor BTS shall be supplied with a pair of Optical/HDSL


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

4.9.7

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

4.9.8

BTS shall have automatic shutdown features with programmable


automatic timer to increase the battery backup time for a given
capacity of battery.

4.9.9

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

4.9.10

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

4.9.11

The Outdoor BTS shall be suitable for operation without air-conditioning


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

4.9.12

The Outdoor BTS shall operate under adverse environmental conditions


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

4.9.13

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

101/337

specified speech quality threshold, the system shall apply encoding at


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

User End Devices

5.1

Mobile Hand Set

5.1.1

Mobile Hand Set shall be common for UMTS and GSM subscribers and
shall be as per TEC GR No. GR/MSG-02/01 JAN2006.

5.1.2

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

5.1.3

The successful bidder shall make arrangement for providing


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

5.1.4

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

5.1.5

The Car Kit specified in the GR is not required.

5.1.6

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

5.2

(U/I) SIM

5.2.1

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

5.2.2

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

5.2.3

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

5.2.4

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

5.3

PCMCIA Data Card

5.3.1

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

5.3.2

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

5.3.3

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

5.3.4

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

102/337

5.3.5

It shall be compatible with all popular operating systems such as


Windows XP, NT, 2000, ME, 98SE, CE, Pocket PC, Linux, Apple OS x etc.

5.3.6

It shall have required electromagnetic shielding.

5.3.7

It shall support following additional features.

5.3.7.1 NDIS Driver Host Interface


5.3.7.2 SMS Messaging
5.3.7.3 Dial-up Networking
5.3.7.4 SIM and UMTS Compatible
5.3.8

The PCMCIA Card modules shall include a common comprehensive


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

5.3.9

To simplify and expedite product development cycles, the PCMCIA card


shall have a comprehensive software development kit (SDK) for easy
connection management.

5.3.10

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

5.3.11

All other requirements shall be as per the specifications of USIM


mentioned elsewhere in this tender document.

103/337

Intelligent Network

6.1.1

IN system shall be provided as per TEC Spec. No S/ING-01/01 JAN04


read with the additional requirements specified in this tender.

6.1.2

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

6.1.3

The proposed IN shall serve the requirements of multiple licensed service


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

6.1.4

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

6.1.5

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

6.1.6

The system shall be provided with IN platforms based on GSM 3.78


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

6.1.7

The proposed IN system shall be expandable to 30 million subscribers


capacity as a monolithic unit with carrier class nodes. Wherever server
based IN system is offered, the system shall comply to ATCA architecture.

6.1.8

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


subscribers.

6.1.9

For dimensioning of the IN system BHCC per subscriber shall taken as 3.


The CPU load of IN system shall not exceed 70% at the rated BHCC
capacity. The CPU load includes all administrative, operations &
management functions, online charging functions of all features, and
house keeping functions.

6.1.10

The system shall be configured with unlimited subscriber license including


SSF functionality restricted only by the total BHCC capacity. All the

104/337

necessary hardware and the related software licenses including


databases in all the network elements shall be dimensioned and
equipped accordingly, except for those network elements for which
higher capacity, if any, has been specified elsewhere in the tender.
6.1.11

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

6.1.12

It should support online data charging and interface to other nodes on


various open standard protocols such as Diameter, Parlay, XML, http,
Radius etc.

6.1.13

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

6.1.14

All IP based interface shall be suitably protected through exclusive


Firewall & Intrusion Detection System.

6.1.15

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

6.1.16

The total number of C7 links (64 kbps) required for connecting IN to


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

6.1.17

It shall be possible to provide any combination of unprohibited


teleservices and supplementary services and data services to the prepaid subscribers and charge them ON-LINE as per the prescribed tariff. It
shall also interface with the LBS Application server for the location based
services to the prepaid subscribers on DIAMETER and ensure online
charging of such subscribers. The system shall ensure that adequate
balance is available in the account of the pre-paid subscriber before the
service is provided.

6.1.18

The bidder shall provide all necessary components required for IN based
prepaid service including IP-SRP(Intelligent Peripherals) with support of
regional languages.. The pre-paid service should have data security
features for fraud prevention.

6.1.19

The bidder shall provide a suitable system for revenue assurance by


reconciliation of CDRs generated in the various network elements with
those generated in IN. The system shall also extract voucher data from
VoMS and the recharged data from IN system for reconciliation and shall
generate the required reports.

6.1.20

The pre-paid service application should be able to determine the


duration of the call to the nearest of 100 m sec and update the
subscribers account on real time basis to record the new available
balance. It should be able to notify subscriber regarding low balance
during session or prior to session.

105/337

6.1.21

It shall be possible to have personalized tariffing and personalized end


user communication within same Class of Service, which can be
configured by subscriber himself, at least through IVR, SMS, USSD, WAP
and WEB. Information should also be captured in Data Records
generated in system. It shall be possible to charge differentially all such
customer requests automatically. It shall be possible for the customer to
switch between tariff plans at least through IVR, SMS, USSD, WAP, WEB
and specially designed/normal recharge coupons in accordance with
the business policy of the BSNL. In all such cases suitable security
mechanism shall be implemented to prevent fraud & misuse.

6.1.22

Simultaneous provisioning in IN along with HLR and other network


elements shall be executed without manual intervention for bulk batch
processing, for individual provisioning and as well as for life cycle
management.

6.1.23

Friends and Family feature should be applicable for voice, SMS and other
data services such as CS data calls.

6.1.24

The bidder shall supply a Service Creation Environment platform as per


the clause 1.3.5 of TEC GR No. ING-01/01, Jan2004. While the GR lists a
minimum set of functionalities required, the SCE to be supplied shall have
sophisticated & state of art features and functionalities to generate, test
& launch innovative new services, to respond actively & proactively to
market needs with minimum time to market. The GUI shall be user
friendly, easy to understand & operate and shall have capability for
multiple concurrent users (minimum 5) to independently develop
different services at the same time. Supply of excellent & detailed
documentation is a prerequisite and the same shall be supplied along
with the equipment.

6.1.25

A Test & Development server should be provided to simulate tariff,


promotional and bonus plans before uploading to the live system to
ensure accuracy.

6.1.26

The IN Prepaid System should provide various Business and Financial


reports. The reports should be easily customizable to meet immediate or
periodic requirements. It should have in-built capabilities to enrich the
data received from various nodes such as SCP, SDP and VOMs etc. The
system should have the capability to work in a multi-vendor network with
quick customizations. Following minimum set of reports should be
available from one common reporting system in IN by default

Daily Activations, deletion & modification Report.

Recharge Report.

Report on Life Cycle Events e.g. account expiry, credit expiry,


Enquiries etc.

Reports on Revenues accrued from different schemes/plans.

Promotions and Bonus Report.

Churn Report.

Credit/Debit Adjustment Reports etc.

106/337

Financial Report etc.

6.1.27

Accounting of all IN services & inventories shall be in the IN system and it


shall be possible to send the consolidated accounting information to
B&CCS for the purpose of reconciliation and compilation of accounts. IN
systems should have data segmentation and partitioning over market
codes & LSA wise with provision for automatic Accounting.
Reconciliation of IUC (Interconnect Usage Charges) and charges for the
roaming calls should be supported.

6.1.28

The IN shall have automatic subscriber management features to reflect


the changes in the credit & life cycle events of the subscriber occurring
in the IN on to the HLR and other associated network elements where
services are provisioned for the customers.

6.1.29

IN system should have APIs which allows interface with any third party
Recharge mechanism like Banks, Financial institutions, clearing houses,
credit card settlement houses etc. These APIs shall support ISO protocol
and https connectivity.

6.1.30

All the hardware of IN system shall be in fully duplicated and hot standby
mode. The bidder shall provide a data replication solution for disaster
recovery to be located at a geographically separate location. The data
replication shall be online with suitable protection for data integrity and
consistency. The bidder shall submit detailed documentation clearly
detailing the data replication methodology and protection mechanism.
The IN shall have geographically separated & electronically coupled
SCPs that shall access both its own data base as well as the replicated
data at disaster recovery site to ensure continued operation.

6.1.31

It shall be possible to award cross product discount in online fashion


based on accumulated usage of voice, data, etc.

6.1.32

IN system shall have at-least five multiple balances configured in the


same account assigned to different services. It shall be possible to
transfer balances within the account under user control. It shall be
possible to recharge specific balances through appropriately designed
recharge mechanism.

6.1.33

IN shall have family account which can be administered by the primary


account holder. The account shall have 5 discreetly identifiable sub
accounts with independent balances and associated tariff plans. The
sub accounts shall have separate MSISDN & IMSI.

6.1.34

The IN shall have multiple accounting mechanisms for the same


account, the debit of which would be dependent on the time of the
activity.

6.1.35

The IN shall have group accounts comprising of common balance and


individual balances. Calls made within the group shall be debited to the
common balance whereas calls outside the group will be debited from
the individual accounts. The group account shall have one master
account with recharge privilege for all accounts and at-least 100
individual accounts which can be charged by the individual account
holders.

107/337

6.1.36

IN system shall have separate USSD server providing all prepaid related
USSD based enquiries like balance enquiry, last call charge enquiry etc..
It shall provide USSD based recharge both from home and visited
networks and would provide end of call notifications after each call. The
dimensioning of IN system shall take into account the requirement of the
USSD based load at the 70% processing load at the rated BHCC.

6.1.37

IN system shall provide USSD call back service for the customers both in
home and visited networks.

6.1.38

IN shall maintain individual count of events for each of the services and
shall generate USSD messages based on settable threshold on event
count offering upcoming bonus/discounts on the accumulated usage.

6.1.39

Two IP-SRPs shall be supplied per LSA. The IP-SRPs shall be of Stand-alone
type and shall provide 50% expansion capability within the same unit.
Integrated IP is not acceptable. One portable digital announcement
recording machine per LSA together with all accessories and software for
manual recording, recording from a file etc. shall be provided which shall
have the capability to load the announcement remotely on the IP-SRP. It
shall have the functionality to receive and record such announcements.

6.1.40

SCP-HLR interface shall be on MAP V4. Barring/unbarring of services at


HLR should be through MAP-ATM/ATI (any time modification/
Interrogation message) based on events in SDP.

6.1.41

VPN service shall also be available to pre-paid subscribers at national


level.

6.1.42

IN system should have a unified administration system for service


provisioning, service maintenance, service administration, backup &
restoration management. All software modules including patch
management shall be done from the unified administration system. The
administration system shall provide GUI based tools for exception
handling of subscriber account with adequate security and logging of
transaction. The subscriber management part of administration system
shall be provided in each of LSA(at-least two terminals in each LSA) with
suitable security & password management. The security & password
management of the system shall be with the central administrator. It shall
be possible to assign access priviledges based on user name or terminal
ID or a combination of both. All administrative transactions impacting
services of subscriber shall be logged with user ID & terminal ID.

6.1.43

The proposed IN system should have been subjected to IOT with all the
existing SSFs and SSF to be supplied against this tender should have been
subjected to IOT test with all the existing INs of BSNL/MTNL network. The
PICS (Protocol Interface Conformity Specifications) of ITU-T for IN on CAP
III, CAP IV (22.078, 23.078, and 29.078) & DIAMETER shall form part of the
techno commercial bid.

6.1.44

The SSF shall conform to all three stages of ETSI specification of CAMEL III,
CAP IV (22.078, 23.078, and 29.078) & DIAMETER.

6.1.45

There shall be no restriction in offering all the services available to


postpaid customers to prepaid customers.

108/337

6.1.46
6.2

In case of VPN, there shall not be any restriction on the number & size of
VPN accounts that can be created within the total ordered capacity.
Voucher Management System

6.2.1

The Voucher Management System shall be provided as per TEC GR No


GR/VOM-01/01, January 2006.

6.2.2

The capacity of the existing voucher management system should be


enhanced or a new VoMS shall be provided to handle total IN capacity
of the zone (existing plus new) including the capacity being ordered.

6.2.3

Voucher Management System should be a separate standalone node.


There should not be proprietary interfaces to other network elements. The
necessary APIs along with all the necessary details of the APIs shall be
provided so that other network elements can be made to interwork
through an inter-working unit. The inter-working unit shall be provided by
the successful bidder with complete details of APIs. The Zonal VoMS
should interface/inter-work with any VOMS of the cellone network
through C-VOMS for recharging of subscriber while roaming and using
voucher of any other circle.

6.2.4

VoMS should be able to generate at least 200K recharge Vouchers per


hour without affecting the other activity of VoMS.

6.2.5

It should be possible to recharge the prepaid account from any licensed


service area, with the coupon purchased from any other licensed service
area within or outside the zone. In such cases, the VoMS shall provide
accounting information for automatic reconciliation and settlement of
accounts between different licensed service areas on the basis of the sl.
No. voucher purchased and the MNC of the mobile to which it is
charged.

6.2.6

The VoMS shall maintain separate number series for each of the license
areas identified on the first two prefixed digits of the voucher serial
number. The LSA wise accounting information shall be built on these
prefix digits and all accounting reports shall be based on this. The VoMS
shall provide additional reports required for day to day management &
operations. Inventory Management and Control for VoMS for end to end
accounting and reconciliation of the Vouchers alongwith Distributor-wise
management of inventory shall be provided.

6.2.7

The Voucher Management System (VoMS) shall provide facility for


topping-up of the pre-paid account over-the-air in conjunction with the
existing OTASP/IN servers which are also to be expanded under this
proposal. The bidder shall ensure that the OTASP/IN server interfaces with
Credit card clearing house, ECS etc with whom BSNL will have/has an
agreement. The payment realization and updation of customer account
in VoMS/IN with appropriate credit shall also be ensured. It should also be
possible to recharge the account through USSD or landline even when
the subscriber is roaming anywhere in out side his HPLMN.

6.2.8

The system shall provide all necessary data required for scratch cards.
The Scratch card data shall be protected against frauds. The secret
code in recharge coupons shall be of 18 digits. The total capacity of

109/337

VOMS shall be 12 times the capacity of subscribers capacity envisaged


herein.
6.3

Central IN:

6.3.1

The bidder shall supply a central IN platform of capacity 3 million for all
the IN services M-VPN, Free Phone, Universal Access Number, Premium
rate, Universal Personal Number, Televoting. Both Pre-paid and post-paid
subscribers should be able to access all IN services. M-VPN shall be
capable to serve mix of post-paid and pre-paid subscribers in same VPN
account. There shall be no limitation on the mix of IN services, but shall
only be limited by the total capacity ordered. The purchaser reserves the
right to decide the location of this IN platform and would accordingly
make the procurement decision.

6.3.2

It should provide protection against Network overload as well.


1
2
3
4
5
6
7

Service
M-VPN account
Free Phone
Premium Rate
Universal
Access
Number
Universal Personal
Number
Televoting
Number Portability

Size
1,00,000
1,00,000
10,000
10,000

BHCC
3 Million
0.1 Million
0.01 Million
0.01 Million

100,000

0.01 Million

1,000
10000

2 Million
30000 Incoming calls

Total
6.3.3

M-VPN Dimensioning:
1.
2.
3.

6.3.4

5.16 Million BHCC

Minimum members in one VPN 3


account
Maximum Members in one VPN 10000
account
Average members per account
100

FPH Dimensioning
1.
2.

Minimum Size of FPH ODRs per 1


account
Maximum Size of FPH ODRs per 2500
account

110/337

Value Added Services

7.1

SMSC

7.1.1

SMSC shall be common for UMTS and GSM subscribers and shall be as
per TEC GR No. GR/SMS-01/01. March 2002 and in compliance with the
provisions contained in 3GPP specification TS 23.040 and 23.042, v 6.5.0.
or its latest version which, through reference in this DTR shall constitute
requirement for this tender.

7.1.2

The new/expanded SMSC shall be provided in such a manner that the


entire capacity (new & existing) is available for all the network elements
and subscribers with same SMSC address. Standalone SMS MO gateway
required for this purpose shall be provided with adequate dimensioning.

7.1.3

It shall be possible to charge the pre-paid & post-paid subscribers


differentially for premium messages, on the basis of SMPP port, content of
SMS, SMS profile of subscriber, type of SMS, Broadcast list, location from
where it is originated and charging of content provider in case of
advertisements.

7.1.4

SMS portal Gateway shall be provided for sending SMS through BSNL
portal by pre-paid & post-paid subscriber. The registration &
authentication of originator shall be carried out for submission of SMS.
Charging of pre-paid subscriber from corresponding IN shall be carried
out online and in real time.

7.1.5

It shall be possible to schedule the SMSC for acceptance and


transmission of push messages from the content providers. It shall also be
possible to define priorities for the different ports for acceptance of SMs
from Content Providers.

7.1.6

It shall be possible in the SMSC to define criteria based filters to block


transmission of SMs satisfying the defined criteria. The SMSC shall route all
such messages to an appropriate database and provide an analysis and
management report of such messages through interactive and
intelligent GUI in the OMC. The report and analysis shall be as per the
customization requirements of BSNL.

7.1.7

The SMSC shall have suitable interface (IS 41-C) to inter-work with CDMA
systems. It shall be possible for exchange of Short Messages between the
CDMA and GSM systems.

7.1.8

SMSC shall provide for multiple local language support in the UNICODE
format.

7.1.9

IVR system shall be provided which will be connected to SMSC on SMPP


and shall have ISDN PRI interface to connect with PSTN network, to
provide SMS services from PSTN network. The system shall be provided in
each circle. IVR shall have 200 predefined canned text messages to be
selected by user. The subscriber shall have option to select messages in
one of the three languages. It shall be possible for the user to input
numeric data at an appropriate place as prompted by the IVR message.
It shall then be possible to validate such concatenated message by the
subscriber before submitting the same as concatenated messages to the
SMSC. IVR shall automatically capture CLI of A party from PRA and

111/337

convert as sender number of SMS. 3 PRA (90 IVR ports) connectivity shall
be provided.
7.1.10

Ten terminals shall be provided for operator Bureau messaging which


shall be connected on TCP/IP to SMSC. SMPP client with GUI shall be
provided for submitting SMS in one of three languages as selected by
user. The system shall automatically capture data from network like Aparty number, time, date and mandatory fields like name of caller.
Operator bureau shall prepare the log of all operators in secure manner
for all transaction made by them for future reference.

7.1.11

It shall be possible for the subscribers to send and receive e-mail


messages, as SMS and the same shall be handled by the SMSC through
appropriate interface to Sancharnet/E-mail Servers and suitably
protected through firewall integrated with SMSC.

7.1.12

The SMSC shall be dimensioned for 100% of the total subscribers with the
following requirements:
(i)

Five messages (5 MO and 5 MT) per subscriber per day.(Database


size)

(ii)

Maximum length of SMS message - 160 characters. Messages of size


at least equivalent to 10 SMs should be sent as multiple SMs for
concatenation at MS and vice-versa.

(iii)

The storage buffer for the SMSC shall be 3 times the daily message
capacity.

(iv) The re-trial attempts of un-delivered SMs shall not impact BHSM of
the SMSC specified in the SoR. The expiry time for the un-delivered
message shall be in accordance with that specified in the GR. The
re-trial of the un-delivered messages shall be configurable.
(v)

The SMSC shall have the facility of SMPP service for interconnectivity
to facilitate multiple content providers to extend their services. A
minimum of 128 content providers are to be provided access to the
SMSC. The SMSC shall have suitable firewall to ensure security of the
SMS platform. It should be possible to differentially charge based on
the destination number and also based on the content provided by
the content providers for both post and prepaid subscriptions. It
should accordingly interface with IN platform for ON-LINE charging
in real time and shall generate data for differential charging for the
prepaid subscribers.

(vi) All signalling messages handling units and database servers ,


including the storage devices, in the SMSC shall have N+N
redundancy. Provision shall exist to ensure that these units work in
hot standby and load sharing mode. The SMSC architecture shall
support the message routing such that the message received from
any signaling link may be routed to any other signaling link of SMSC
directly.

112/337

7.1.13

Dimensioning
1.

MSC CCS 7 Links - MAP on CCS# 7

256

2.

HLR CCS 7 Links - MAP on CCS# 7

256

3.

CCS# 7 on IS-41 towards CDMA 1x

32

4.

B&CCS links FTAM & FTP on TCP/IP

5.

Optical drive

6.

No. of Subscribers

5 million

7.

SMPP ports

128

8.

SMSC Expandable in steps of 500KBHSM(Max


15000KBHSM)

2500KBHSM

9.

Stand alone MO SMS G/W Expandable in steps of


500KBHSM (Max 15000KBHSM)

2500KBHSM

10.

Message Buffer Size Expandable in steps of


15000KSM (Max 250000KSM)

75000 K SM

Minimum no. of LAN ports FE 10/100Mbps

11.

7.2

Expandable in steps of one port.

SMS-Cell Broadcast Centre (SMS-CBC)

7.2.1

The SMS-CBC shall provide PLMN wide Cell broadcast facility as per TEC
GR No. G/CBC-01/01, Sep2003 and in compliance with the provisions
contained in 3GPP specification TS 23.041 V 6.2.0 or its latest version
which, through reference in this DTR shall constitute requirement for this
tender.

7.2.2

The SMS-CBC shall be provided with all critical components in duplicate


and working in hot stand-by mode.

7.2.3

It shall be connected directly to all the existing & new BSCs through
suitable links and to RNCs on IuBC interface. All the networking
components like LAN switches, routers, hub etc at both CBC and
BSC/RNC ends shall be supplied as part of the CBC system.

7.2.4

The supply of CBC shall also include a Web server adequately


dimensioned with suitable firewall to handle atleast 128 simultaneous user
sessions for composing and transferring the cell broadcast message. The
web server shall generate CDR for each of the user sessions and shall
have suitable accounting mechanism for billing purpose. The web server
shall also have a comprehensive reporting tools for analysis of usage
pattern by different type of services/users etc. The web server shall
provide personalized GUI for each of the user in line with the business
requirements and CBC capabilities configured for the users. The web
server shall hold the BSS and RNS data suitably linked with the
geographical places of interest for administering the broadcast area.

7.2.5

The web server shall have capability through suitable API to access
external databases, GIS (geographical information system) etc on-line
and retrieve geographical places of interest linked to the BTS/Node B
identity. It shall be the sole responsibility of the bidder to implement the
API for such access in close coordination with other parties.

113/337

7.2.6

The access to Third parties & content providers shall be implemented


through standard interfaces as defined in the GRs and full
implementation shall be on the standalone basis.

7.2.7

It shall be possible by the system administrator to configure the CBC to


define area(s) for cell broadcast for each individual third party users. It
shall also be possible for the administrator to allow the user to broadcast
at predetermined time bands as per his request. The third party users shall
be able to control from his terminal the broadcasting functionality in a
specific area within the areas in which he is authorized through web
server.

7.2.8

Dimensioning:

7.3

1
2

3Rd party users


RAS

3
4
5

License
Transaction
LAN 10/100Mbps

1000
2 ISDN PRA Ports
60 dial-up ports
No limitations
50/sec
4

MMSC

7.3.1

The MMSC shall provide PLMN wide MMS facility as per TEC GR No.
G/MMS-01/01, and in compliance with the provisions contained in 3GPP
specification TS 22.140 V 6.2.0 and TS 23.140 V 6.2.0 or its latest version
which, through reference in this DTR shall constitute requirement for this
tender.

7.3.2

Dimensioning:
1.

I/F to HSS - MM5 on SIGTRAN (LSL)

128

2.

B&CCS links FTAM/TCP-IP (E1)

3.

Optical drive

4.

Number of Subscribers

2M

5.

Average MMS per subscriber per day

6.

Average message size

70 Kbytes

7.

No. of ports for Content Providers

128

8.

BHMM for P to P services

300K

9.

BHMM for C to P services (one to multiple)

300K

10.

Minimum no. of FE LAN ports

7.3.3

The MMS system shall be able to handle video transcoding for a video
content in MMS to be played as a slide show on a non-video client
supporting handsets.

7.3.4

The system shall have interface to connect to a multi media library as


defined in the TEC GR remotely over the Internet. placed either in a MM
Library of in another MMSC of BSNL. It shall be possible to connect the
Value added service providers over Internet using predefined Interfaces
in the 3GPP standards/TEC GR.

114/337

7.3.5

The new system will be integrated with the existing multi media library
through suitable API. The successful bidder is fully responsible for ensuring
the implementation of the API at both ends. The contents required for 3G
applications shall be provided. Content management system shall also
be provided in the Multi media Library.

7.3.6

The MMS system should also be supplied with Push Proxy Gateway (PPG)
system. The Push proxy gateway should also be capable of working as a
stand-alone WAP gateway for Internet browsing.

7.3.7

It shall be mandatory for the bidder provide the facility for notification to
WAP-Push enabled terminals and retrieval via WAP browser interface.

7.3.8

The MMSC shall also support the rating of the MMS messages depending
upon the type of the VAS Providers. It shall generate revenue sharing
reports for the traffic exchanged with content providers.

7.3.9

The supplier shall provide a comprehensive collection of albums for the


Public Library in English, Hindi and in different regional languages of
different categories such as Movie, Cricket and other Sports, Historical
events, film, classical and devotional songs, stills of prominent
personalities, etc. 5000 albums of each category shall be supplied
together with servers of suitable size with an initial load and storage of
only 30% and the remaining capacity being reserved for subscribers
library. All these albums shall be viewable through Library Browser to view
the albums with good resolution.

7.3.10

It shall be possible to configure the library to categorise the content in


different class/types and to associate different price tag. The CDRs
generated shall have suitable flag to enable differential charging for
both Post-paid and Pre-paid subscribers.

7.3.11

It shall also be possible to differentially charge both post and prepaid


subscriptions for the premium contents, based on the destination number
and the type of content provided by the content providers. It should
accordingly interface with IN platform for ON-LINE charging in real time
and Billing platform for post processing.

7.4

UNIFIED MESSAGING SERVICE

7.4.1

UMS shall be common for both UMTS and GSM subscribers.

7.4.2

The UMS shall be dimensioned to provide Voice Messaging Service to


10% subscribers with the storage capacity as specified in the UMS
GR/UMS-01/01 August 2000.

7.4.3

The UMS shall be of Distributed Architecture type having remote units of


adequate processing and storage capacity co-located with the GMSC
in each of the licensed service area. The architecture shall be such that
inter-remote and main-remote transfer of data and signals must be
minimum for user traffic. The UMS system shall inter-work with the existing
UMS Systems of BSNL and the supplier shall be responsible for integration
and re-engineering, if necessary, of all the UMS systems.

7.4.4

The UMS shall provide Missed Call Alert (MCA) through SMS for those calls
that cannot be completed due to various reasons such as switched-off,
not reachable etc. The periodicity of the MCA notification shall be

115/337

configurable. The minimum retrial period shall be 15 minutes and the


validity period of the MCA shall be at least 36 hours. It shall be possible to
get administrative reports from the system.
7.4.5

The UMS shall also provide Missed Call Alert (MCA) through Voice mail
Service, on subscription, for those calls that cannot be completed due to
various reasons such as switched-off, not reachable etc. The system shall
originate a voice call towards the subscriber to be alerted of missed calls
and play the CLI to the subscriber in a language to be configured by the
subscriber as soon as the subscriber attaches to the system. The minimum
retrial period shall be 15 minutes and the validity period of the MCA shall
be at least 36 hours (configurable). It shall be possible to get
administrative reports from the system.

7.4.6

It shall be possible to generate customer wise VMS utilization report.

7.4.7

The system should have feature of notifying the subscriber over UMS
(unified messaging system) regarding any change in service or welcome
message once it is provisioned by B&CCS system. The system should also
notify the subscribers with a welcome message while registering in the
system on roaming.

7.5
7.5.1

Location Services (LCS)


The Location Based Information System and Location Based Application
and Services shall be as per GR LBS-01/01 March 2004, TEC GR No.
GR/LBA-01/01 and in compliance with the provisions contained in the
following 3GPP specifications or its latest version which, through
reference in this DTR shall constitute requirement for this tender:
(i)

3GPP TS 22.071v6.7.0: "Location Services (LCS); Service description Stage 1".

(ii)

3GPP TS 23.002 V6.7.0: Network architecture.

(iii)

3GPP TS 23.271: "Functional stage 2 description of location services"

(iv) 3GPP TS 25.305: "Stage 2 functional specification of User Equipment


(UE) positioning in UTRAN ".
(v)

3GPP TS 32.271v6.0.0: Charging management; Location Services


(LCS) charging.

(vi) 3GPP TS 32.296: "Telecommunication management; charging


management; Online Charging System (OCS): Applications and
interfaces ".
(vii) 3GPP TS 32.299: "Telecommunication management;
management; Diameter charging application".

Charging

(viii) 3GPP TS 43.059: "Functional Stage 2 description of Location Services


in GERAN".
7.5.2

The GMLC shall provide LCS for both GSM and UMTS subscribers.

7.5.3

The LCS solution to be provided by the bidder shall be with standalone


SMLC for GERAN, which shall be connected to BSC on Lb interface and
shall be integrated with RNC for UTRAN. The standalone SMLC shall also
have Iu-pc interface for connection to RNC, if required by BSNL.

116/337

7.5.4

The UMTS network shall provide Mobile Terminating Location Services,


Mobile Originating Location Services, Network Induced Location Services
for Emergency service and Location Services Privacy procedures as per
latest version of 3GPP Specification TS 23.171.

7.5.5

The bidder shall ensure that all location services are available to both
postpaid and prepaid customers. The charging of prepaid customers
shall be on-line for the location services irrespective of whether the
customer is in home PLMN or is roaming as per the specified tariff plan.

7.5.6

All the LCS applications and services shall be common for UMTS and GSM
subscribers.

7.5.7

The location of the subscriber shall be provided on the digital map which
shall be supplied along with the application. For handset not supporting
display of maps, the location information in suitable text format shall be
provided to subscribers.

7.5.8

All India maps shall be supplied with the points of interest populated for
the services specified.

7.5.9

The following table provides the minimum requirement of interface links


for the various interfaces. The bidder shall dimension the system for
actual number of links based on his implementation to cater to the
capacity being planned. Any additional or new links not listed in the
table may also be indicated to realise a complete solution for the
location applications and services. A detailed design document listing
out the assumptions and the calculation shall be furnished as part of the
techno-commercial bid:

7.5.9.1 Serving Mobile Location Centre (SMLC)


S.No

Items

Quantity required

1.

Lb, Lu-pc interface (SMSC-BSC/RNC)CCS# 7 Links

40

2.

Lp interface (SMLC-SMLC) - CCS# 7 Links

3.

CBC-SMLC interface

4.

Optical drive

5.

X.25 / TCP/IP port

7.5.9.2 Dimensioning:-Gateway Mobile Location Centre (GMLC)


S.No

1.

Items

Quantity
required

Le interface (Co-located
server) F.Ethernet Ports

117/337

with

Application

7.5.10

7.6
7.6.1

2.

Le
interface
(Remotely
located
Application server) E1 serial link

from

3.

Lc interface(MLC-SCP) CAP4 on CCS# 7 Links

32

4.

Lg interface(MLC-VLR) MAP V3 on CCS# 7


Links

32

5.

Lh interface (MLC-HLR) MAP V3 on CCS# 7 Links

32

6.

Lr interface(GMLC-GMLC) MAP V3 on CCS# 7


Links

16

7.

Interface to B&CCS - FTAM on X-25 or FTP over


TCP/IP

8.

Optical drive

9.

OMC-peripherals

10.

X.25 or TCP/IP port for OMC

The bidder shall furnish, as part of the techno-commercial bid, a solution


document detailing the network architecture and the realization of all
the applications and services both for postpaid and prepaid scenarios.
Over The Air (OTA) Platform and Applications
The OTA platform shall conform to the remote file access, management
and security mechanisms of SIM, (U)SIM and (I)SIM Cards specified in the
following and other relevant specifications referred to therein:
(i)

ETSI TS 102 225: "Smart cards; Secured packet structure for UICC
based applications".

(ii)

ETSI TS 102 226: "Smart cards; Remote APDU structure for UICC
based applications".

(iii)

3GPP TS 02.48: "Security Mechanisms for the SIM Application Toolkit Stage 1".

(iv) GSM 03.48 (TS 101 181): "Digital cellular telecommunications system
(Phase 2+); Security Mechanisms for the SIM Application Toolkit Stage 2".
(v)

3GPP TS 11.11:
"Specification
of
the
Subscriber
Module - Mobile Equipment (SIM - ME) interface".

Identity

(vi) 3GPP TS 11.14: "Specification of the SIM Application Toolkit for the
Subscriber Identity Module - Mobile Equipment (SIM - ME) interface".
(vii) 3GPP TS 22.048: "Security mechanisms for the (Universal) Subscriber
Interface Module (U)SIM Application Toolkit; Stage 1".

118/337

(viii) 3GPP TS 23.048: "Security Mechanisms for the SIM application toolkit;
Stage 2".
(ix)

3GPP TS 31.116: "Remote APDU Structure for (U)SIM Toolkit


applications".

(x)

3GPP TS 51.011: "Specification of the Subscriber Identity Module Mobile Equipment (SIM - ME) interface".

7.6.2

The term (U/I)SIM appearing in this DTR and elsewhere in this tender
document shall be read as (U)SIM, (I)SIM and SIM.

7.6.3

The term Mobile Devices appearing in this DTR shall be read as


2G/2.5G MS/3G UE.

7.6.4

The requirements indicated in this DTR are only indicative and not
restrictive. The bidder shall provide a comprehensive solution taking into
account the fact that the 3G mobile devices would be very
complicated from the perspective of configuring for network specific
parameters and settings and the users would be new to the services as
well to such mobile devices. The OTA platform shall relieve both the BSNL
and its subscribers of this complexity and hide these behind the
capabilities of OTA platform to be handled by it.

7.6.5

OTA platform shall not have any dependence on the brand or


manufacturer of (U/I)SIM card in delivering the services and realising the
applications.

7.6.6

The requirement of OTA platform shall be met by the bidder through any
one of the following methodologies:
(i)

Upgrade and expand the existing OTA platforms to cater to the


entire subscriber base of BSNL; i.e existing and proposed capacity
under this tender.

(ii)

Upgrade the existing and supply a new OTA platform to cater to


the entire subscriber base of BSNL; i.e existing and proposed
capacity under this tender.

(iii)

Replace the existing with a new OTA platform to cater to the entire
subscriber base of BSNL; i.e existing and proposed capacity under
this tender.

7.6.7

Notwithstanding option exercised by the bidder as indicated above, the


OTA platform shall manage the existing BSNL SIM cards with the same
level of service capability.

7.6.8

The OTA platform shall have a Signalling Gateway (SGW) that shall
support both SIGTRAN and legacy SS7 stack. The SGW shall be
dimensioned to support all the functionalities sought in this tender with
only 30% loading on the signalling links.

7.6.9

The OTA platform shall interface directly with GMSC/GMSC-Server and


HLR through signalling gateway and shall have Mobility Management
functionality using standard and latest MAP protocol to deliver individual
messages directly to the Mobile Devices as well perform cell broadcast.

7.6.10

OTA platform shall have the capability to send and receive 7 bit and 8
bit encoded messages.

119/337

7.6.11

The OTA platform shall be seamlessly integrated with the existing and
new network elements and with the (U/I)SIM/MS/UE to present a user
friendly GSM/UMTS network to the customer. The OTA platform shall
interwork with the (U/I)SIM as well as with the different browsers provided
in the MS/UE.

7.6.12

The OTA platform shall hold the subscriber profile and MS/UE profile in the
database to facilitate tracking of the MS/UE-(U/I)SIM bonding. The MS/UE
database shall hold the details of all the ME/UE. It shall be possible to
update ME/UE repository regularly through user friendly GUI. The OTA
platform shall maintain a database of Mobile Device capabilities
regarding WAP/MMS/GPRS/Email/PTT and all 3G services related, which
must be updated with recent releases at least once every month. It shall
also be possible to interrogate the mobile device repository to verify the
parameters associated with the ME/UE.

7.6.13

The subscriber profile in the OTA platform shall be created when the
subscriber is provisioned in the network. Every modification in the
subscriber data shall also be reflected in the OTA platform profile. The
profile shall contain all relevant data including whether the subscriber is a
prepaid or post paid to facilitate management of (U/I)SIM and/or ME/UE.

7.6.14

The OTA platform shall provide the following functionalities:


(i)

Mobile Device (MS/UE) Management Functionality.

(ii)

Remote File Management on the (U/I)SIM.

(iii)

Remote Application and Applet Management.

(iv) Preferred Roaming Application.


(v)

Secure Application Server.

7.6.15

The Mobile Device Management shall detect the change in the handset
of the customer from 2G to 3G and update the (U)SIM and (I)SIM
application with the required 3G parameter and roaming lists. The OTA
platform shall also configure the capabilities of the 3G handset
automatically to work with the BSNLs UMTS network as per the
subscription profile registered in the OTA platform at the time of creation
of the 3G subscription.

7.6.16

The OTA platform shall automatically detect subscribers first use of new
or changed mobile device in order to trigger the dispatch of relevant
network specific new settings for OTAP mobile device. The OTA platform
will automatically set up the MS/UE for WAP/GPRS/MMS/Email/PTT settings
/ Bookmarks / Wireless Village / SyncML with network specific parameters
and settings. For non-OTAP mobile device, the system should be able
generate a report and alert a customer care interface of the OTA
platform. The customer care interface should present a step by step
procedure along with mobile device Graphics which can assist
Customer Care Agents to help BSNL customers in setting up their own
phones for the relevant settings.

7.6.17

The OTA platform shall be capable of making over the air updates to
(U/I)SIM card files independent of the (U/I)SIM brand or manufacturers as
per 3GPP specification TS 23.048.

120/337

7.6.18

The OTA platform shall be capable of updating the (U/I)SIM menus and
applications over the air.

7.6.19

The OTA platform shall provide gateway for the (U/I)SIM card browser to
interact with the WML applications on the Web and application servers.

7.6.20

The OTA platform shall support SIM toolkit messaging using Bearer
Independent connections for addressing SIM toolkit application on the
(U/I)SIM in a uniform manner using a shared data channel, re-using
existing toolkit addressing mechanisms, and with support for Proof of
Receipt. The OTA platform shall support server-initiated channel setup
also.

7.6.21

The OTA platform shall provide Java Applet Management for Remote
Applet Management as per 3GPP TS 23.048 for (U/I)SIM. Remote Applet
Management shall include the ability to load, install, and remove applets
on the (U/I)SIM.

7.6.22

The OTA platform shall be responsible for applying the security


mechanisms to the application messages and thus turning them into
Secured Packets for over the air exchange.

7.6.23

It shall be possible to specify ME and (U/I)SIM resources the applet


instance can use using the toolkit applet specific parameters field
defined in 3GPP specification TS 23.048. These resources include the
timers, the Bearer Independent protocol channels, menu items for the
Set Up Menu and the Minimum Security Level. It shall be possible for BSNL
to define the menu position and the menu identifier of the menus
activating the applet.

7.6.24

The OTA platform shall be capable of updating (U/I)SIM card files and
Browser Menus at the BSNL POS. The bidder shall also supply suitable
terminals and (U/I)SIM POS reader hardware for 100 customer care
centres for this purpose.

7.6.25

Capability to despatch device settings as per OMA Device Settings


Standard for 15% of the subscriber capacity planned in this tender.

7.6.26

It shall be possible for the OTA to send information to external


provisioning system after the settings have been delivered to the
subscriber or alternately receive the information from a provisioning
system and set up the subscribers mobile device with settings for
WAP/GPRS/CD data/MMS/Email/ Bookmarks/Wireless Village/SyncML
etc.

7.6.27

The OTA platform shall provide basic capability for business work flows to
be designed for automation of processes related to device
management. Capabilities shall have a GUI based business process
workflow engine, which will allow BSNL the ability to configure events
(example: discovery of a WAP capable handset), define rules (example:
check whether the subscription is Prepaid) and define actions (dispatch
settings and dispatch a notification to the GPRS provisioning system) etc

7.6.28

It shall be possible to perform batch updates of settings to subscribers


using a file with a list of IMEIs (or MSISDNs) as input.

7.6.29

OTA Platform Signalling Gateway functionality

121/337

7.6.29.1 The OTA platform shall have a network vendor independent signalling
gateway, which will provide the following converged functions:
7.6.29.2 The OTA Signalling Gateway will mimic the EIR function and interface
with the STP to receive every instance of a Power On location update
(10% of subscribers in busy hour) event in order to relay the IMEI (and IMSI
OR MSISDN) information to the OTA platform. The Network shall support
the delivery of IMEI / IMSI information to the OTA Gateway. An alternate
mechanism that produces the same result i.e. discovery of the IMEI/IMSI
OR IMEI / MSISDN pairs at each Power On Location Update event, may
also be acceptable. The HLR shall support MAP Send Routing Information
for LCS.
7.6.29.3 The OTA Signalling Gateway shall be able to intercept/tap roaming links
to monitor and discover each event of subscriber registration while
roaming in a VPLMN. The OTA Gateway shall send the
MSISDN/MNC/MCC discovered at each such event to the OTA platform.
7.6.29.4 The OTA Signalling Gateway shall be able to perform the function of
message dispatch and receipt as per ETSI 0338 and ETSI 0348 Standard.
7.6.29.5 OTA Signalling Gateway SS7 interface towards the GMSC/STP shall be
with SIGTRAN support of at least 50 messages/second/Million subscriber
capacity. It shall be the sole responsibility of the bidder to adequately
dimension the signalling links in line with the signalling requirements of the
solution offered.
7.6.30

OTA Secure Applications Server

7.6.30.1 The OTA Secure Applications Server shall manage the distribution of
secure (U)SIM certificates OTA in conjunction with a Certification
Authority.
7.6.30.2 The OTA platform shall be able to perform validation for DES / 3 DES
signatures performed by a secure key on a (U)SIM card prepared as per
the TEC GR No. GR/SIM-03/01. APR 05.
7.6.30.3 The OTA platform shall be capable of receiving (U)SIM browser
encrypted and signed application data as per the PKCS7 standard for
non-repudiable mobile commerce transactions using (U)SIM based
private keys stored on the (U)SIM card as per PKCS15 standards for
handing over to the concerned application over SSL.
7.6.31

The OTA platform shall be capable of storing network information, such


as to provide cell-id / landmark based subscriber location information to
(U/I)SIM browser applications.

7.6.32

OTA platform shall have interfaces to directly interconnect with gateway


MSCs/Common Core Network of each licensed service area.

7.6.33

OTA platform shall have the functionality to receive MO messages over


SMPP interface.

7.6.34

OTA platform shall have GUI interfaces for operations management and
administration activities

7.6.35

OTA platform shall support message concatenation

122/337

7.6.36

OTA platform shall have More Messages to Send feature to enable


faster delivery of concatenated messages

7.6.37

OTA platform shall provide service menu management on the (U/I)SIM


card for at least two levels. I.e. it should be possible to modify a service
by adding or deleting second level (U/I)SIM Service Menus, without
deleting or adding the Main Service Menu.

7.6.38

OTA platform shall provide self-provisioning feature for the subscriber on


web interface as well as by the subscriber on (U/I)SIM card using the
menu options. OTA platform shall be suitably protected through a
firewall.

7.6.39

Preferred Roaming Application

7.6.39.1 The OTA server must have capability to provide BSNL a Preferred
Roaming application, that enables its subscribers to remain in the
Preferred Roaming networks configured in the subscribers SIM, while
roaming.
7.6.39.2 The Roaming Management capability in OTA shall be able to facilitate
automatic (without subscriber intervention or knowledge) preferred
network selection in a visited Network, where GSM service exists from two
or more GSM Service Providers, and BSNL has Roaming agreements with
those other networks.
7.6.39.3 The OTA shall be able to connect to the SS7 roaming links of BSNL, and
use dynamic network information such as VLR registration, to detect a
subscribers PLMN selection, check the (U/I)SIM subscription information
for preferred networks, and be able to make OTA updates to the (U/I)SIM
card attributes, that facilitates the movement of subscriber from the nonpreferred network to the Preferred Network in real time.
7.6.39.4 The Preferred Roaming application should be able to make differential
(U/I)SIM updates depending on the mobile device capability. The mobile
device capability shall be either discovered automatically in real time, or
be configurable in the OTA database such as to make the (U/I)SIM
update procedure selection in real time.
7.6.39.5 The purchaser must be able to configure such timers, as can facilitate
masking of the (U/I)SIM updates for a time since the last (U/I)SIM update
activity. The purchaser must also be able to configure the preferred vs
Non-preferred PLMN information on the OTA database. It shall also be
able to configure a set of In consequential PLMNs, where no (U/I)SIM
update activity is carried out for purposes of Roaming Management.
7.7

Advertisement Push Server

7.7.1

The server shall interface towards WAP server and OTA server. The
solution shall be able to dispatch Video Clips, Movie trailers, WML pages,
carrying New Applications or Promotional Messages, to a targeted set of
subscribers. Such messages should provide an interactive capability for
the subscriber to respond with the click of a Menu Item to reach Internet
Pages embedded in the WML page.

7.7.2

Advertisement Push Server shall be capable of sending at least 5000 short


video clips and 10000 SMS per second.

123/337

7.7.3

It should able to generate necessary reports required for settlement with


the third party service provider.

7.7.4

It shall have suitable security mechanism through firewall and IDS


integrated in the system.

7.7.5

The Advertisement Push Server shall also have interface to Service


Delivery Platform (SDP) for delivery of advertisements etc through
different network elements for both GSM and UMTS subscribers.

7.7.6

The Advertisement Push Server shall have the following functionalities:


(i)

Schedule Promotion campaigns for BSNLs subscribers

(ii)

Accept a flat file with Subscriber MSISDNs to execute campaigns.

(iii)

The message text for the Campaign may be input as a text file or
directly from a GUI

(iv) Enable automated execution of Campaigns at a pre-defined time,


as also provide functionality for rescheduling and cancellation of
campaigns
(v)

The Campaign message may be 7 bit plain text, WML pages or


WAP service messages

(vi) Web based GUI to manage campaigns with secured access using
password
(vii) Web based GUI to add and delete users for administrator purposes
(viii) Web based GUI to provide access rights to enable launch of
campaigns by BSNL authorized content providers/agencies.
7.8

WAP

7.8.1 WAP network elements shall be provided as per the TEC GR No.
G/WAP-01/01.JUN 2000 with support for WAP versions WAP.1.x,
WAP.2.x and the latest version of WAP that becomes available on
the date of NIT.
7.8.2 The requirement of WAP network shall be met by the bidder through
any one of the following methodologies:
(i)

Upgrade and expand the existing WAP network to cater to


the combined capacity of the existing WAP and that
proposed under this tender.

(ii)

Upgrade the existing and supply a new WAP network to cater


to the combined capacity of the existing WAP and that
proposed under this tender. It is the responsibility of the bidder
to ensure that the existing and the new WAP networks are
integrated into a single entity.

(iii)

Replace the existing with a new WAP network to cater to the


combined capacity of the existing WAP and that proposed
under this tender.

124/337

Irrespective of the methodology adapted to realise the capacity


requirement, the bidder shall ensure that services, features and
facilities offered by the WAP network shall be same across the entire
mobile subscriber base of BSNL; existing and new to be added
through this tender.
7.8.3

The WAP gateway shall support event and subscription based


charging mechanisms. The system shall support advanced
Integrated Service Subscription Environment. The system shall also
support advice of charge methods to support service subscription
environment. The integrated subscription environment shall
provide, as a minimum, the following features:
(i)

Allow or deny, suspend or resume the access of WAP service


across the subscriber base.

(ii)

Control on what a subscriber can browse using the WAP


service

(iii) Charge the subscriber based on what the subscriber is


browsing
(iv) Suspend or resume the subscription of a subscriber
(v) Get detailed reports from the system
(vi) Allow on-line self-subscription by subscribers to various services
launched and to manage their subscriptions on their own
(vii) Advise the subscribers about the services and its charges to
facilitate the subscriber to use online subscription of the
services.
7.8.4 The WAP network shall be dimensioned for 100% WCDMA and 40%
GSM subscribers capacity being tendered and with the following
parameters:
S.No

Parameter

Value

a.

Number of sessions per day per


subscriber

b.

Number of transactions per


session

12

c.

Busy hour Transactions


percentage of days traffic

d.

Average Transaction Data Size

e.

WAP 2x : WAP 1x Traffic Ratio

f.

Bearer Mix

as

16%
50KB
70 : 30

GPRS

50%

EDGE

25%

3G

25%

125/337

Remarks

7.9.1 The IMPS solution to be supplied shall be fully compliant with OMA
IMPS Ver 1.3 specifications or later and offer a comprehensive
functionality set for Presence and Instant messaging Services. It
shall provide full backward compatibility with the Wireless Village
1.1 specifications.
7.9.2 The Solution should provide a rich set of IMPS features and
functionality. The following features and functionality, as a
minimum, shall be provided:
(i)

Instant Messaging

(ii)

Presence

(iii) Groups
(iv) Value Added Services
(v) Interoperability Services
7.9.3 The bidder shall provide an end to end solution that shall, among
other required elements, shall comprise of IMPS Server, Gateway
node for interconnecting other IMPS solutions and Internet based
Instant Messaging Services and downloadable Instant messaging
clients on Java, Smart-phone and Desktop. The bidder shall build
and supply native IM clients on feature phones, as per BSNL
requirements as part of IMPS system.
7.9.4 IMPS shall support creation and usage of Virtual Buddies. One such
buddy example is SMS based VAS services - keyword based pull
services similar to existing SMS based pull services and all current
keyword based SMS based pull services shall be mapped and
made available as part of the IMPS service.
7.9.5 The IMPS solution shall also support push based services and
bidder shall offer at least three push based IMPS applications to
the satisfaction of BSNL.
The bidder shall provide detailed
description of these three applications as part of the bid.
7.9.6 The IMPS System shall provide support for event (or message) and
subscription based charging mechanisms. The system shall support
advanced Integrated Service Subscription Environment. The
system should support advice of charge methods to support
service subscription environment.
7.9.7 The IMPS solution shall be dimensioned suitably to offer services to
10% of the GPRS+50% of EDGE +50% of 3G subscriber base and
shall support 100 TPS(transactions/sec) capacity. The solution
offered shall be designed for high availability and scalable and
shall be engineered with fully redundancy.

126/337

7.10

Push to Talk over Cellular (PoC)

7.10.1

The PoC system shall be provided as per 3GPP TS 23.979 v 6.1.0.

7.10.2

The PoC system should be based on OMA-PoC standards.

7.10.3

The system components should be built on IMS standards and the system
should include the Call Session Control Function (CSCF), Home Subscriber
Server (HSS), Media Resource Function (MRF), Presence Server and the
PTT Application Server.

7.10.4

The supplied PoC system shall be able to provide the PTT services to end
users who have OMA-PoC compliant terminals over GPRS or WCDMA
packet switched networks.

7.10.5

The bidder shall propose complete provisioning solution whereby the


Business System shall only issue a single subscriber provisioning order and
the system shall ensure that subscriber is correctly provisioned in HSS, DNS
server as well as in Application server.

7.10.6

The offered system shall generate the charging data in ASN.1 format to
allow charging of the PoC users. The charging CDRs should include
following as a minimum:

7.10.6.1 Talk session identifier


7.10.6.2 Participant identity, both sender and receiver(s)
7.10.6.3 Time and date
7.10.6.4 Accounting-Request (event) for Talk burst duration
7.10.6.5 Accounting-Request (interim) is used for long duration sessions.
7.10.6.6 Number of Talk bursts
7.10.6.7 Total amount of RTP data transferred in Octets
7.10.6.8 Total amount of data as reported by the EIT Client
7.10.7

The PTT system shall provide Compression technologies for SIP signalling
compression.

7.10.8

The PTT system shall support the following end-user functionalities as a


minimum:

7.10.8.1 Users shall be able to set up a call as a two party PoC call.
7.10.8.2 Instant Group Talk: Users should be able to establish PoC with all
members defined of a pre-defined group by selecting this group and
establishing an IMS PoC session.
7.10.8.3 Ad-Hoc Instant Group Talk: A user shall be able to selects contacts from
the contact list and instantly initiate a one-to-many PoC session.
7.10.8.4 Add users to an ongoing PoC session: During an ongoing PoC session a
participant can add other users or pre-defined groups to the session. J
7.10.8.5 Join/Rejoin to Ongoing PoC Session: It shall be possible for a PoC user to
join/re-join an already ongoing group session, if the user is a member of
the group.

127/337

7.10.8.6 Automatic answer mode: A user shall be able to set the mode to
automatically accept incoming calls from selected contacts and
thereby use PoC as a regular walkie-talkie.
7.10.8.7 Manual answer mode: Alternatively user should be able to select a
mode to have the option to accept or reject to join a PoC session, when
the invitation alert is presented to the user.
7.10.8.8 Do-Not-Disturb: Users shall have the ability to reject communication with
any user before communication is initiated. Users are also able to block
all users by rejecting all communication.
7.10.8.9 Access Lists: Access lists are used to block certain users or to grant them
specific access for example when Do-Not-Disturb is active. This can for
example be used to grant your family members access when Do-NotDisturb is active.
7.10.8.10
Talker, User, Participant and Group Identification Presentation:
When a user receives an incoming PoC session request, the user will also
receive the identity of the inviting user or the group the invitation is
connected to. It is possible to identify which participant that is
joining/leaving a group session as well as the participant that is currently
sending a Talk burst.
7.10.8.11
Instant Personal Alert: A user shall be able to request another user to
initiate an Instant Personal Talk back to him/her.
7.10.8.12
Group and List Management: The PoC solution shall enable users to
define users and groups that are saved in the contact list in the mobile
device. The List and Group Management Server, which shall be a part of
Push-to-Talk solution from vendor shall automatically synchronize contact
and group information between the mobile device and the IMS PoC
Application Server. This functionality shall be compliant to the OMA PAG
specifications and shall be able to be used for other IMS services.
7.10.8.13
Talk Burst Control: PoC sessions shall have Talk burst control that is
compliant to OMA PoC. Talk burst control shall ensure that only one
participant at a time is allowed to Talk, by only accepting one RTP
stream at any given time.
7.10.8.14
Presence: PoC shall contain presence feature compliant to OMA
PAG specification. Presence shall allow subscribers to see who is
available for a PoC session. The presence status shall be offered through
the end-users contact list or similar on the terminal.
7.10.8.15
The system shall be designed for a capacity of 200K subscribers
and expandable in steps of 100K
7.11

Video Gateway and Streaming Server

7.11.1

Video Gateway shall handle call control and media translation


functionality between the 3G.324M mobile core network and H.323/SIP
(Session Initiation Protocol network) and also between 3G.324M mobile
core network and streaming protocols e.g. RTP/RTSP.

7.11.2

The Video gateway shall provide interfaces for different business solutions
i.e. CS streaming and Multi-party Conferencing.

128/337

7.11.3

The Video gateway solution shall provide following main video call
scenarios for IP network and mobile users:

7.11.3.1 Video call from H.323 or SIP compliant terminal to 3G.324M compliant
handset (mobile)
7.11.3.2 Video call from 3G.324M compliant handset to H.323 or SIP compliant
terminal
7.11.3.3 Call from 3G.324M compliant handset to 3G.324M compliant handset
(mobile)
7.11.3.4 It shall be possible to stream services from streaming servers.
7.11.4

The Video gateway solution shall have following main features and
services:

7.11.4.1 The system shall support following Codecs:


(i)

GSM AMR

(ii)

G.723.1

(iii)

G.711 A-law and

-law

(iv) Silence suppression (VAD, DTX/SID, CNG)


(v)

H.263 version 1.

(vi) H.263 version 2, including annexes I, J, K and T.


(vii) MPEG-4 Simple Visual Profile @ Level 0
7.11.4.2 Advanced telephony services such as calling line identification, outgoing
call barring and call forwarding
7.11.4.3 Advanced call routing facilities for routing calls based on E.164 or user email addresses
7.11.4.4 It should support Interface to
systems

video messaging

and conferencing

7.11.5

Fall-back to Voice: The Video gateway shall reinitialize a call as a pure


voice call towards the 3G client when the 3G network first receives a call
as a multimedia call and releases it due to the mobile terminal is not
video capable or it is outside the 3G coverage.

7.11.6

Single graphical interface management console for the management of


the entire ViG network

7.11.7

ViG shall support interface to video messaging/video conferencing


system.

7.11.8

The ViG shall support simultaneously 1000 P to P calls and 2500 P to C


calls. The video Gateway shall also support streaming function.

7.11.9

The system should generate CDRs containing all necessary required


information for charging of the subscribers.

7.12

Streaming Solution:

7.12.1

The vendor shall provide the streaming content delivery solution for the
high bandwidth data networks i.e. EDGE and WCDMA.

7.12.2

The system shall provide the following functionalities:

129/337

(i)

The system shall support session management, traffic control and


QoS monitoring.

(ii)

The system shall create charging data and provide an interface to


the support nodes that perform Billing, Authentication,
Authorization,
Accounting
(AAA),
Content
Management,
Operation and Maintenance (O&M), as well as Subscriber
Management.

(iii)

The system shall retrieve data streams from storage for multimedia
presentations, converting these presentations into data packets
that can be sent over the underlying network for delivery to the
end-user. The system shall support both Real and 3GPP streaming
clients.

(iv) The system shall include a Web Server for still images, SMIL files, and
static text information as a front end for end-subscribers to browse
and access streaming content stored or accessible from this
solution.
(v)

The system shall include a Directory Server to provide a central


repository for storing and managing identity profiles, access
privileges and application information, and enables access to the
Subscriber and Content Information Databases.

(vi) The system shall have an FTP Upload Server allowing BSNL content
partners to upload content to streaming system. It shall provide
standard FTP functions for the upload as well as storage capacity
for the uploaded content.
(vii) The system shall include the encoders for converting the raw
content into a streaming digital content. The system shall to provide
industry grade two Batch encoders and two live streaming
encoders.
7.12.3

The system shall support Circuit switched streaming towards the 3G.324
WCDMA terminals through a Video gateway.

7.12.4

The system shall in addition to live streaming, also support the video
content download and progressive downloads.

7.12.5

The system shall extend the SNMP based alarms and events to O&M
systems.

7.12.6

The system shall provide the CDRs as well as Diameter based real-time
charging towards IN systems.

7.12.7

The system shall support the QoS mechanisms to ensure guaranteed


service experience to end-users. Following QoS mechanisms shall be
implemented:

7.12.7.1 Initial control and limitation of presentation bandwidth based on


subscription data.
7.12.7.2 Regulation of total system bandwidth consumption, by prioritization of
ongoing streaming sessions over new ones.

130/337

7.12.8

Support for Differentiated Services (DiffServe) for prioritization of timecritical IP traffic enabling End-To-End QoS in combination with Radio
Network QoS bearers

7.12.9

The supplied WCDMA system shall be capable of supporting Peer to Peer


Video calls.
!"

7.13.1

The SDP shall offer a complete solution for the value added service
delivery requirements. It shall put a layer between the network and the
services as a gateway to access the enablers and resources in a
controlled manner. It shall connect to the network resources with
industry standard and legacy interfaces, and allows the applications to
use them as defined in business process automation and SLA.

7.13.2

The SDP shall provide necessary integration capability to the Operations


Support System/Business Support Systems (OSS/BSS).

7.13.3

The SDP shall be redundant, fault tolerant, scalable and load balancing
between various components.

7.13.4

The SDP shall act as an integration point for various shared enablers, such
as device management, transcoding, DRM etc. These functionalities shall
be offered as a part of the complete Platform solution.

7.13.5

The SDP shall define different roles and components during introducing a
new service.

7.13.6

The content providers and the application providers shall be separated,


in order to identify different activities between these two parties such as
providing content for any service, and building up application logic of
the service, which may or may not utilize the available content on the
SDP. The SDP shall allow reusing the content in different services with
different application logic (such as using the same song in music
download and in ring back tone service etc) or utilizing the same
application logic in different services (such as using the same application
in MMS, Game, Wallpaper downloads etc).

7.13.7

It shall be possible to make necessary service configurations, such as


defining the short codes, URLs, the tariff, and also setting up the access
to the shared enablers.

7.13.8

The system shall provide ability for branding of the service, not only the
marketing activities, but also defining per service naming, descriptions,
the WEB/WAP portal appearance etc.

7.13.9

The SDP shall broadly have the following subsystems with the specified
functional Requirements:

7.13.9.1 SDP Management


The SDP Management shall be responsible to handle any management
and monitoring activities on the whole system. It shall provide WEB based
management portals and tools to manage different areas of the
platform. It shall handle the accounts and profiles of the system
components, the services, the partners and the subscribers. It shall also

131/337

be possible to create new workflows, apply them for different actions


and actors on the system.
7.13.9.2 System Management:
(i)

System Management shall handle the Platforms general


configuration and management. It shall be responsible for the
general system monitoring and diagnostics. The users of the system
with the proper access rights shall be able to take actions on the
system through system management. System Management shall
provide the following features:
(a)

Monitor the general system status

(b)

Manage the software configuration of the system

(c)

Manage the hardware configuration of the system

(d)

Manage the processes running on the system

(e)

Access to the alarms generated by the system

(f)

Access to the logs generated by the system

(g)

Access to the traces generated by the system

(h)

System or component upgrade

(i)

System or component rollback

(j)

System backup

7.13.9.3 Service Management:


(i)

Service Management shall be responsible to provision the services


on top of platform, using the service life cycle. The ASP level users
shall be able to utilize the service life cycle to publish new services
on the system. The ASP partners and the system owner users shall be
able to take the following activities based on their right set:
(a)

Introduce a new service

(b)

Send Service to approval

(c)

Approve Service

(d)

Validate Service

(e)

Publish Service

(f)

Retire Service

(g)

Delete Service

(h)

Activate a service

(i)

Deactivate a service

(j)

Edit Service (Edit service type, Edit service resources (within the
defined SLA of the ASP), Edit service limits (within the defined
SLA of the ASP), Edit publish dates, Edit charging information,
Edit service number, Edit service metadata, Set service access
from WEB, Set service access from WAP, Set service access
from IVR, Set service access from SMS, Set service access from
USSD)

132/337

(ii)

Service management shall also provide the following monitoring


and reporting information to the ASPs and the system owner users:
(a)

Service Monitoring - Number of active services, Number of


active service instances, Number of connections to the service
interfaces, Native Application server memory and CPU usage,
Active resource usage per service, Errors and Exceptions and
Alarms etc

(b)

Reports - Hit rate per service (within the indicated time


intervals), Success rate per service (within the indicated time
intervals), Failures per service (within the indicated time
intervals), Resource usage per service (within the indicated
time intervals) etc.

7.13.9.4 Partner Management:


(i)

(ii)

Partner Management shall support at least three levels of


hierarchical structure for the partners defined on the system. These
partners shall be able take the following roles:
(a)

System Owner

(Level 1)

(b)

Application Service Provider

(Level 2)

(c)

Application Developer

(Level 3)

(d)

Content Provider

(Level 3)

Each of the partners shall have its own right user/user group space
and access rights on the system, which are defined by the partner
management. Partner Management shall handle the following
activities:
(a)

Creation of partners in the ASP level

(b)

Defining the access rights of the ASP partners Manage sub


partners, users of the partner, services under the ASP, content
under the ASP, subscriber pool under the ASP, WEB portal of
the ASP, WAP portal of the ASP, and IVR portal of the ASP

(c)

Defining the SLA of the ASP

(d)

The resources usable by the ASP - Service Interfaces, Shared


Enablers, and Network Interfaces.

(e)

OSS/BSS Interfaces - The limitation to the access to the


resources, the number of services, the content categories
accessible by the ASP, the service numbers assigned to the
ASP, the revenue shares of the ASP and reports accessible by
the ASP

(f)

Creating partners in the Application Developer level.

(g)

Defining the access rights of the Application Developer


partners - Manage users of the partner, Manage services,
Access staging environment, Access to the native service
creation environment, The revenue shares of the Application
Developer and Reports accessible by the Application
Developer

133/337

(h)

Creating partners in the Content Provider level

(i)

Defining the access rights of the Content Provider partner Manage users of the partner, Manage content, Access rights
to the content categories, Access to the staging environment,
The revenue shares of the Content Provider, and Reports
accessible by the Content Provider

(j)

Contract and SLA agreement automation

(k)

Trouble Ticketing and problem tracking

(l)

Generating reports and statistics about the partners - The


partner performance evaluation, The partner reports based on
services, The partner reports based on content, The partner
reports based on subscribers, The partner reports based on
revenues and Revenue settlement reports.

7.13.9.5 Subscriber Management


(i)

The SDP shall define different subscriber pool for each of the ASP on
the system. The ASPs shall be able to manage the subscribers,
define various target market groups and collects information from
subscriber profiling. The SDP shall allow the ASPs the following
actions on the subscriber management:
(a)

Blacklisting of the subscriber


o System wide
o Per Service

(ii)

(b)

Grouping subscribers

(c)

Activating subscriber

(d)

Deactivating subscriber

(e)

Deleting subscriber

(f)

See the history of the subscriber

The system shall also provide a built in CRM module which allows
the call center agents to access various subscriber information,
based on their access level. The call center agents shall be able to
take the following actions:
(a)

Activating subscriber

(b)

Deactivating subscriber

(c)

Deleting subscriber

(d)

See the history of the subscriber

(e)

Check customer balance

(f)

Resend password

(g)

Send new password

(h)

See/edit subscriber secret question

(i)

Send content as gift

(j)

Resend content

134/337

(k)

Subscribe to a service

(l)

Unsubscribe to a service

7.13.9.6 Workflow Management


(i)

(ii)

Workflow Management shall work closely with the workflow engine


and the business process automation to realize and create various
workflows and lifecycles for the management related activities. The
workflow management shall provide the following features:
(a)

Create a new workflow for a task

(b)

Update a workflow for a task

(c)

Delete a workflow for a task

(d)

Define default workflow

(e)

Define the role of a user in the workflow

(f)

Define the role of a partner in the workflow.

The created workflows shall be realized on the workflow engine in


the business logic.

7.13.10 Content Management


Content Management shall provide a complete content management
suite, integrated with the other SDP capabilities. It shall support any
content type which can be used in the services in the mobile networks,
fixed networks and next generation networks. The content management
shall support content types such as Voice, SMS, MMS, Operator Logo &
Picture Messages, Ring Tone, Polyphonic Ring Tone, Realtones, J2ME,
Symbian, Mophun, Smartphone, Video, MP3, HTML & xHTML and WML.
The content management shall support the packaging of the various
content types into single content structure.
7.13.10.1
(i)

Content life cycle


The content life cycle shall allow taking the following actions by the
content provider users, the ASP users and the system owner users
with the proper access rights:
(a)

Introduce/Create/Upload a new content

(b)

Send content to approval

(c)

Approve content

(d)

Validate Content

(e)

Publish Content

(f)

Retire Content

(g)

Delete Content

(h)

Activate a content

(i)

Deactivate a content

(j)

Edit Content - Edit content parts, Edit content sequence, Edit


publish dates, Edit charging information (which overrides the
related service charging for the premium content), Set DRM

135/337

information, Set supported device information, Edit content


metadata, Set content display from WEB, Set content delivery
from WEB, Set content display from WAP, Set content delivery
from WAP, Set content display from Thin Client, Set content
delivery from Thin Client, Set content delivery from IVR, Set
content delivery from SMS, and Set content delivery from USSD
7.13.10.2
(i)

7.13.10.3
(i)

(ii)

7.13.10.4

Content categorisation
Content Categorization shall handle various organizations of the
content entities, the metadata association with the content and
handles the access of the third parties and the services in a
controlled manner. The content categorization shall be responsible
for packaging the content entities coming from different sources
into content structures usable in the service association. The
content categorization shall support the following actions:
(a)

Create new category

(b)

Set access rights for the category

(c)

Copy category

(d)

Move Category

(e)

Delete Category

(f)

Activate Category

(g)

Deactivate Category

(h)

Edit Category - Edit Category Name, Edit Category Metadata,


Set category display/browsing from WEB, Set category
display/browsing from WAP, Set category display/browsing
from Thin Client, and Set category browsing from IVR.

Content aggregation
Content Aggregation shall be the various content interfaces for the
third parties and the existing content sources to feed content to the
system in an automated way. It shall offer XML based interfaces,
RSS feed handling and thin API sets. Content Aggregation shall
provide the following functionalities:
(a)

Access to the content aggregation from a external system

(b)

Authentication of the user

(c)

Authorization of the user

(d)

Content injection in the selected status

(e)

Content update

(f)

XML interface access

(g)

Thin API access

Content Aggregation shall also include a Crawler which is


capable to browse and fetch content from a given URL, or an RSS
feed based on the script
Service Association

136/337

(i)

Service Association shall focus on utilizing the existing content in


various services. Service Association shall handle not only simple
content download services, but shall also enable more
sophisticated services to use the content in the service flows as well.
The service association shall provide the following functionalities:
(a)

Bind categories under a service

(b)

Unbind categories under a service

(c)

Content key validation under a service

(d)

Display services bound to a category

(e)

Display categories bound to a service

7.13.11 Applications
Applications shall be the logical part of the services in Platform. Platform
shall let the application providers to create their application in different
environments, also provide a robust flexible Service Creation
Environment as well.
7.13.11.1
Trusted Application Server and Native Service Creation Environment
(SCE)
(i)

Platform shall offer a Trusted Application server and a Native


Service Creation Environment, build up to handle the needs of the
telecommunications world. The services built with the Native SCE
shall be deployed on the trusted application server and can
handle the service requests in a reliable and scalable way. The
trusted application server shall provide the following features:
(a)

Java based architecture

(b)

Design to satisfy the needs of %99.999 uptime for telco grade


operations

(c)

Automatic load distribution

(d)

Automatic fault recovery

(e)

Support of connectivity to different resources via resource


adapters

(f)

Availability of adding new resource adapters

(g)

Offered services by the application server Execution,


Scheduling, Monitoring, Statistics Collection, Log / Trace
Collection, Timer Facilities, and Service Debugging

(ii)

Auto discover the available web services from the UDDI registries
and create the necessary Resource Adapters

(iii)

Exposing a scenario flow as a WEB service.

(iv) The service creation environment shall provide the following


features:
(a)

Drag and Drop GUI to create services with the predefined


service building blocks

(b)

Ability of adding new service building blocks to the system

137/337

7.13.11.2

(c)

Ability to group a part of the service flow and assign to a new


service building block

(d)

The predefined service building blocks associated with the


resource adapters and control logic - Call Blocks, SMS Blocks,
MMS Blocks, USSD Blocks, Voice Blocks, Content Blocks,
Location Blocks, HTTP Blocks, WEB Services Blocks, TCP Blocks,
Email Block, Telnet Block, FTP Blocks, Database Blocks,
Charging Blocks, File Blocks, Variable Blocks, Miscellaneous
Blocks, Signal Blocks, Synchronization Blocks, and SCE Blocks

(e)

Auto discover the available web services from the UDDI


registries and create the necessary Service Building Blocks

(f)

Online help for the Application Developers

Third Party Application Servers and IDE & SDKs

(i)

Platform shall allow the third party application servers to connect to


the system via the exposed service interfaces in a controlled and a
managed way.

(ii)

Market available IDEs shall be used to develop applications,


following the industry standard interface connections available in
the service interfaces.

(iii)

Third Party applications on the third party servers shall also be


handled in the service management

7.13.11.3

Web Service Application Server and SDK

(i)

Platform shall support a set of Web Service Interfaces, which are


accessible from Web Service based applications to ease the
development and integration.

(ii)

The Web Services shall be used by utilizing integrated UDDI server.

(iii)

Platform shall secure the access rights and policies to these Web
Server interfaces in the general partner management framework in
the platform management component

7.13.12 Service Interfaces


Platform shall offer three different service interfaces to the outer world
addressing different needs. The access and usage policies for these
service interfaces shall be managed form a common place. These
different interface packs shall be used to fulfill the needs to integrate a
platform based on operators targets and needs or, a hybrid system
covering a wider scope.
7.13.12.1
(i)

OSA Interfaces
The OSA interfaces shall be provided as follows:

Parlay Interfaces - Multiparty Call Control SCF, Generic User Interaction


SCF (both call and non call based SMS/USSD), Mobility SCF, Generic
Messaging SCF, Charging SCF, Multimedia Call Control SCF, Conference
Call Control SCF, Terminal Capabilities SCF, Data Session Control SCF,
and Connectivity Manager SCF,
-ParlayX Interfaces.

138/337

7.13.12.2
Legacy Interfaces: SMPP 3.4 for SMS, SMPP 3.4 for USSD, MM7, LIF
and XML/HTTP
7.13.12.3

Web Service Interfaces

(i)

The Web Service Interfaces shall allow the developers to implement


Web Service based services by using the exposed capabilities. The
developers shall also be able to use these services in a hybrid way
by using the native SCE. Various services such as access to the
shared enablers are available from these Web Service interfaces.

(ii)

The Web Service interfaces shall provide the following features:

(iii)

(a)

ParlayX interfaces

(b)

The support web service interfaces

(c)

The exposed web service interfaces of the shared enablers

The UDDI server for the exposed web service interfaces.

7.13.13 Business Logic


Business Logic area shall handle the SDP actor and component
relationships on the system. The business logic components shall be
managed by the SDP Management components. The business logic
shall have minimum role during the service delivery, in order to
guarantee the performance.
7.13.13.1

Policy Engine

(i)

Policy Engine shall keep access right information, to authorize the


actors on the system.

(ii)

Policy Engine shall work in concert with the Business Process


Automation and Workflow Subsystem to ensure that the system is
accessed by different parties properly.

(iii)

The policy engine shall provide the following features:

7.13.13.2

(a)

Keep the access rights of the partners, users and applications

(b)

Authorize the partners, users and applications based on the


access rights

(c)

Export the access rights

(d)

Import the access rights

(e)

Cross check of the interdependencies between the access


rights of the partner, user and the application.

SLA & QoS

(i)

SLA & QoS shall define the figures for the SDP third parties to access
the operator enablers in controlled way within the SLA definitions.

(ii)

SLA & QoS shall be responsible for defining the system usage rules
for the channels.

(iii)

SLA & QoS shall guarantee that the system is providing resources to
the provider in a proper way as stated in the agreement and enters

139/337

proper information to the Business Process Automation and


Workflow Subsystem
(iv) The SLA & QoS shall provide the following features:

7.13.13.3

(a)

Realize the SLA figures defined in the partner management

(b)

Allow access to the resources based on the SLA

(c)

Allow access to the resources within the limits defined in the SLA

(d)

Keep track of the usage of the resources within the limits


defined in the SLA

(e)

Block access to the resources if the limits are exceeded.

(f)

Handle the resource sharing / load distribution and the


throttling

Content & Service Delivery

(i)

Content & Service Delivery shall handle the roles of download and
alerting servers, the WEB server for WEB and WAP delivery

(ii)

Content & Service Delivery shall also be the responsible integration


point for external systems such as streaming server.

(iii)

Content & Service Delivery shall be the responsible part which


handles necessary protocol conversions.

(iv) The Content & Service Delivery shall provide the following features:

7.13.13.4

(a)

WEB download server

(b)

WAP download server

(c)

Streaming server integrity

(d)

Message keyword parser

(e)

Protocol converter

Business Process Automation

(i)

Business Process Automation shall be a compilation of out of the


box and system owner created workflows to realize the business
relation between different parties.

(ii)

The following workflows shall be ready to use in the business process


automation:

7.13.13.5

(a)

Content Lifecycle

(b)

Service Lifecycle

(c)

Partner creation and profiling

(d)

User creation and profiling

(e)

Revenue settlement model creation

(f)

SLA template creation

(g)

Contract template creation

Revenue Assurance

140/337

(i)

Revenue Assurance shall be the part where revenue sharing


models are created, applied to different parties and proper reports
are generated based on the service and content usage.

(ii)

Revenue Assurance shall communicate with the OSS/BSS


components to provide necessary financial information and
include the accounting data into the system.

(iii)

The revenue assurance shall provide the following features

7.13.13.6

(a)

Revenue calculation

(b)

Revenue sharing report generation

(c)

Revenue sharing settlement

Workflow Engine

(i)

Workflow Engine shall be the component where the business


workflows are executed.

(ii)

The workflow engine shall provide the following features:


(a)

Ability to communicate with different components

(b)

Load sharing

(c)

Fault recovery

(d)

Log workflow executions.

7.13.14 Shared Enablers


7.13.14.1

Portal Framework

(i)

Portal Framework shall be a compilation of STRUTS based libraries,


which can be integrated in the ASPs and operators own portal, or
a new portal can be build up from scratch.

(ii)

On The SDP, each ASP shall be allowed to have their own WEB and
WAP portal, also having their own subscriber pool.

(iii)

The services shall be able to utilize the capabilities exposed by the


portal framework to build up per service WEB and WAP interfaces.

(iv) The portal framework shall provide the following functionalities:


(a)

Access service information/metadata from predefined tags

(b)

Access content information/metadata from predefined tags

(c)

Display the content/service in the order of the preference


dynamically

(d)

Allow subscriber to access to a service

(e)

Allow subscriber to access to a content

(f)

Allow subscriber to subscribe to a service

(g)

Allow subscriber to access My Services section

(h)

Allow subscriber to access subscriber history

(i)

Allow subscriber to create own content

(j)

Allow subscriber initiate a content download

141/337

(k)

Allow subscriber send gift content to a friend

(l)

Allow subscriber send gift service subscription to a friend.

(m) Register to the portal

7.13.14.2

(n)

Change password

(o)

Change secret question

(p)

Display service list in the WEB portal

(q)

Display service list in the WAP portal

(r)

Recognize subscriber from the MSISDN in the WAP portal

(s)

Support single sign on using the SSO enabler.

Thin Client Connectivity

(i)

The SDP shall offer thin client connectivity for the delivery and the
presentation of the services on the handset as portlets.

(ii)

These portlets shall use the J2ME or Macromedia Flash technologies


for service presentation.

(iii)

The thin client connectivity shall provide the following features:

7.13.14.3

(a)

Easy to use thin clients for the J2ME and Macromedia Flash
capable phones

(b)

Ability to display available services

(c)

Ability to display available content

(d)

Initiate content download

(e)

Initiate service usage

(f)

Subscription to a service

(g)

Automatic update of the thin clients

(h)

Always connected or Connect on Demand policies.

Transcoding

(i)

Transcoding shall be responsible to generate best fit content and


service appearance based on the client capabilities.

(ii)

The transcoding engine shall provide the following capabilities:


(a)

Supports OMA STI 1.0 interface

(b)

Supports the following formats:


(1) Video

Animated GIF (.gif)


DivX [PCM] (.avi)
H.263, Profile 0, Level 10 [AMR-NB, AMR-WB, AAC] (.3gp, .mp4)
H.263, Profile 0, Level 10 [AMR-NB, AMR-WB, AAC, QCELP,
EVRC] (.3g2)
H.263, Profile 3, Level 10 [AMR-NB, AMR WB, AAC] (.3gp, .mp4)
H.263, Profile 3, Level 10 [AMR-NB, AMR-WB, AAC, QCELP,
EVRC] (.3g2)
I420/ IYUV [PCM] (.avi)

142/337

MPEG-1 [MPEG Audio Layer-1/2/3] (.mpeg, .mpg)


MPEG-2 [MPEG Audio Layer-1/2/3] (.mpg, .mpeg)
MPEG-2.5 [MPEG Audio Layer-1/2/3] (.mpg, .mpeg)
MPEG-4 [AMR-NB, AMR-WB, AAC] (.3gp, .mp4)
MPEG-4 [AAC, AMR-NB, AMR-WB, EVRC, QCELP] (.3g2)
MPEG-4 [QCELP] (.amc for AMC_EZmovie)
QuickTime [multiple video and audio codecs] (.mov, .qt)
RGB [PCM] (.avi)
Windows Media Video [multiple video and audio codecs]
(.wmv, .asf, .avi)
XviD [PCM] (.avi)

(2) Images

BMP (.bmp)
GIF 87a (.gif)
GIF 87a Interlaced (.gif)
GIF 89a (.gif)
GIF 89a Interlaced (.gif)
JPEG Baseline (.jpg)
JPEG Progressive (.jpg)
OTA Bitmap (.otb)
Photoshop (.psd, .pdd)
PNG (.png)
SVG (.svg)
Targa (.icb, .tga, .vda, .vst)
TIFF (.tif, .tiff)
WBMP (.wbmp)

AAC LC (.aac, .3gp, .3g2, .mp4)


ACELP.net (.wma)
AMR-NB (.wav, .amr, .amrnb, .3g2, .3gp, .mp4)
AMR-WB (.amr, .3g2, .3gp, .mp4)
AMR-WB+ (.3gp)
EVRC (.evrc, .evc, .qcp, .3g2)
G.711, A-Law (.wav, .g711, .avi)
G.711, -Law (.wav, .g711mu, .avi)
G.723.1(.g723)
G.726, ADPCM (.g726)
G.729 (.wav, .g729)
GSM-FR (.gsmfr)
GSM-MS (.gsmms, .wav)
MPEG Layer 1 (.mpg, .mpeg)
MPEG Layer 2 (.mpg, .mpeg, .mp2, .wav)
MPEG Layer 3 [MP3] (.avi, .mp3, .mpg, .mpeg, .wav)
Ogg Vorbis (.ogg)
QCELP, Q13 (.q13, .qcp, .3g2, .mp4, .amc)
Quick Time Audio (.qt, .mov)
PCM (.wav, .au, .avi, .mov,. qt)
Windows Media Audio (.wma, .asf, .asx, .avi)
eMelody (.emy)
i-Melody (.imy)
MIDI (.mid, .midi)
RTTTL (.rtttl)
SMAF (.mmf)
Smart Messaging Ringtone (.smrt, .nok, .nokia)
SP-MIDI (.mid, .midi)

(3) Audio

143/337

7.13.14.4

Device Management

(i)

The device management shall provide information about the


available devices, to make necessary modifications, to define the
defaults for various devices and to map them with various content
formats.

(ii)

The device management shall provide a common management


and device database for all of the services.

(iii)

The device management shall provide the following features:


(a)
(b)
(c)
(d)
(e)
(f)
(g)
(h)

7.13.14.5

Support for UAProf 2.0


Support for WURFL device definition 2.0.1
Local Device Database
Device grouping for the similar device capabilities
Fall back to the unsupported device types
Online update using UAProf 2.0
Online update of the WURFL device definitions.
Manual update/alteration of the device capabilities from the
WEB interface
(i)
Manual grouping of the devices from the WEB interface.
Digital Rights Management

(i)

DRM shall be used for the content delivery, to make sure that the
content is not misused by the subscriber.

(ii)

DRM shall also provide input for the Revenue Settlement about the
DRM enabled content.

(iii)

The SDP shall be compatible with the DRM servers available on the
market to handle the DRM needs of the services.

(iv) The SDP shall follow the OMA DRM v2.0 specifications.
7.13.14.6

Single Sign On

(i)

The SDP shall provide a framework for the services to enable the
subscribers access them with unique id and login.

(ii)

Single Sign On shall abstract the login functionality from the service,
and enables different services work together.

(iii)

It shall be able to integrate the operators existing authentication


and authorization systems.

(iv) It shall work integrated with provisioning, and provides opaque id


solutions when the subscriber identity should be kept unknown for
the services.
(v)

The SDP shall follow the Liberty Alliance ID-FF 1.2 Specifications.

7.13.15 Network Interfaces


(i)

Network Interfaces shall be the components where the system


connects to operator network.

(ii)

These Interfaces shall be carried to the top, to the service


interfaces, by applying necessary restrictions and rules, also

144/337

handling various protocol conversions through the business logic


layer.
(iii)

The following interfaces shall be supported

(a) CAP
(b) LIF
(c) HTTP
(d) MM7
(e) SMPP
(f) VoiceXML/ CCXML
(g) SIP
(h) Parlay
(i)
ParlayX
(j)
CS
(k) MAP
7.13.16 OSS/BSS Interfaces
(i)

OSS/BSS Interfaces shall be the connection point of the SDP to the


operators back office.

(ii)

The SDP shall support SNMP for the network management and
configuration,

(iii)

The SDP shall generate CDRs and communicate with the third party
charging systems for prepaid purposes.

(iv) The SDP shall generate reports or allows the data warehousing
solutions to gather information from the systems statistics database.
(v)

For the AAA and Provisioning purposes, the SDP shall communicate
with the operators own systems.

(vi) The following interfaces shall be supported


(a)
(b)
(c)
(d)
(e)
(f)

SNMP v2.0 and v3.0


Diameter for AAA
Radius for AAA
LDAP for provisioning database access
JDBC for provisioning database access
CDR generation with various formats with the format
generators and filters.
(g) Hotbilling using the protocols:
(h) Diameter
(i)
ORGA
(j)
Siemens Charge@Once
(k) Lightbridge
(l)
Sysdate
(m) It shall be possible to add new charging protocols with the
development of the charging adapters, abstracted from the
other components.
(n) JDBC, ODBC access to the statistics database for the third
party reporting tools.
7.13.17 The SDP shall be dimensioned to handle the entire existing subscriber
base and the capacity being envisaged under this tender. The

145/337

responsibility of populating the existing subscriber data on to the SDP


shall rest with the bidder.
7.13.18 Detailed design of the SDP shall be done by the bidder based on the
capacity, traffic profile of the subscribers, capacity of the existing and
new network elements, and the content and application providers. The
number of content providers shall be assumed to be 1000 for SMS based
services, 500 for MMS based services, 200 for LCS and 100 for video,
audio and other streaming services.
7.13.19 The bidder shall provide 16 OAM terminals per system which can be
placed in different LSAs. The OAM system shall have data segmentation
for at least 8 licensed service areas.
7.13.20 The bidder shall include, as part of the system, all the networking
elements such as routers, switches, hub etc. All the interfaces mentioned
above in various sections shall be dimensioned adequately and
indicated in the bid.
7.13.21 The bidder, as part of the Techno-commercial bid, shall submit a
detailed solution document with full design assumptions and engineering
details.
8

ANTENNA SYSTEM

8.1

The Antenna system comprises of the following:


(i)

Antenna.

(ii)

Remote Electrical Tilt (RET) sub-system.

(iii)

RF Cables

8.2

The antennas to be supplied shall generally conform to TEC GR No.


GR/ANT-20/02. NOV 2005 except for the frequency operation and other
parameters specified herein.

8.3

The antennas to be supplied for GSM and UMTS systems shall operate in
the following frequency bands:

8.4

(i)

GSM (900):

890 - 960 MHz.

(ii)

GSM (1800): 1710 - 1880 MHz.

(iii)

UMTS:

1920 2170 MHz. The frequency band of operation is


subject to clearance by WPC of Government of India.

The antennas shall be of multi-band and dual polarised with remote


electrical tilt with the beamwidths specified below:

Paramet
er

Single band
GSM900

Dual band
GSM900/1800

Tri-band

Type-I

Type-2

900

1800

GSM1800
/UMTS

GSM900

GSM1800

UMTS

Gain
(dbi) min

21

18

18

18.5

18

17.5

17.5

17

HBW
(deg)
min

33

65

65

65

65

65

65

65

146/337

VBW
(deg)
min
RET (deg)

10

10

6.5

0-8

0-8

0-10

0-8

0-10

2-10

0-10

0-10

8.5

All the antennas supplied shall be of bottom feed and with electrical tilt.

8.6

The single and dual band GSM antennas shall be with adjustable
electrical tilt.

8.7

All dual and tri-band GSM/UMTS antennas shall be with RET.

8.8

The remote control unit shall be light and fast responding (Typical
adjustment time of 30 Sec) with a motor activated power consumption of
less than 10W. No separate power feed cables shall be used. The RET
system shall be complete with the Remote Control Unit, Central Control
Unit, Portable Control Unit, Control cables, DC power and Signal splitter,
Lightning protection unit, Earthing Clamps, and Tees to feed control
signals and power supply onto the RF cables. The RET system shall not
interfere with the normal operation of the Antenna system including RF
feeder cables.

8.9

The lightning protection unit shall be equipped with devices suitable


enough to handle worst hazards caused by the lightning and ensure
safety of the entire installation.

8.10

Masthead/Tower Mounted Amplifiers shall not be used for UTRAN for


design purposes.

8.11

It is preferable, not to use any jumper cable in the RF feeder at the


antenna end. In case the suppliers construction practice recommends
use of jumper cable to adjust the antenna mounting height, then all the
connectors to be supplied for this purpose shall be specially water-tight to
prevent rain water and moisture from entering RF feeder cable and the
connected equipments.

Transmission Systems

9.1

Microwave System

9.1.1

The Microwave system shall be required for connecting BSC to BTS, BTS to
BTS, Node-B to Node-B and Node-B to RNC. The bidder shall quote for
such microwave links in 15GHZ and 18GHz band. The transmission
equipment proposed shall conform to relevant TEC specifications/ GR
complete with Antenna, feeder and installation material.

9.1.2

The system shall be in 1+ Hot standby configuration.

9.1.3

The 15 GHz MW system shall be 34Mbps radio system and 18 GHz MW


system shall be in 2X4 Mbps configuration. The 15GHz 34 Mbps system
shall be equipped with drop insert facility for any combination of 8 Mbps
and 2Mbps tributaries.

147/337

10

FRAUD MANAGEMENT AND CONTROL CENTRE

10.1

The FMCC system shall effectively detect, analyse, control and report
various possible frauds presently identified and also likely to arise in future
on account of introduction of new services of both GSM and UMTS based
PLMN of BSNL. The system shall effectively deal with frauds arising out of
both prepaid and postpaid subscription.

10.2

The Fraud management and Control Centre (FMCC) shall provide Zonewise network-wide facilities as per G/FMC-01/02. MAR 2004 and shall
include the requirements of both hardware and software for
implementation of the Fraud Information Gathering System (FIGS), and
service limitation controls such as Operator Determined Barring (ODB) and
Immediate Service Termination (IST) as specified in the 3GPP specifications
TS 22.031v6.0.0 or later, TS 23.031 and TS 42.031.

10.3

The tender seeks three FMCC systems each of 10 million lines to be


installed at locations to be decided by BSNL in North, East and West Zones
and shall integrate these systems with the system ordered under Phase-IV
IMPCS expansion project of BSNL. The existing system shall be
expanded/redeployed to make it a zonal system and to meet the
requirements of the specified in the tender. While the entire capacity of 40
million lines as mentioned above shall function like a single entity for
detection, analysis, control and reporting, the facilities and features for
operation, administration and maintenance of the system shall b provided
in the respective zones.

10.4

The realisation of FMCC shall be as per one of the methodologies detailed


below:

10.5

(i)

Expand the existing FMCC by another 30 million lines by adding 3


Central Sites with associated remote sites.

(ii)

Replace the existing system with a completely new system catering


to 40 million lines having 4 Central Sites and associated remote sites
and equipments.

The system shall detect frauds at different stages and occurring in different
network elements of the systems. Some of the most important systems are
detailed below:
(i)

MSC/MGW/GMSC/GMGW/SGW/MSC-S etc

(ii)

IN/VoMS/SMSC/MMSC/SGSN/GGSN/GMLC/PoC/WAP

(iii)

Mediation in Billing System.

(iv) Billing System.


(v)

Roaming/Interconnect Billing system.

(vi) Any other network element that generate call data records or
capable of establishing communication either data or voice.
10.6
10.6.1

The bidder shall meet the following enhancements on the requirements


specified in the under mentioned clauses of TEC GR G/FMC-01/01 JUL 99:
The term DoT appearing in the GR may be read as BSNL.

148/337

10.6.2

The term CCS-7 links appearing in the GR shall read as CCS-7 and
other Signalling links.

10.6.3

The terms billing and commercial systems of billing system or


commercial system appearing in the GR shall be read as Billing and
Customer Care System as specified in latest version of TEC GR No.
GR/BCS-01/01. DEC.2000 and, IN, VoMS, SMS, MMS, UMS, SGSN, GGSN,
WAP/PoC and Commercial systems.

10.6.4

The architecture of the FMCC to be implemented shall broadly as per


Clause 4.1(i). Typically each circle shall be a remote site in the
architecture.

10.6.5

It shall be mandatory for the bidder to meet the requirements specified


under clause 2.2.3.9.

10.6.6

The FMCC shall build the Call Detail Records (CDRs) from the CCS-7
signalling links on the routes viz., Inter-PLMN POIs, PLMN-PSTN POIs (both
NLD/ILD), Intra-PLMN switching nodes. The signalling links may be LSL, HSL
(as per ITU standard) and SIGTRAN etc.

10.6.7

The FMCC shall have inputs from Billing and Customer Care System
instead of from the commercial system defined in 3.3.4.1(ii). The inputs
shall be subscriber databases, rated CDRs, Bill image, Revenue
Assurance databases etc.

10.6.8

The access to the switching systems required under clause 3.4.1 shall be
through the Service Provisioning module of the B&CCS.

10.6.9

It shall be mandatory for the bidder to provide Interface to other Central


Sites specified in Clause 4.2.3.1(f).

10.6.10 It shall be mandatory for the bidder to provide necessary interface for
transmitting data between CSPs of other Central Sites as specified in
Clause 4.2.3.6.
10.6.11 The following points shall be considered by the bidder as regards the
volume of data specified in Clause 7.6:
(i)

The volume of data in CCS-7: LSL/HSL/SIGTRAN links shall be taken


as 0.6 Erlang.

(ii)

The Transaction log/OMC log, Databases of analysis, routing,


charging, subscriber Class of Service/entitlement are vendor
dependent and shall be specified by the bidder and dimensioned
accordingly.

(iii)

The volume of data from the billing system shall be extracted from
the design and sizing of the billing hardware and Kenan FX
software.

(iv) The volume of the data extracted from other NEs like IN, VoMS, SMS,
MMS, WAP, SGSN/GGSN, Charging Gateways, WAP, PoC etc shall
also be vendor specific and shall be specified by the bidder.
10.6.12 In case any temporary staging area (Storage) is required at any of the
network elements like B&CCS, IN, VoMS etc before pulling the required
data into the FMCC mediation, the bidder shall dimension all such NEs

149/337

with the additional requirement as part of the supply with appropriate


RAID configuration.
10.6.13 There shall be no impact on the performance requirements of the
network elements due to interfacing with FMCC.
10.6.14 The bidder shall determine the no. of probes required to cover both the
existing and all the new network elements planned as per the signalling
design of the concerned NE. However, each of the remote sites shall be
provided with a minimum of 1024 probes.
10.7

The mediation devices to be supplied for FMCC shall be suitably


dimensioned to ensure that all required interfaces and protocol stacks are
available to extract and send data to tall the NEs needing
interconnection.

10.8

The system shall ensure detection and monitoring of the following mobile
specific frauds:
(i)

Roaming Frauds National and International

(ii)

SIM card and Scratch card - Duplicate and cloning

(iii)

Detection of Organised fraudsters

(iv) Call volume/ Duration Frauds


(v)

Detection of fraud on packet services

(vi) Subscription frauds


(vii) Abnormal behavior
10.9

The system shall ensure that apart from detection and monitoring of
frauds, it needs to provide management reports and also shall be
configurable in the field to ensure defining rule based detection and
monitoring. System shall be upgradeable to manage new and evolving
fraud methods.

10.10 The fraud management and detection shall be in real time.


10.11 The bidder shall provide a comprehensive solution document as part of
the bid, detailing the system design, engineering, dimensioning and
networking. The purchaser shall issue order initially for one of the three
systems for implementation and for validation. The bidder shall install,
integrate, test and commission the system within the stipulated time. BSNL
reserve the right not to order the remaining systems and to return to the
bidder system under testing, in case the system fails to meet the BSNL
requirements without any commercial implication on BSNL.
10.12 The systems to be supplied shall be scalable to a capacity of 30 million
lines and BSNL reserves the right to order additional capacity in any or in
all the 4 systems to reach the ultimate capacity of 30 million lines per
system. The bidder shall furnish the details of hardware and software
required to expand the system to its ultimate capacity.

150/337

11

DECISION SUPPORT SYSTEM

11.1

The Decision Support System (DSS) shall be Zone-wise, network-wide and


shall be as per as per TEC GR No. GR/BCS-01/01. DEC.2000. The supply
shall include all the requirements of both hardware and software essential
for comprehensive implementation of system. The DSS system shall
essentially be an integral part of and shall be co-located with B&CCS
system.

11.2

BSNL has a Decision Support System ordered as part of the Phase-IV


expansion project being installed at Hyderabad. The requirements of this
tender shall be met in one of the following methodologies:
(i)

Upgrade and expand the existing system by adding 3 more sites


and integrate all the sites.

(ii)

Upgrade the existing DSS, supply another 30 million lines by adding


3 new systems of different vendor and integrate all the systems.

(iii)

Replace the existing system with a completely new systems


catering to 40 million lines at 4 sites and integrate them.

11.3

The supply for DSS shall include independent mediation devices required
to groom the data received from upstream entities. The mediation shall
provide user friendly drag, drop and assemble GUI to adapt data format
of the upstream entities to that required by DSS. It shall be possible for the
BSNL personnel to perform this function.

11.4

Staging area, if any, required, in any of the network elements including


B&CCS before polling the data by the DSS mediation shall be
appropriately dimensioned and supplied by the bidder as part of the DSS
proposal.

12

DISASTER RECOVERY AND BUSINESS CONTINUITY SYSTEM

12.1

The tender seeks a comprehensive Disaster Recovery (DR) and Business


Continuity system (BCS) that shall exhaustively address the data
replication requirements to ensure zero data loss for critical applications,
data reconstruction on the standby site from the recovery storage to
ensure continuity of sensitive applications and processes and restoration
of the production site for normal operation. The data replication
technique would include both synchronous FC replication for zero data
loss using dark fibres as well as IP based asynchronous data replication for
data vaulting at the standby site and for restoration of the production site.

12.2

There shall be two DR-BCS sites; one for the west and south zones and
another for north and east zones. The DR-BCS site for west and south zone
is at Hyderabad. However, the DR-BCS site for north and east zones, which
shall be different from the current locations of the B&CCS will be decided
by the purchaser along with the finalisation of the bid.

12.3

The proposed DR-BCS shall provide a two tiered continuity and recovery
mechanism with the following Recovery Time Objective (RTO) and
Recovery Point Objective (RPO):
(i)

For business critical applications, the RTO shall not be more than 6
hours and RPO is to provide no data loss.

151/337

(ii)

12.4

For other application and processes, the RTO shall not exceed 48
hours and the RPO shall be limited to data that are on transit for
replication at the time of occurrence of the disaster.

The business critical applications and business processes that need


continuity of operation at times of disaster are:
(i)

Service Provisioning.

(ii)

Trouble Ticketing.

(iii)

Mediation.

(iv) TAP OUT modules.


12.5

The applications that shall run at the DR-BCS site shall be the entire B&CCS.

12.6

The purchaser seeks two alternate proposals with the following objectives:
(i)

Synchronous Data Replication using FC for zero data loss in case of


business critical applications at an intermediate site and IP based
asynchronous replication for other applications at the DR-BCS. All
the data that are received from network elements (CDR) shall be
replicated and updated. Backup servers shall be available at the
DR-BCS site.

(ii)

Asynchronous data Replication of both critical and all other data


at the DR-BCS site with backup servers to run all the applications.

12.7

The performance reduction at the DR site when it become live with


application shall not exceed 50% of that specified for the production sites.

12.8

The intranet built for interconnecting the various network elements with
B&CCS shall be available fully for the DR site through appropriately placed
networking components like routers, switches and hub etc.

12.9

The NMS of the intranet shall be suitably configured such that by running a
predefined script, it shall be possible to change the to and fro feed on the
intranet from the production site to the DR-BCS site.

12.10 It shall also be possible to restore the intranet to connect the production
site to the network elements.
12.11 The bidder shall provide all the configurations and scripts for switching the
connection of the intranet between the production and DR-BCS sites.
12.12 The requirement of HW and SW for DR-BCS shall be aligned with the
requirements defined in the appropriate clauses for B&CCS elsewhere in
the tender.
12.13 The restoration of the production site shall not take more time than that
specified for activation of the DR-BCS site to run the respective
applications.
12.14 The synchronous replication site shall be at a distance of not more than
the distance permitted by the link budget of the dark fibre link, usually not
less than 50 Kms. There shall be no restriction on the distance of the
asynchronous replication cum backup site.

152/337

12.15 The staging area, Business Continuity Volumes (BCVs) and Point in Time
Volumes (PiTVs) required for the implementation of the DR and BCS shall
be suitably dimensioned in the B&CCS system.
12.16 The bidder shall submit a comprehensive solution document detailing the
complete solution together with all dependencies and BSNL deliverables.
The responsibility of BSNL shall be limited only to those specifically
mentioned and the responsibility to meet all other requirements for
successful implementation of the system shall rest solely with the supplier.
13

LAWFUL INTERCEPTION SYSTEM (LIS)

13.1

GENERAL

13.1.1

The system shall provide Lawful Interception facility for both GSM and
UMTS based PLMN of BSNL.

13.1.2

The Legal Intercept System (LIS) shall provide PLMN-wise network-wide


interception facility as per TEC GR LIS-02/01/March 2004 and in
compliance with the provisions contained in the following documents or
their latest version which, through reference in this DTR, shall constitute
requirements of this tender:
(i)

ETSI TS 101 331: "Telecommunications security; Lawful Interception


(LI); Requirements of Law Enforcement Agencies".

(ii)

ETSI ES 201 158: "Lawful Interception; Requirements for network


functions".

(iii)

ETSI ES 201 671: "Handover Interface for the lawful interception of


telecommunications traffic".

(iv) 3GPP TS 33.106 v6.1.0: "3rd Generation Partnership Project;


Technical Specification Group Services and System Aspects; 3G
Security; Lawful interception requirements".
(v)

3GPP TS 33.107 v6.5.0: "3rd Generation Partnership Project;


Technical Specification Group Services and System Aspects; 3G
Security; Lawful interception architecture and functions".

(vi) 3GPP TS 33.108 v6.9.0: "3rd Generation Partnership Project;


Technical Specification Group Services and System Aspects; 3G
Security; Handover interface for Lawful Interception".
(vii) 3GPP TS 41.033 v6.0.0: "Digital cellular telecommunications system
(Phase 2+); Lawful Interception requirements for GSM".
(viii) 3GPP TS 42.033 v6.0.0: "Digital cellular telecommunications system
(Phase 2+); Lawful Interception stage 1".
(ix)
13.1.3

13.2

3GPP TS 43.033 v6.0.0: "Digital cellular telecommunications system


(Phase 2+); Lawful Interception stage 2".

Compliance to the requirements specified above is a prerequisite for


participation in the tender and offers, if any, received without full
compliance is liable to be summarily rejected and EMD shall be forfeited.
In supersession of clause 2.1(i) of TEC GR LIS-02/01/March 2004, the system
shall support simultaneously interception of at least 210 lines per each of

153/337

the Network Elements of the PLMN. It shall be possible to define up to a


maximum of 600 targets in each of the NE. Where a NE serves more than
one LSA, the interception capacity of such NEs shall be suitably
augmented.
13.3

In addition to those requirements specified in the GR and under clause


12.1.3 above, the system shall also provide extension of online monitoring
of target mobile calls/numbers (IMSI, MSISDN, IMEI) in real time through call
conferencing facility to any designated mobile/PSTN/CDMA telephone
with CLIP/COLP. The system shall be capable of monitoring 210 mobile
calls/numbers per MGW simultaneously in each PLMN through call
conferencing facility at any time irrespective of service area of switch or
MGW deployed in the network from different technologies. The system
shall also provide online as well as archive Intercept Related Information
(IRI) such as date, time, call duration, IMSI no., IMEI no., cell ID, calling &
called no., Location Update, Invocation and use of Supplementary
Services etc. The system shall monitor all the Value Added and Data
Services provided currently by BSNL and also those specified in this tender.

13.4

The system shall be capable of converting raw data of value added


services/data services as per ETS 201 671 format and as per requirements
of Law Enforcement Agencies (LEA). The proposed system together with
the existing system shall form an integrated solution for the Lawful
interception system.

13.5

The bidder shall meet the following enhancements on the requirements


specified in TEC GR LIS-02/01/March 2004:

13.5.1

The words call related data, Network related data and call associated
data appearing, wherever in the above GR, shall be read as Intercept
Related Information.

13.5.2

Intercept Related Information (IRI) shall be the collection of information


or data associated with telecommunication services involving the target
identity, specifically communication associated information or data (e.g.
unsuccessful communication attempts), service associated information
or data, and location information. IRI shall also include all events
associated with the invocation and use of supplementary services,
location update information and data regarding the target while in the
home PLMN as well as in the visited PLMN.

13.5.3

Target, which is the subject of interception, shall be a subscriber of home


PLMN or an in-roamer from another PLMN.

13.5.4

The intercept related information and the intercept product shall be


delivered in real time. The bidder shall indicate, as part of the Technocommercial bid, the details of the mechanism for generation,
processing, storing and delivery of the IRI to the entitled LEAs.

13.5.5

The Functional Architecture specified in Clause.4 of 3GPP TS 33.107 v6.5.0


for the different intercept configuration and the reference configuration
specified in Clause.4 of 3GPP TS 43.033 v6.0.0 shall supplement the
functional and physical entities shown schematically in the Annexure of
the TEC GR LIS-02/01/March 2004.

154/337

13.5.6

It shall also be possible to intercept Video Telephony calls [Circuit


Switched Data] and Group 4 Fax in addition to those services listed in
Clause 1.4.1 of TEC GR LIS-02/01/March 2004.

13.5.7

Invocation and use of all supplementary services during idle and mid-call
shall also be delivered as IRI.

13.5.8

The application of any of the supplementary services shall have no


impact on the interception function.

13.5.9

Any change in the subscriber data such as change in category of the


target etc shall be indicated to the LEMF through IRI.

13.5.10 The Content of Communication (CC) and the IRI shall be made
available to the LEMF immediately and on real time. This overrides the
delay provided for transfer of IRI in clause 1.4.4(i), 2.2.2(iii) of the said GR.
13.5.11 Lawful Interception System shall have sophisticated password
management and access priviledges configuration management
function. The authenticity of the LEMF shall be established before
opening data transfer session for streaming the IRI.
13.5.12 It shall be possible to implement a variety of security policies for transfer
of IRI and intercept product based on the IP address of the LEMF,
authentication through username, password combination etc.
13.5.13 It shall be possible to assign separate and designated timeslot for each
of the target on the link from the mediation device to the LEMF.
13.5.14 In case TFO or TrFO function is used in the communication session of the
target, the MSC/MGW/Mediation Device shall ensure that the content of
communication is delivered to the LEMF according to ITU-T
recommendations G.711, A-law encoding.
13.5.15 It shall be mandatory for the bidder to meet the requirement specified in
Clause 2.2.1(iv) of the TEC GR LIS-02/01/March 2004.
13.5.16 The network and the Mediation Devices shall support ISUP 2000 signalling
in addition to those specified in Clause 2.2.1(v) of the TEC GR LIS-02/01/
March 2004.
13.5.17 The interface between the PLMN [Mediation Device of the LIS] and the
equipment at the LEMF for transmission of IRI to LEA in real-time shall
support FTAM over TCP/IP in addition to those interfaces and protocols
sought vide clause 2.2.2(i) of TEC GR LIS-02/01/ March 2004.
13.5.18 The IRI relating to SMS/MMS/GPRS etc shall be retained in the Mediation
Device of the LIS LEA-wise for two weeks even after its successful
transmission to the LEMF.
13.5.19 It shall be possible to Modify the intercept related administrative data
of the target in addition to the operations specified in clause 2.3(i) of the
said GR. However, all such MML transactions shall be logged in the
system.
13.5.20 It shall be mandatory for the bidder to support secondary supply input of
nominal - 48 V DC (from 40 to -57 V) for the LIS and all associated
equipments.

155/337

13.6

It shall be mandatory to provide separate mediation devices for


transferring the Content of Communication (CC) and the Intercept
related Information (IRI).

13.7

The mediation Device for CC shall support Delivery Function 3 [DF3] for
both bearer and signalling for at least 30 network elements. The MD(CC)
shall have all the functionalities required to aggregate the CC received
from different network elements concerning the targets being intercepted
by each of the LEA and transfer the LEA-wise aggregated CC on to the
designated link of the concerned LEMF.

13.8

The MD shall interface with the SMSC, MMSC etc to retrieve the messages
originating from and destined to the target directly and to transfer the
same on line to the LEMF in real time.

13.9

The LIS shall support Data Segmentation for each of the LEA and shall
facilitate the following administrative functions to carry out the lawful
interception:
(i)

LEA administration.

(ii)

PLMN administration

(iii)

Target administration

(iv) LIS administration


13.10 The LIS shall support at least 7 remote administrative terminals, the supply
of which shall be made as part of the system.
13.11 The LIS shall provide a single Lawful Intercept Point of Interconnect at a
physical location to all LEAs from where both the intercept product and
intercept related information is made available on line and in real time to
each of the LEMF. The LI-PoI shall be the preferred location for the MD-CC
and MD-IRI.
13.12 The Delivery Function 3 (DF3) of the MD(CC) shall process the signalling
information received on X3 interface from all the network elements,
identify the target and shall switch the bearer for transferring the CC on to
the appropriate link on the HI3 interface of the LI-POI associated with the
LEA authorised to intercept the target.
13.13 The Delivery Function 2 (DF2) of the MD(IRI) shall receive, process, sort,
aggregate and store the IRI received from all the network elements of the
PLMN and deliver the same on the designated link on the HI2 interface for
on line streaming of the IRI to the concerned LEA in real time.
13.14 The equipment supplied for LIS shall be complete and shall include
networking equipments like routers, switches, Firewall hub etc required to
set up a secure transport for the IRI from NE to the Mediation Device.
13.15 LIS shall be dimensioned for the following configurations:

No.

Item

Network
Elements

Category of the LIS


A

Total

30

20

15

Circuit Switched

20

12

156/337

Remarks

Packet Switched
VAS & Common NE

Signalling Links

40

24

16

No. of E1s per Circuit Switching NE

No. of E1s per Packet Switching NE

No. of E1 per VAS and Common NE

14

TOOLS & TESTERS AND TESTING FACILITY

14.1

General

14.1.1

The MSC-Server, MGW, RNC, BSC etc. shall provide in-built tracer for
taking trace of CCS# 7 (ISUP, MTP, SCCP, TCAP and CAP), SIP, H.323,
H.324, Radius, Diameter etc and other protocol signals used in the on
the specified time slot as well as on the HSL and SIGTRAN signalling
streams such as E1, STM-1 and Ethernet transports. It should be possible to
take the trace of CCS# 7 in HSL. Suitable ODF having optical cross
connect need to be provided to tap and connect optical STMs to the
tester without affecting working systems.

14.1.2

The Signalling Gateway shall provide trace facility for each of its protocol
stack and the output of the trace mechanism shall be decoded and
displayed in a user friendly GUI with description for each of the message
fields. The message in its original form shall also be displayed along with
the decoded display in the GUI.

14.1.3

Any of the Network Elements that exchange signals and not providing inbuilt trace facility shall be supplied with an external protocol analyser
that shall form part of its bill of materials.

14.1.4

The network elements such as MSC Server, MGW, and SGSNs etc. shall
have facility to establish directed calls from a specific MSISDN/IMSI to a
specific circuit in IuCS, IuPS, A-Interface, A-ter Interface, E - interface and
on PSTN interface to facilitate easy trouble shooting. The trace on the
directed calls shall be done by default and it shall be possible to switch
ON/OFF the trace either through the MML command used to set up the
directed call or through separate MML commands.

14.1.5

Wherever TEC specifications are not available, ISO 9002 certified tools,
testers, simulators, and instruments etc. shall be supplied.

14.1.6

In cases where TEC specifications have not been specified, TEC type
approved equipment is not available and also ISO 9002 certified tools
and testers are not available; ISI certified tools and testers from reputed
manufacturers shall be supplied. Full details about these manufacturers
shall be given along with the bid.

14.1.7

Traffic Generator for generating 512 Simultaneous calls (256 originating


and 256 terminating) on A-interface/IuCS interface together with
compatible PCs/Laptop (With Laser printer) shall be supplied as part of
the supplies for carrying out the load test of the network equipments.

14.1.8 One complete set of Tool kit including 5 numbers each of Portable E1
BER tester, Optical Power Meter & Laser Source, & 7/8 Feeder cable

157/337

cutting tool, Microwave connector adaptor set, digital AC & DC Multimeter, AC/DC Current shunt meter, Digital Earth Megger, Tower Climbing
safety equipments like safety belt & helmet, Power Factor meter etc is to
be provided for each MSC-S , MGW, RNC & BSC
site for the
maintenance of these equipments and associated BTS sites . The set also
should include one SDH analyser (STM-16) with jitter having both optical
and electrical STM ports for each MSC site. A list of items proposed to be
supplied in the tool kit is to be submitted along with the bid. This shall

invariably contain all specialised tools that are required to operate


the hardware that are supplied.
14.1.9

All the accessories required for comprehensive use of the Measuring


Instruments/Planning and allied tools shall be included as part of this
package.

14.1.10 The calibration, if required, of any testing instrument supplied shall be


done during the rollout phase and during the currency of Warranty and
AMC without any commercial implications to BSNL.
14.1.11 Wherever the word GSM is written in this GR/DTR, it includes all the
functionalities of GPRS and EDGE and the word WCDMA includes
functional requirement of HSDPA, HSUPA and IMS (Release 6) If support
for the some of the functionalities are not available at the time of
bidding, then the list of such functionalities along with their timeline for
the provision in the tool may be provided. All such upgrade shall be
provided to BSNL with out any commercial implications in due course.
14.1.12 The software of tools shall be licensed in the name of BSNL (unlimited
period).
14.1.13 The supplier will provide advanced practical and theoretical training on
drive test tool, Planning tool, Post processing tool, BTS testers and Protocol
analyzers against each supplied unit ensuring that BSNL officers are fully
trained with the operations of these tools in respective circles.
14.1.14 The bidders will also quote prices for upgradation (to the new
specification) of the existing planning tool, Drive test tool, post processing
tools and protocol analyser with BSNL which will include software
upgradation, which BSNL will order as per its circle specific requirements.
The bidder will also indicate in the bid about the all the software and
hardware requirements for upgradation.
14.1.15 All the tools and testers ordered must be supplied within 3 months of
placement of purchase order.
14.2

Planning Tool

14.2.1

The planning tool to be supplied shall be for complete radio planning of


GERAN, UTRAN, Microwave, and shall be licensed for a minimum of 10
user licenses for each of the modules of the tool. The user shall be able to
deploy the planning tool either in stand-alone mode or in the server
mode. The license shall be in the name of BSNL for perpetual period and
shall be based on soft keys and not on hardware lock.

14.2.2

In addition to the server based licenses at least 3 desktop licenses also


shall be provided.

158/337

14.2.3

The planning tool shall have modules for traffic planning. It shall be
possible to import/input data from OMC-R into the planning tool which
shall then provide analysis such as Erlang/Sq Km in the covered areas
and also the necessary TRX planning at each site for future growth.

14.2.4

The planning tool shall support all the technologies that would be
supplied against this tender and those existing in the BSNL network.

14.2.5

The planning tool shall essentially have the feature for automatic
frequency (& code planning in WCDMA) planning to get the best C/I
values and minimize interference. This shall include automatic combined
planning of both GSM & WCDMA frequency, BSIC, neighbor list, HSN,
MAIO etc.

14.2.6

The planning tool shall also be able to import the actual data (like
interference values on different time slots) from the OMC-R and do
automatic frequency and parameter planning for the entire network
and the same can be further uploaded into the OMC-R for
implementation in the network. It shall be possible to perform this for the
whole network or part of it. In case this product is available as intelligent
optimisation service and not a stand alone product with hardware
/Software, the said service must be rendered on the network on half
yearly basis during the roll out (thrice) and then during currency of
guarantee and AMC. This exercise shall be aligned fully with the
execution of network optimisation obligations.

14.2.7

Planning capability on all different frequency bands internationally in use


for GERAN/UTRAN networks shall be provided and supplied including 900,
1800, 1900 and UMTS bands.

14.2.8

The tool shall be supplied with a high end server and 5 desktop PCs, two
laptops with one color laser printer of A3 size and one plotter of A0 size.
The PCs and Printers shall be of latest configuration, must have a
minimum of 2 GB RAM (for desktop & Laptops PCs) and shall be supplied
with required operating software. The laptop shall a optical drive (ReadWrite) with file compression software

14.2.9

The hard ware supplied shall be sufficient to analyse the present network
of the largest circle including the capacity provided up to and including
this expansion.

14.2.10 The necessary tools for in-building coverage prediction also shall be
supplied as a module or as a separate product
14.2.11 Two LCD/DLP multimedia projectors of minimum 2000 ANSI Lumens with
XGA 1024 x 768 resolution, USB for Wireless Mouse Control and with
Wireless Presentation features shall be supplied as part of each planning
tool. While one of the two projectors shall be roof mountable, the other
shall be portable.
14.2.12 The supply of the tool shall be complete with LAN cables & Accessories,
Hub, LAN switch, UPS, power cables etc. The complete onsite installation
and commissioning of the system shall be done by the supplier.
14.2.13 The Radio Planning tool shall be able to perform GERAN and UTRAN
Network Planning on the same platform simultaneously without having to
switch between different modes.

159/337

14.2.14 The RF Planning Tool shall support full GERAN and UTRAN integration
including joint technology neighbour planning and joint technology
Monte Carlo simulations, providing planners with the ability to accurately
plan 2G, 2.5G and 3G handover scenarios.
14.2.15 The RF Tool shall support Joint Simulation of GSM/GPRS/UMTS Networks.
The Tool shall be able to simulate and analyze combined GSM and UMTS
Networks.
14.2.16 The RF Planning Tool shall be able to perform Automatic Cell Planning
and Network optimization
14.2.17 The tool shall have all the necessary features to do accurate model
tuning and all the necessary hardware for conducting the CW test in
various type of cities like CW generator, Antenna etc shall be supplied
(One set per circle). The planning tool model shall be automatically
updated using the data from the drive test tool.
14.2.18 RF planning tool shall be able to automatically optimize the physical
network configuration to maximize capacity for the range of services
and traffic demands.
14.2.19 RF planning tool shall be able to Automatically optimize design
parameters like antenna and power settings for multi-technology
networks
14.2.20 RF planning tool shall be able to utilize an extensive range of survey
measurement and network statistics data to tune the modelled network
and facilitate area performance optimization.
14.2.21 Accurately simulate current and future capacity scenarios using static
and dynamic simulators
14.2.22 The tool shall support Monte Carlo analysis of complex multi service
networks14.2.23 Phased Scrambling Code Planning shall be supported by the tool.
14.2.24 The tool shall be able to import/export to ASCII text/Excel/Mapinfo files
for all network data (carriers, layers, cells, sites, links, prediction models
etc)
14.2.25 The planning tool shall have a plug-in tool for import of switch based
data. Switch data can either be provided as ASCII or Excel. Switch
based data can be used in various areas of the application including
traffic map generation, neighbour list generation and Interference Matrix
generation. The tool shall also facilitate the thematic display of network
data by displaying network performance KPI in ranges of colours on a
per sector basis.
14.2.26 Demographic Analysis Tool: The planning tool shall be supplied with a
demographic analysis tool. This tool would enable users to combine
network coverage information and demographic information so as to
visualize the relationship between service and population being served
across the network. Using analysis layers (such as Best Serving Transmitter
or Best Serving Class) and demographic information for the area
covered by the project, a user shall be able determine information such
as how many subscribers are best served by a given transmitter. The

160/337

output of the tool shall be in terms of tabular data or in terms of a


distribution density map. The tool shall allow the user to input population
data as point layer or as polygon layer or in grid format ( all three options
shall be available in the tool).
14.2.27 The MW planning module should have full features including LoS,
Intererference and Link Budget calculations for all relevant frequency
bands such as 7, 11, 13, 15 and 18 Ghz
14.3

Drive Test Tool

14.3.1

Phone and Digital Receiver based drive test tool with at least four
phones and GPS receiver for achieving optimization of the Network and
its expansions together shall be provided.

14.3.2

Drive test tool shall be supplied along with minimum following


equipments

14.3.2.1 Drive test software with perpetual license in the name of BSNL to support
all technologies including GSM, GPRS, EDGE, WCDMA, HSDPA, HSUPA
etc.
14.3.2.2 With 4 No. of phones (Engineering handsets) supporting GSM, GPRS,
EDGE, WCDMA, HSDPA, HSUPA, IMS networks as envisioned in this tender.
The phones shall have stand-by batteries and hands-free kits.
14.3.2.3 Digital Receiver for interface measurement for GSM and WCDMA
network. It shall have built in GPS receiver.
14.3.2.4 Documentation in English
14.3.2.5 Lap top (Min 80 GB Hard disk, 2 GB RAM, CD RW, stand-by battery,
Carrying case) with required Operating system, any required application
software, required cabling and appropriate size UPS for the entire DTT set
up.
14.3.2.6 Necessary hub for easy and compact interconnection of all phones,
laptops, receivers, GPS etc with in-built battery as per requirement.
14.3.2.7 Hand Held GPS
14.3.2.8 External Antennae for all the phones, GPS and Digital Receiver
14.3.2.9 Digital camera of minimum 8 Mega pixel resolution.
14.3.3

The drive test tool shall be supplied with the capability of updating the
Planning tool including choosing the propagation model for further
model tuning and planning. ALL the required hardware for CW testing
and model tuning will be supplied as part of the Planning tool and any
software component that is required in the drive test tool shall be
provided.

14.3.4

The Engineering Handsets (phones) supplied with drive test tool shall be
of latest model and the model number of the handset shall be specified
in the bid.

14.3.5

The drive test tool shall have capability of real time troubleshooting and
real time mapping of multiple parameters simultaneously from the same
or different device.

161/337

14.3.6

The receivers shall provide accurate C/I , Eb/No for hopping /nonhopping networks in dedicated/idle mode. It shall be able to check and
identify co-channel interferers on both BCCH and TCH.

14.3.7

The tool shall support phones of at least 4 different manufacturers and


digital receivers from at least 2 different manufacturers.

14.3.8

Digital receivers shall be able to provide multi-frequency scanning, Pilot


Pollution indication and neighbor optimization options.

14.3.9

Ability to verify intersystem handovers and cell-reselection shall be


available, along with a display of WCDMA and GSM neighbors together
to check for Inter-RAT and compressed mode behavior.

14.3.10 For GPRS /EDGE testing tool shall provide important GSM radio data
channel measurements like C/I burst, BER and PDCH Utilization for uplink
and downlink to show performance and utilization of each timeslot in
GPRS services. Also application testing of WAP, SMS, MMS, WEB and FTP
using engineering handset shall be present.
14.3.11 With each license of drive test tool a facility to post-process multiple log
files shall be provided. It shall be possible to analyze data for
GSM/GPRS/EDGE and WCDMA networks.
14.3.12 A Protocol stack browser for viewing air-interface messages shall be
available. Also facility to view data in Maps, Graphs and reports shall be
provided.
14.3.13 Standard applications like WCDMA Missing Neighbor, Pilot Pollution, Soft
Handover Analysis and co-channel adjacent channel interference
analysis shall be provided.
14.3.14 Facility to view GSM/GPRS/WCDMA radio parameters and layer 3
messages shall be available.
14.3.15 The system shall provide speech quality testing using standard ITU P.862
algorithms like PESQ for both uplink and downlink speech paths. Data
testing using applications like FTP, HTTP, SMS etc shall be provided.
14.3.16 A Map handling software such as Mapinfo shall be supplied with the
drive test tool.
14.4
14.4.1

Automatic Network Monitoring System (ANMS)


The ANMS shall provide a complete automated network optimisation,
benchmarking and monitoring facility. The system should have the
following features.
(i)

The automatic network monitoring system should provide


automated radio network data collection , analysis , statistical
benchmarking , presentation and reporting in one system

(ii)

The system should support GSM, GPRS , CDMA and WCDMA

(iii)

Data will be collected using remote test probes with inbuilt GPS and
phone that can be installed in remote vehicles. The probes shall be
rugged in construction and shall withstand rough handling and
unattended operation in public and/or private transport vehicles
without the need for air-conditioning.

162/337

(iv) Collected log files will be uploaded remotely to a central server by


the test probe using a standard Radio bearer like GPRS, CSD .
(v)

The process of data collection and upload to central server will be


automatic and will not require the probes to be brought back for
manual data extraction.

(vi) The system should provide facility to control the remote probes ,
including facility to set call patterns, measurement parameters ,
and upload methods , from the central server.
(vii)

The log files collected should be processed automatically , and


should be available to view as individual route or combined binned
statistics in the MAP interface.

(viii) The database should have facility to provide statistics and


information to view for a large span of time , filterable by each day,
week, month or year.
(ix)

Facility to analyse and view GSM/GPRS/WCDMA radio parameters


including layer 3 messages should be available through a
presentation client view using a Map interface .

(x)

The map interface in the presentation client should have facility to


show associated log files/contributing routes for events on the map.

(xi)

Facility to draw polygons and perform area wise analysis should be


available in the Presentation tool.

(xii) The Presentation client should provide statistical benchmarking


plots , and should be able to show in each bin best operator and
the corresponding difference.
(xiii) A report client should be available with facility to customize and
generate reports for different levels of the organization like
Management, Engineering, Marketing, Quality etc.
(xiv) The report client should have the feature to access the latest
statistics and email the reports based on customized templates
automatically to selected email addresses on daily basis through
selected preferences.
(xv) The system should provide end to end Speech Quality testing , using
ITU parameters like PESQ (ITU P.862) , MOS for both uplink and
downlink .
(xvi) The system should provide data testing facility by running tests on
FTP, HTTP applications.
(xvii) The hardware and software configuration supplied should have the
server and a minimum of 50 probes along with all the requirements
for complete networking and commissioning of the setup. The
system should be commissioned and operated for a minimum of
three months after at least 50% of the new BTSs are commissioned in
the applicable city. The vendor should arrange on-site dedicated
expert during the said period to analyse and use the results
productively in full co-ordination with BSNL team so that tool can be
further utilized effectively.

163/337

14.5

Post processing Tools (For Drive Test Tool Data)

14.5.2

The hardware for the system shall comprise of 4 nos. of suitable Desk Top
Computer configuration with all hardware dimensioned for best
performance including a 17-inch LCD display. It shall be supplied with
four perpetual licenses per LSA.

14.5.3

It shall import and export data from/to drive test tools to be supplied by
the bidders and also from/to the existing drive test tools like Agilent E6474
A, TEMS etc and also Planning Tools like NETPLAN, PLANET, I-Planner,
Wizard etc. without any restrictions. The tool shall enable drive-test data
files to be automatically concatenated

14.5.4

The system shall be able to display maps, Charts and spreadsheets. It


shall interface with Maplnfo to view the results on a map. Latest version
of Mapinfo Professional with required licenses shall be supplied and
loaded for the said purpose along with each post processing tool
license.

14.5.5

It shall be possible to analyse data from all generations up to and


including the latest of GSM, GPRS, EDGE and WCDMA networks.

14.5.6

The tool shall provide Protocol stack browser for viewing air-interface
messages.

14.5.7

The system shall give tabular as well as graphical reports for single or
multiple (of same or different technologies) mobile networks. All industry
standard reports for quality evaluation and bench marking shall be
available. A partial list of reports is given below:

14.5.7.1 Service availability (Percentage of time during which service was


available for each network)
14.5.7.2 Call statistics (Total calls, Blocked calls, Dropped calls, etc.)
14.5.7.3 Phone state (On call, Idle, out of range, etc)
14.5.7.4 RF Coverage (Percentage of time during which each slab of Received
Signal was available)
14.5.7.5 Call Quality (Rx Qual Sub levels Vs Percentage of duration for each slab)
14.5.7.6 Tx Power (Tx Power levels Vs Percentage of duration for each slab)
14.5.7.7 Neighbour Availability Statistics, Best neighbour level analysis, Missing
neighbours etc.
14.5.7.8 TA, Hopping state, FER, AMR, DTX State, RLTC, analysis.
14.5.7.9 TA Vs Coverage (Signal Level) analysis.
14.5.7.10 Handover quality analysis.
14.5.7.11 Handover cause analysis and failure cause analysis.
14.5.7.12 Co-channel and Adjacent Channel interference analysis, Interference
on each channel analysis, Analysis to help to identify the interferer.
14.5.8

The tool shall have full set of features for Optimisation of Network
Performance, Validation and Acceptance Testing of new features,
Problem resolution, Benchmarking of various networks etc.

164/337

14.5.9

The Post Processing tool shall be able to load and analyse data from 2G,
2.5G and 3G Networks.

14.5.10 The Post Processing tool shall support integrated 2G/3G Data Analysis.
14.5.11 The Post Processing tool shall be able to perform Analysis of virtually any
Scanned or UE (User Equipment) data format including Agilent, Anritsu,
NEMO, TEMS, NEPTUNE, NEC VTB and VTX, Comarco and Swissqual
14.5.12 The Post Processing tool shall be able to perform Bulk load and
management of drive test data -automatic loading of multiple types of
drive files with ability to monitor load progress (simply copy the file to a
PC connected to the network and it is checked, parsed and loaded)
14.5.13 The Post Processing tool shall have an Extremely flexible filtering system enabling custom queries to be setup using the user friendly wizard for the
fast selection of data of interest It also allows for custom queries to be
built up using a user-friendly wizard for quick and easy selection of data
14.5.14 The Post Processing tool shall have Quick and easy polygon filtering and
optional data manipulation methods (binning/averaging)
14.5.15 The Post Processing tool shall have a powerful and flexible graphing
system with replay functionality
14.5.16 Any data can easily be displayed on the 2D View - indicate best server
Ec, Ec/Io, pilot polluted areas, throughputs, call drops, call failures etc
14.5.17 The Post Processing tool shall be able to perform Layer 3 decoding and
analysis with easy to use search and find capabilities
14.5.18 The Post Processing tool shall be able to perform Comparison and
synchronisation of Scanner and UE (User Equipment) data
14.5.19 The Post Processing tool shall have Benchmarking capabilities - compare
2 or more networks
14.5.20 The Post Processing tool shall be capable of Reporting via MS excel
generated reports, shipped with a standard set of reports ( Ec, Ec_Io
distribution, Bler distribution, neighbour analysis, drop analysis etc) but
shall also allow custom reports to be created
14.5.21 The Post Processing tool shall enable overlay of network performance
stats and planning data
14.5.22 The Post Processing tool shall be able to easily correlate SC and Cell ID
and overlay drive test data onto network statistics data
14.5.23 RANOPT GSM Features14.5.23.1

Replay Features for GSM-

(i)

Rx Level & Rx Quality Graph

(ii)

FER Graph

(iii)

SIR Graph

(iv) Handset Timing advance graph


(v)

Neighbour & serving cell Graph

165/337

(vi) Rx Level & Rx Qual Line Graph by BSIC /BCCH for serving &
Neighbour cell
(vii) Layer 3 Network Messages.
14.5.23.2

Chart View Features for GSM-

(i)

Call Completion & Drop Rate

(ii)

Call Setup success Rate

(iii)

FER Distribution

(iv) GSM Tx power distribution


(v)

Handover Success Rate

(vi) Interference
(vii) Timing Advance Distribution
(viii) Call Setup Time Distribution
(ix)

Rx Level & Rx Qual Distribution

(x)

Rx Level Vs Time ,Rx Qual Vs Time Distribution

(xi)

Rx Level & Rx Qual CDF & PDF Distribution.

(xii) C/I Distribution


(xiii) C/I Distribution for Nth Best
14.5.23.3

Reports for GSM

(i)

Handset GSM uplink Power Distribution

(ii)

Handset Number of Neighbors detected

(iii)

Handset Rx Level & Rx Qual

(iv) Handset Timing Advance Distribution


(v)

Handset Rx Level Vs Rx Quality Distribution

(vi) Handset Call Events.


(vii) Scanner C/I Distribution
(viii) Scanner Number of BSICs Detected
(ix)

Scanner Rx Level Distribution

(x)

Scanner Rx Level Vs C/I Distribution

14.5.23.4

2D-View Feature for GSM-

(i)

Call Dropped/Call Ended/Call Setup complete ,Initiated/ Call setup


Failure

(ii)

Handover Success/Attempt

(iii)

Handset GSM L3 Messages- Channel Assignment /Immediate


Assignment /User Defined GSM Messages

(iv) DTX/FER/Number of Neighbors Detected/Timing Advance/TX Power


(v)

Rx Level & Rx Qual (Full/Sub) for serving as well as nth Best


Neighbour

166/337

(vi) Rx Level & Rx Qual for BSIC


(vii) Serving Cell BCCH/BSIC
14.5.24 RANOPT UMTS Features14.5.24.1

Replay Features for UMTS-

(i)

GSM Neighbour Cells

(ii)

Active Set Graph

(iii)

Detected set Graph

(iv) Monitored Set Graph


(v)

Ec Graph

(vi) Ec/Io Graph


(vii) Rx Level & Rx Quality Graph
(viii) Ec & Ec /Io Line Graph by Sc
(ix)

BLER Graph

(x)

FER Graph

(xi)

SIR Graph

(xii) Timing advance Graph


(xiii) GSM serving cell Graph
(xiv) Layer 3 Network Messages.
(xv) Scs Detected
14.5.24.2

Chart View Features for UMTS-

(i)

BLER Vs Time

(ii)

Ec & Ec Io Distribution

(iii)

Ec & Ec Io CDF & PDF Distribution

(iv) Ec & Ec Io CDF & PDF Distribution for Nth Best server
(v)

Ec Vs Ec Io Distribution

(vi) Ec Vs Ec Io Distribution Nth Best server


(vii) Ec/Io Vs Time
(viii) Ec Vs EcIo Distribution for SC Nth Best server.
(ix)

Delay Spread

(x)

Sc Detected

(xi)

SIR

(xii) W-CDMA Uplink & Downlink Throughput Distribution


(xiii) Rx Level & Rx Qual Distribution
(xiv) Rx Level Vs Time ,Rx Qual Vs Time Distribution
(xv) Rx Level & Rx Qual CDF & PDF Distribution.

167/337

14.5.24.3

Reports for UMTS


Handset/Scanner-

(i)

Call setup Time Distribution

(ii)

Handset BLER Distribution

(iii)

Handset/Scanner Ec & Ec/Io Distribution

(iv) Handset/Scanner Ec Vs Ec/Io Distribution


(v)

Handset/Scanner Number of SC Detected

(vi) Handset Throughput Distribution


(vii) Handset Uplink Power Distribution
(viii) Handset/Scanner Neighbor analyzer
(ix)

RRC Analyser

(x)

Serving Cell

(xi)

Handset/Scanner SIR Distribution

(xii) UL Interference Distribution


(xiii) Pilot Pollution
14.5.24.4
The tool shall provide Protocol stack browser for viewing airinterface messages.
14.6

Protocol Analyzers
Protocol Analyzer in conformity with the TEC GR along with GSM/WCDMA
applications and facility to analyse all the GSM/WCDMA interface
protocols e.g. (ISUP v2 &v3, MAP v2&v3, CAP v2& v3, Gb, IuCS, IuPS, Mc,
Nb, Nc, A, A-bis etc) including the proprietary ones, if any, used in the
existing network and in the current expansion.

14.7

Protocol Analyzers (PC Based)


A laptop based protocol analyzer per circle should be supplied with,
which supports common transport techniques like STM-1, PCM, ATM, IMA,
Ethernet etc. having analysis capability for WCDMA, EDGE, GPRS and
GSM. Suitable electrical and optical adapters should be provided for
connecting STM and E1 to the laptops PCMCIA slot with appropriate
supplied card etc. Facility to analyse all the GSM/WCDMA interface
protocols e.g. (ISUP v2 &v3, MAP v2&v3, CAP v2& v3, Gb, IuCS, IuPS, Mc,
Nb, Nc, A, A-bis etc) including the proprietary ones, if any, used in the
existing network and in the current expansion should be available.

14.8

BTS Testers
BTS with WCDMA/GSM scanner, WCDMA/GSM transmitter measurement
(with a high power measurement accuracy greater than 0.05 dbm),
Spectrum Analyzer, E1 testing, CW generator, Digital VSWR Cum Power
Meter Cum Waveguide fault detector meter with distance to fault
measurement facility, and GPS receiver. It shall be a single handheld
compact unit working on battery and portable in nature. The calibration
of the unit shall be done during the rollout phase and during the currency
of Warranty and AMC without any extra cost.

168/337

14.9

Engineering Handset
THE ENGINEERING HANDSET shall be capable of BCCH and TCH Scanning
of both 900MHz, 1800MHz and UMTS bands, Forced Handover and
reselection, Suppress handovers, Cell Bar access, display of network
parameters
such
as
cell-id
(in
decimals),
neighbour
list,
RX_LEV_ACCESS_MIN, BSIC, BCCH, Rx Level of serving cells & neighbour
cells, Rx level of TCH carrier as well as BCCH carrier of serving cell in
dedicated mode, RX_QUAL, TA, LAI etc. Measurements shall be possible in
both dedicated and idle modes. It shall be possible to make GPRS specific
parameter measurements. External antenna, hands-free kit and additional
battery also shall be supplied along with other standard accessories.
Along with the handset a GSM/GPRS&EDGE based PCMCIA data card
(EGPRS Multi slot Class-10 Or better) shall be supplied for dedicated laptop
connectivity.

14.10 GPS
Handheld GPS Receiver shall have a position accuracy of 1-15 meters. The
GPS receiver casing shall be waterproof. While the GPS Receiver shall
operate with AA size batteries, it shall be supplied with Cigarette Lighter
Adapter, necessary cables and accessories to connect to the 12-Volt DC
car power supply. Data transfer cable for facilitating data transfer
between GPS receivers and PC Kit interface cable for connection to the
PC through the USB port shall also be supplied. Any software for the PC
required to extract and import the data from GPS receiver shall also be
supplied. The GPS shall be provided with external antenna and the GPS
shall be paired with an electronic compass which shall accurately
indicate the North South direction even when stationary.
14.11 Through Line Digital Power Meter
a) All necessary through line directional power sensor, (Freq 2-3500 MHz
Minimum, accuracy 5%) sensors, terminations, attenuators, dummy
loads, adaptors, good quality cables also shall be supplied for making
terminated power measurements as well as thru line measurements. This
shall be capable of measurements in all CDMA, GSM & WCDMA bands.
All the required elements for 900, 1800 and UMTS bands shall be given in
low power and high power ratings (typically 5W and 50W). The software
for uploading, storing and analyzing the data with PC shall be supplied.
b) The meter shall be battery (NiMH rechargeable) operated with at least
100 hrs back-up. AC adaptor also shall be supplied. The unit shall weigh
less than 1 kg.
c) All the required tools and accessories for accurate calibration need to
be supplied.

15

Operational Support System (OSS)

15.1

OSS shall be provided to cater for existing and new 2G and 3 G network
elements as per 3GPP TS 32.101 and 32.102. OSS shall have functionalities
for Fault Management, Configuration Management, Performance
management, Security management and Reporting.

169/337

15.2

All Integration Reference Points (IRPs) shall be as per 3GPP TS 32.150. Fault
management, Configuration management, Performance management
and security management shall be provided as per 3GPP TS 32.111, 32.600
& 32.401 respectively.

15.3

OSS shall serve in multiple vendor, multiple technology environment.


Suitable up-gradation or additional elements required for existing
elements shall be provided by the bidder.

15.4

OSS shall also provide following functionalities:

15.4.1

Fault Management

15.4.2

Configuration Management

15.4.3

Performance Management

15.4.4

Security Management for IP switches, routers including MPLS network


requirement under this tender

15.4.5

Diagnostics

15.4.6

Software Management

15.4.7

Statistical information

15.5

OSS domain shall be Radio access network i.e. RNCs, Node Bs, Antenna,
RRH and Core network-CS i.e. MSC- Server, MGWs, GMGWs, HLRs, HSS,
EIRs, IMS, Core network-PS elements i.e. SGSN, GGSN, DNS, DHCP, NTP,
RADIUS server, Diameter server, OCS, Charging Gateway, Firewall, SCP, IPSRPs, IVRS and it will also serve for all application & VAS server i.e. SMSCs,
MMSCs, UMS, LBS, LBA, PTT, Video Mail server, PRBT server

15.6

OSS shall also be integrated with BSNLs existing network elements of


Access network i.e. 2G BSCs and BTS, GERAN, Core Network-CS i.e. MSC,
HLR, EIR, etc, Core Network- PS i.e. SGSN, GGSN, DNS, DHCP, NTP etc, VAS
elements i.e. SMSC, SMS-CB, MMSC, UMS, LBS, LBA., MMS library, SCPs, IPSRPs, IVRS.

15.7

OSS shall have following:

15.7.1

Element manager: The element manager shall be deployed in domains


and shall consist of dedicated hardware for each component of
domain.

15.7.2

Network Manager: The Network Manager shall be responsible for


managing the entire network i.e. existing, new 2G & 3G core & radio and
VAS network of each LSA.

15.7.3

Service Manager

15.7.4

Business Manager

15.7.5

Ethernet switch: The Ethernet switch shall be used for interconnecting the
element managers, Network Managers, local terminals (workstations),
Service Manager and Business Manager. The Ethernet switch shall be as
per TEC GR no. GR/LSW-01

15.7.6

Firewall: The firewall shall provide the perimeter security to the OSS and
shall be as per TEC GR No. GR/FWS-01.

170/337

15.8

OSS shall provide customized adhoc, standard and user definable various
reports. All reports should be consolidated LSA wise and break-up reports
for SSA wise or network element wise or defined group of network element
wise across multiple vendors, multiple technologies shall also be
supported.

15.9

OSS shall be able to offer new services to new and existing customers
quickly & efficiently and shall be designed to provide carrier class
performance.

15.10 Fault Management:


15.10.1 Network Surveillance, an alarm manager providing support for efficient
fault management, including visibility of topology and the alarm status of
OSS domain in one LSA shall be available.
15.10.2 It shall provide an option to user to configure to communicate one or
more alarm streams based on standard 3GPP TS 32.xxx protocols to
upper level management networks.
15.10.3 OSS shall have the capability to define an information model of the
network sources. The OSS shall support correlation (filtering and
suppression) to avoid multiple alarms from a single source of failure within
the network.
15.10.4 The OSS shall provide the visual presentation of the Network Elements
states and alarms. It shall also present the complete map of the network
domain with suitable icons and in suitable colour.
15.10.5 The OSS shall support the alarm delivery from the domain elements. It
shall allow the acknowledgement of the alarms and events. The network
elements shall have the current alarm list and accessible through 3GPP
TS 32.xxx protocols and reference points. It shall be able to list all alarms
that can be logged. It shall also support operator-defined severity of
alarms.
15.10.6 It shall be possible to make any network element of OSS domain defined
in clause 8.5 out of service & in service from OSS. It shall also be possible
to restart any element from OSS.
15.10.7 The OSS shall carry out the systematic health monitoring of the elements
of OSS domain. Check on the health of the card or sub-system of any
element of OSS domain through MML command.
15.10.8 The following Fault management functions shall be supported:
(i)

Network Surveillance shall handle all events and alarms from all
network elements.

(ii)

The fault, event and alarm information shall be displayed until the
operator acknowledges the fault

15.10.9 Configuration Management:


(i)

The Configuration management shall support I/O logic command


handling tool to perform various tasks such as installation,
configuration, functional change, administration, creation, deletion
etc of the OSS Domain Data which shall be residing at OSS and also

171/337

in the Elements, in a centralized operation and maintenance


environment.
(ii)

It shall be able to buffer recent commands and be re-displayed, reedited and re-issued on request.

(iii)

It shall provide automatic end to end connection management


functions for the MPLS network.

(iv) Configuration Management shall also support the management of


all the interfaces connected to MGW.
(v)

Configuration Management shall allow connection to network


elements for service provisioning, assurance, network inventory,
topology as well as other connection management functions.

(vi) Connection Management module shall be provided as an


integrated component of the OSS.
(vii) The OSS shall support Auto recognition of configuration of any
network element.
(viii) Re-initialisation of the network element shall be possible from OSS.
This shall be equivalent to manual start-up (physical jack-out and
jack-in) of the network element in case of a complete or partial
network element stoppage due to hardware/software failures.
(ix)

It shall provide the graphical layout of the network elements with


modules drawn using different colours to indicate their status.

(x)

It shall indicate the absence or presence of any physical module in


hardware elements. It shall also indicate the usage of module i.e.
how many ports are in use, which interface is in use and which are
free to be used etc.

(xi)

The OSS shall be back-out from the operation if not completed


successfully i.e. the OSS shall delete all creation/modification from
all involved network elements for all the commands which has
been carried out as part of a task which was not completed
successfully and involved many network Elements and commands.

(xii) It shall support macro command/subroutine facility to carry out the


same kind of operation on a group of interfaces by a single
command. It shall be possible to generate a macro program which
integrates the various operations in an intelligent sequence to carry
out complex tasks of creation, modification and deletion of entities
like Trunks, Software control of Elements etc. It shall also support
import of Macro programs/ routines from a program written as a
text file from external drive e.g. floppy/CD.
15.10.10 Performance Management:
(i)

The OSS shall support tasks related to accounting management like


Tariff profile, Metering table for a route, time depending charging
etc. The Billing information like CDRs shall be directly transported
from the Network Element to the Billing System.

(ii)

Performance management shall enable to create and initiate


performance measurements in the network elements, collect and

172/337

format network performance data and output standard and


customized reports for network planning and dimensioning.
(iii)

It shall supply flexible output formats and interfaces to supply data


to upstream systems for network management or data warehouse
applications.

(iv) Performance management shall support the measurement for


performances indices for different Network Elements as per
standard report or in adhoc report for some or all services in OSS
domain.
(v)

The system shall be able to create measurement types, i.e. specify


which counters to read. The system shall be able to create
periodical measurement, i.e. reading of counters at defined
intervals and shall be able to send measurement results to a
configurable IP address.

(vi) The OSS shall support scheduling of the Performance measurement,


collection, storage and transfer of the performance statistics. It shall
also support presentation of the performance statistics in graphical
and text mode as and when requested and at repeated interval
automatically.
(vii) Performance Management of MPLS network/ Interface.
(viii) It shall be possible to activate/deactivate, modify the performance
monitoring of the network/interface for collection of various
statistics.
15.10.11 Security Management:
(i)

The network and the network management system shall be


protected against intentional or accidental abuse, unauthorized
access and loss of communication.

(ii)

Network management security features shall include operator


authentication, command, menu restriction and operator
privileges. The OSS shall support four level passwords.

(iii)

OSS shall allow the System administrator to define the level of


access to the network capabilities or features for each assigned
password. The OSS shall block the access to the operator in case of
unauthorized commands being tried for five consecutive times. The
OSS shall also not allow the entry into the OSS in case wrong
password is provided more than three consecutive times during the
login.

(iv) The supervisor shall be able to monitor and log all operator activities
in the OSS and Local Management Terminal.
(v)

The dynamic password facility shall be provided in which the


Operator may change his password at any time.

(vi) The OSS shall have the feature of idle time disconnection which
shall be configurable.

173/337

(vii) The man-machine communication programs shall have the facility


of restricting the use of certain commands or procedures to certain
passwords and terminals.
15.10.12 Diagnostics:
(i)

Diagnostics
shall
be
possible
to
run
on
cards/subsystem/system after taking it out of service.

all

the

(ii)

Diagnostics shall be possible on all the common control elements


active or standby after taking it out of service.

(iii)

It shall preferably be possible to diagnose to single PCB level in at


least 95% of the type of PCBs.

(iv) Detailed diagnostics report shall be stored, displayed & printed. The
detail shall contain date, time, card no & nature of fault.
(v)

Port loop testing shall be possible through command.

15.10.13 Software Management: It shall be possible to carry out the following tasks
under the software management function:
(i)

Loading of new system software.

(ii)

Manage different versions of software

(iii)

Shall have the capability of managing multiple versions of software


for individual elements.

(iv) Installation of software patches.


(v)

Examine contents of all system memory and disk memory.

(vi) At the time of downloading the software, the message shall be


displayed that the software has been downloaded successfully or
failed and at what stage.
(vii) The OSS shall support FTP for downloading
configuration, patches etc to the network Element.

of

Software,

15.10.14 Statistical Information


(i)

The OSS shall be able to extract statistical information regarding


OSS domain. It shall support the activation/deactivation, collection,
storage and presentation of statistics for all the Network Element of
OSS domain.

(ii)

It shall also maintain per port and per connection statistics. The per
port statistics provide the information regarding the physical layer,
data and network layer data. The statistics per connection shall
provide at least the following information :
(a)

Discarded frame

(b)

Total discarded frames.

(c)

Received frames.

(d)

Total received frames

(e)

Transmitted frames.

(f)

Tagged frames.

174/337

(iii)

(g)

Switching Fabric congestion statistics.

(h)

Switching Fabric error statistics.

(i)

CPU utilization in percentage.

It shall provide the consolidated report for performance and


Operator initiated measurement for the busy hour or for any hour or
for programmed duration for the network element, Domain and
Network. Time granularity of the report shall be at 15 minutes
interval or any multiple thereof.

(iv) The OSS shall enable viewing of the availability of the network
elements as part of the network and also as individual elements. It
shall be possible to drill down to subsystem of a network element
from network map being displayed at the OSS.
(v)

The traffic measurement shall also include the performance of the


core network with statistical information like packets sent, packets
received, packets rejected due to an error, time delay for a packet
to be sent across the network, jitter, delay experienced by RTP
streams etc.

(vi) The traffic measurement shall also include the commands for
viewing the performance of Media Gateway, Signaling Gateway,
MSC server, SGSN etc for processing of calls on the basis of E. 164
Number & IP Address, signaling Links, incoming and outgoing
junctions etc.
(vii) It shall be possible to analyse the unsuccessful calls handled by the
MSC server or SGSN so as to find out the exact cause of the call
failure, whether the call has failed in the MPLS network or the call
has failed due to congestion in the Core Network or RAN
component or the call has failed on the PSTN network interface etc.
(viii) The OSS shall support functions relating to the traffic and charging
administration. These are required, for instance, when changes in
tariff of concessional period have to made.
(ix)

The OSS shall enable operations like changing the system


configuration, reconfiguration of input and output device, loading
a new software package, etc. Both automatic and manual
reconfiguration capabilities shall be available.

(x)

In the addition to the day-to-day administration of the system, there


shall be the requirement to introduce new services, which shall also
not cause any interruption to service.

(xi)

All commands which are executed over Network program or data


shall be logged in a file (read only) and it shall be possible to
retrieve the same on demand whenever required, using ManMachine Commands. The file usage of upto 50%, 75% and 90% shall
generate alarms of suitable category prompting the operator to
initiate the backup operation.

(xii) It shall be possible through a single MML Command to obtain a list


and the total number of equipment of a particular domain in a
state (e.g. in-service, blocked etc).

175/337

(xiii) It shall be possible to read or modify the data related to a group of


trunks by a single command.
(xiv) It shall be possible to store at least the last 20 commands on the
screen and by scrolling and editing any command shall be reexecutable.
(xv) It shall be possible to store all the performance and traffic statistics
for a month. It shall also be possible to generate daily, weekly,
monthly reports for the individual element as wall as complete
domain. The report generation shall be supported for text and
graphic reports.
15.10.15 Calendar Management:
It shall be possible to execute any command at any time by attaching a
time tag to the command and it shall be executed when Network real
time matches the tag. It shall be possible to define both time and date.
If no date is mentioned, the command shall be executed daily at the
time indicated.

16

Towers & PRE-FAB

16.1

General Requirements

16.1.1 The Steel used in All the Towers and poles, their installation material
and in their foundation shall be standard TMT/Tor steel like
TATA/SAIL. Further OPC cement will be used in the work.
16.1.2 The aviation lamp provided on towers shall meet the requirements
of International Civil Aviation Organisation.
16.1.3 Additional antenna fixtures, Wave guide (feeder cable) racks
(horizontal and vertical), gantry, Lightening arrestor, platforms with
hand rails for the new and existing towers ( GBT or RTT) , wherever
required, shall be provided by the bidder as per the actual
requirements. All such items, which are to be deployed in outdoor
conditions, shall be made of hot-dip galvanized material.
16.1.4 The bidder shall be responsible to keep informed BSNL the progress
on foundation of towers & execution of the same. The intimation
shall be at the following stages and BSNL reserves the right to
inspect the quality at each of the stages by a representative of
BSNL of respective circles.
(i)

After completion of excavation work

(ii)

After completion of reinforcement of the raft of the


foundation.

(iii) During the casting of the concrete.


(iv) After completion of the reinforcement of the columns and
fixing in position of the bolts.
(v) During the final casting.

176/337

(vi) Final completion of foundation work including dressing of site.


16.1.5 The material used in the execution of foundation work will be
examined visually and in case of apparent defects the same has
to undergo lab testing and the cost of the same has to be borne
by the bidder.
16.2

ROOF TOP TOWER

16.2.1

The Roof top towers shall be supplied and installed by the bidder
wherever ordered. The design of the towers shall be SERC approved, if
no TEC GR is available for that height, otherwise all RTTs are to be
supplied as per relevant TEC GR. At 200 KMPH wind speed, the RTTs
supplied shall be capable of carrying a minimum of at least 12 GSM/WLL
antennae along with 2 numbers of 0.6M dish antennae for 15/18 GHz
access Microwave. The RTT shall survive a wind velocity of upto 210 KMPH
for short duration.

16.2.2

The foundation of the roof top towers should be designed and certified
by a qualified Structural Engineer for the wind speed of 200 KMPH and
supplier shall submit a certificate from structural Engineer at the time of
Acceptance testing.

16.2.3

The foundation design of the roof top towers at the rooftop should also
have provision of space for installation of Engine Alternators. This is
necessary wherever BSNL has made provision of Engine alternators on
roof top sites.

16.2.4

For Roof Top Tower sites, THREE PIT EARTH or better shall be provided. The
earthing arrangement at each BTS site/tower, both existing and new,
including tower earthing in all BSNL and Non-BSNL sites should be the
bidders responsibility.

16.3

GROUND BASE TOWERS

16.3.1

Ground based towers shall be ordered as per the requirement at the


time of the ordering and shall conform to the relevant TEC GRs in the
tender. 60M GBTs for 180 KMPH wind speed, wherever ordered, are to be
supplied as per SERC design as TEC GR for the same is not available .

16.3.2

The Ground base towers at the applicable wind speed shall be capable
of carrying a minimum of at least 12 GSM/WLL antennae along with 2
numbers of 0.6M dish antennae for 15/18 GHz access Microwave.

16.3.3

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

16.4
16.4.1

POLES (ROOF TOP AND WALL MOUNTED)


In multi BTS cities, vendor will supply and install poles on roof top for
hoisting of antenna on high rise buildings, wherever required. These poles

177/337

will be of 6 M height and will be supplied along with associated runways,


wave guide racks, clamps and any other required installation materials.
16.4.2

The Poles for hoisting of antennas on walls of high-rise building shall be


provided as per the actual site requirement. This wall mounting
arrangement will be supplied with runways, wave guide racks etc along
with required installation materials as per site requirements.

16.4.3

Any required civil work for these poles /wall mounting arrangement will
be the responsibility of the supplier

16.4.4

One set of Poles /Antenna wall mounting arrangement shall cater for
hoisting upto 6 GSM /UMTS Antennas in three directions as per actual site
requirements

16.5

PRE- FABRICATED BTS SHELTER

16.5.1

The prefab structure shall be a portable cabin meeting the requirement


of TEC GR No. GR/BSH-01/01 Jan 06 for BTS shelter. Supply and installation
of the shelter including required civil work will be the responsibility of the
vendor.

16.5.2

The UV resistant PU paint shall be used for outside painting and shall have
minimum 80% thermal reflection.

16.5.3

Type I and II prefab BTS Shelter should be supplied with floor loading of
1000 kg/m2 and Type III prefab Shelter should be supplied with floor
loading of 1500 kg/m2

16.5.4

Prefab shelter will have sufficient electric lighting arrangement both


Internal as well as External lightning with fittings and Suitable no. of power
points. The prefab shall be supplied with necessary fire detection through
Double Ionization type Smoke Detectors interfaced through controlled
panel, and powered by battery backup of BTS/Node B with provisions of
audible alarm & provision of extending the same to a remote location.
Further, fire extinguishers of 2 Kg dry powder type, Kg BCF/Halon shall
be provided. In case of mains failure the independent emergency
lighting arrangement shall become operative.

16.5.5

The prefab shall have arrangement to manage the internal environment


with sufficient cooling through DC fans which shall start immediately after
the mains failure so as to ensure that the Genset is not required to be
operated for a specific period of at-least six hours for operation of BTS in
the final TRX configuration in case of power failure. The DC fans shall
automatically stop in case of restoration of mains power or Engine supply
or drainage of battery below 44 V DC.

16.5.6

The prefab shall have suitable control arrangement to trigger AMF panel
to start the Genset, either on the battery backup getting discharged to
40% of its rated capacity or the internal ambient temperature rising
above 40 deg C.

16.5.7

The shelter shall have an alarm distribution panel for collection and
distribution of 16 alarms so as to enable alarm extension from Air
conditioner, engine alternator, fire detection etc.

178/337

17

ELECTRICAL SYSTEMS:

17.2

SMPS POWER PLANT AND MFVRLA BATTERY SETS:

17.2.1

SMPS power plant is to be provided as per TEC specification G/SMP01/05 JAN.2005 and MF VRLA battery sets as per G/BAT-01/03 MAR.2004
with amendments thereto. The turnkey supplier should source the
equipment (both MFVRLA batteries and SMPS power plants) from TEC
approved Indigenous manufacturers who have service network across
the country to service both hardware and software components of the
Power Plants and MF VRLA Batteries.

17.2.2

Only 100 amp power modules shall be provided.

17.2.3

The cabinet of Power plant supplied at MSC Server, MGW, RNC & BSC
locations shall be of at least 2 times the capacity sought. It shall be
possible to increase the capacity of power plant by just addition of 100
amp modules. The price of 100 amp modules should be quoted
separately.

17.2.4

Minimum of 100A Modules of SMPS Power Plants are to be provided for


MSC server, MGW, RNC and BSC locations and minimum 100A Modules
of SMPS power plants are to be provided for BTS locations. SMPS Power
plants are to be compatible with VRLA batteries and are to be with
Battery Health Check systems and Remote Monitoring facility.

17.2.5

Capacity of the Battery sets shall be planned such that the battery sets
are not required to be discharged beyond 80% of their rated capacity at
any time to meet 100% load.

17.2.6

For MSC Server, MGW/XCDR, RNC, and BSC locations, it is to be ensured


that a total of 06 hours back up is provided through two battery banks at
each location. Therefore, each battery bank of 3X equipment load in DC
Amps/0.8 AH capacity will be required, where 0.8 is the permissible depth
of discharge at 3Hr discharge rate of battery to an end cell voltage of
1.75Volts per cell. For BTS & NodeB locations, it is to be ensured that a
total of 08 hours back up is provided through two battery banks at each
location. Therefore, each battery bank of 4X equipment load in DC
Amps/0.8 AH capacity will be required, where 0.8 is the permissible depth
of discharge at 4Hr discharge rate of battery to an end cell voltage of
1.75Volts per cell. Each battery bank should not be less than 400AH.

17.2.7

Suitable switching arrangement for inter connection between various


items of SMPS Power Plants, MFVRLA Battery sets and their
interconnection in switching cubicle and further power distribution to
equipment as required for the ultimate capacity shall be provided.

17.2.8

A minimum of 30 meter per length of power cable between equipment


room and power plant room shall be provided for each site. Power
cable rate per meter length shall be quoted and price of 30-metre cable
length will be considered for tender evaluation purposes.

17.2.9

SMPS Power Plant capacity should be such that it is to take following


loads simultaneously:(i)

10% of rated capacity of MFVRLA battery, (battery float load for all
sets)

179/337

(ii)

Equipment load during busy hour (Detailed calculations to be given


for all configurations).

17.2.10 SMPS Rectifier efficiency is to be taken as 90%.


17.2.11 Redundant SMPS Module(s) shall also be provided as hot standby in
addition to requirement as calculated above. There should be a
provision of one redundant module for every five modules (or part
thereof as per details given below) in a system.
The number of redundant modules shall be calculated as below:
If Y = dividend = the number of modules required for load and
battery as calculated above,
5 (five) = divisor
N = quotient
M = remainder = natural number,
Then Y = N*5+M
No. of spare modules required = either N when M is less than 3 or
(N+1) when M is greater than or equal to 3. That is redundant
modules shall be provided on the following basis:
SMPS
module
calculated vide
22.10
1.
2.
3.
4.
5.
6.

as Spare SMPS Module


Para (H/SBY) Required

Upto 7
8-12
13-17
18-22
23-27
28-32 and so on.

1
2
3
4
5
6

17.2.12 Cost for upgradation of existing power plant by way of adding Modules
is also to be quoted in the SOR
17.2.13 Maintenance spares including spares for control panel and spare fuses
should also be provided.
17.2.14 D.C. Distribution cabinet and power cables between the D.C. distribution
cabinet & switch room and other related items shall have to be provided
by the supplier.
17.2.15 The power cable and bus bar shall be rated at 2 Amp/Sq. mm.
17.2.16 Only TEC approved equipment/Modules are to be provided.
17.2.17 One 1 KVA inverter for three PCs including monitors or part thereof shall
be supplied to each site as per TEC Spec.No.G/INV-01/03.JAN.2001.
17.2.18 Complete power plant and battery calculations and information
regarding inter-connecting arrangements and layout shall be given.
Ultimate capacity of SMPS-Power Plant as approved by TEC for SMPS
modules of 100A, 200A etc. capacity, is to be indicated.

180/337

17.2.19 The price for each component such as SMPS modules, control rack,
auxiliary rack/ expansion rack, battery health check system to monitor
each 2V cell of the battery bank, remote monitoring facility, power
cable, cable trays, all types of fuse required, lugs, DCDB etc. shall be
quoted.
17.2.20 Out door power plant and battery are to be supplied for the outdoor
BTSs and their rates have to be separately quoted. These should meet
IP56 and QM555 specifications.
17.2.21 In the SOR, bidder has to quote rate of the appropriate Power plants and
battery size considering the load of their respective equipment and
dimensioning the same as per above guidelines and relevant TEC GRs.
The dimensioning should be in the standard units as defined in the TEC
GR. For the convenience of ordering by BSNL, rate of some standard
battery and power plants of higher sizes are also to be quoted in the SOR
enabling BSNL to order higher size battery and power plants wherever
multiple equipments are located.
17.2.22 BSNL will verify the dimensioning of battery and power plants at
validation sites where equipments will be installed along with respective
offered power plants and battery only.
17.2.23 Power plant and batteries for BTS/Node B location will take care of
additional DC load of around 10A for OFC equipment / Radio Link /
Optical Modem
17.2.24 The battery and power plants will be for a warranty of one year from the
date of taking over
17.3
17.3.1

SPECIFICATIONS FOR AC
DESIGN CRITERIA FOR 2 x 1.5 TR / 2 x 2 TR HIGH SENSIBLE HEAT TYPE AC
UNITS.
The air-cooled AC unit should be designed as per following conditions:
1.
2.
3.
4.
5.

6.
7.
8.
9.
10.
11.

Rated capacity
Flow direction
Air inlet temp. (Return Air)
Saturated Suction Temp.
Saturated discharge Temp.
Ambient air design
temperature (Entering the
condenser)
Air Quantity
Supply Air Temperature
No. of refrigerant circuits
Filters
Face velocity across the
Cooling coil

181/337

2 x 1.5 TR / 2 x 2 TR
Front end throw
25 deg C (DB)
Between 9 deg C and 10
deg.C
Maximum 53 deg.C(at
ambient of 43 deg.C)
43 deg.C(However the
system should be able to
work with ambient upto 50
deg.C)
Air quantity : >550 CFM/TR
< 16 deg. C
Two
EU-2 filter having efficiency
of 90% down to 20 microns.
< 2.5 m/sec

Type of load

The exchanges are having


high sensible heat
Load. The Sensible heat
factor should be more
than 0.90 (i.e. S.H.F. > 0.90).
2 x 4500 Kcal / hr for 2 x 1.5
TR & 2 X 6000 Kcal / hr for
2 x 2 TR at 43 deg.
ambient.

12.
Min. Cooling capacity
13.

17.3.2

SCOPE & REQUIREMENT: AC units supply should be corresponding to


design criteria and operating conditions mentioned above ,comprising
of scroll compressor, air-Cooled condenser with motor and fan,
evaporator with motor and fan, refrigerant circuits, air filter, electrical
control unit, electronic O/L protection, controls for all motors, indicating
panel, protective fuses, including insulation (for A/C unit) of blower
section etc. as required including provision of small foundation/
framework with pads.

17.3.3

The Prototype unit should be got approved by Electrical Wing of


BSNL Corporate Office.

17.3.4

CABINET:-The Cabinet should be constructed from best quality sheet


steel of thickness not less than 1.6 mm (16 gauge) thick / double skin
sandwiched insulation between sheet steel panels of 1 mm & 0.7
mm thickness ( except for the front and side grill panels which
should be of minimum 1.2 mm thickness) suitably treated for weather
protection, corrosion and shall be powder coated.

17.3.5

Coil and blower sections should be insulated internally for both acoustics
and thermal purposes with 12 mm thick resin bonded Fibre Glass / 15
mm thick polyethylene of density not less than 24 Kg/ m3 covered with
glass cloth of fire proof grade.

17.3.6

Lugs should be provided for lifting/easy handling of machines.

17.3.7

COMPRESSOR (SCROLL)
(i)

Compressor should be two in numbers having independent


refrigerant circuit each rated for 50% capacity i.e. 1.5 TR each in
case of 3 TR AC unit & 2 TR each in case of 4 TR unit.

(ii)

The compressor should be of approved makes.

(iii)

Compressor should be suitable for operation on R-22.

(iv) Compressor Motor should be suitable for operation on 230 + 10%


variations, 50 Hz, 1 phase, AC supply.
(v)

The compressors should be located in such a way that removal of


one compressor should not affect the operation of the other circuit.

(vi) Compressors should be installed on spring mounted floating


platform/rubber pads or manufacturers recommended approved
mounting.
(vii) Overload protection should be provided in compressor.

182/337

17.3.8

(a)

* Individual accumulator should be provided with each


compressor.

(b)

*Compressor should be fitted with electrically operated oil


heaters. Heaters should be automatically actuated when the
compressor is stopped.

To
be
provided
as
per
compressor
manufacturers
recommendation and
to be decided at the time of
approval of prototype model.

EVAPORATOR SECTION

17.3.8.1 Evaporator Coil.


(i)

Evaporator coil should be two in numbers one for each refrigerant


circuit. Each coil should be rated for 50% of TR rating of package
unit.

(ii)

Evaporator coil should be constructed out of copper tubes not less


than 0.355 mm (29 gauge) thick expanded on to aluminum fins to
give a good mechanical bond for maximum heat transfer.
Approximately 12 to 13 numbers of fins per inch should be
provided.
Fin thickness should not be less than 0.16 mm.
Alternately Fins having 0.12 mm thickness with hydrophilic
coating are also acceptable.

(iii)

Face area of coil should be selected corresponding to air velocity


not exceeding 2.5 m/sec.

(iv) A condensate drip tray of stainless steel construction of minimum 18


SWG thick alongwith a Special plastic pipe to drain out condensate
water should be provided.
17.3.9

Blower Section
(i)

Blower fans should be statically and dynamically balanced.

(ii)

Fan Motor Assembly


(a)

Fan should driven by a weather proof electric Motor suitable


for operation on 230V+10% variation, 1 phase, 50Hz, AC
supply. The motor housing shall be of IP 54 grade.

(b)

The fan should be directly coupled/belt driven having a


maximum speed of 1400 r.p.m.

(c)

Energy efficient motors as per relevant IS. Should be used.

17.3.10 REFRIGERANT PIPING


(i)

There should be two self contained independent refrigerant circuits


in each AC unit. A totally independent piping hook up for each
combination of compressor-evaporator and air cooled condenser
constituting one refrigerant circuit.

(ii)

Each refrigerant circuit should be suitable for operation on R-22 and


should include the following items :(a)

Suitable capillary for expansion.

183/337

(iii)

(b)

Removable liquid line drier/filter/ wire mesh stainer

(c)

Hand shut off valves.

(d)

Suction and
Compressor.

discharge

valves

for

The serviceable/removable components


connections for easy removal/assembly.

isolation
should

of

each

have

union

(iv) All pipe works should be carried out with refrigerant quality copper
tubes and where b ends are required these should be completed
using either a proprietary bending tool or radius fittings. The
minimum thickness of pipe should be 0.9 mm.
17.3.11 WIRING SYSTEM
(i)

All individual wires should be of copper and colour coded or should


be numbered at their point of termination to facilitate servicing.

(ii)

Low voltage control wiring and power wiring should be segregated


from each other.

(iii)

Protective fuses of suitable rating should be provided in the circuits.

(iv) Contactors of suitable rating for the compressors and suitable


rating relays for evaporator & condenser fans.
17.3.12 AC CONTROLLER
(i)

AC units should be started / stopped based on sensing of


room temperature through a single temperature sensor (having
accuracy of 0.5 degree C) provided with in the room.

(ii)

The AC controller should start / stop AC units in a systematic


manner so that both the AC units are operated based upon the
real time temperature as well as running performance of the ACs. In
case required room temperature is achieved and both the
compressors are off, one blower should run for air circulation.
In case of power failure, the controller should have sufficient
memory so that the original sequencing of running of AC units
should be maintained.

(iii)

Programming of AC units shall be based on (i) Equal run hours


per day and (ii) if the designated unit is unhealthy, then stop
the unhealthy unit and start command shall be passed on to
next unit.

(iv) Unhealthy condition :- Current drawn by individual units as well as


grill temperature at the individual AC units should be provided
simultaneously in the controller. There should be option to program
the high and low acceptable levels of both of these parameters
(i.e grill temperature as well as current) through front panel
depending on the site requirement. In case of fault ,the
respective AC unit should be switched OFF and taken out of the
running sequence. Alarm should be available for the faulty unit.
(v)

The status of various parameters, health of the machine and


faults should be displayed on the PC through USB serial port.

184/337

and data from AC controller for interfacing with


controller/remote station should follow TCP/IP protocol

other

(vi) Fault log history for last ten faults should be provided.
(vii) Apart from controlling the AC units , AC controller should also offer
protections in terms of overload, initial time delay for starting the
machines, High and low voltage protection.
For
overload
protection, the controller shall make attempt to start the unit
thrice, declare it as unhealthy and then switch over to next
unit.
(viii) HP fault & overload fault should be manual reset, all other
faults should be auto reset.
(ix)

Separate auto manual switch for each


provided for bypassing the controller.

circuit

is

to

be

17.3.13 DISPLAY :- Alpha numeric 2 x 16 backlit LCD screen displaying the


following parameters for each AC unit :(i)

Current, Grill temperature, run time and Status of the AC unit


(healthy / unhealthy)

(ii)

Room temperature and voltage.

(iii)

HP / LP Faults

17.3.14 INDICATING PANEL :(i)

The following indications should be provided on the indicating


panel.
(a) Each compressor on.
(b)

Each Evaporator fan on.

(c)

Each condenser Fan on.

(d)

Reset push button in case of alarm.

(e)

Fault indication:
(1) For `ON indications green LEDs should be provided.
(2) For `FAULT indications red LED should be provided.
(3) The position of indicating lamps should be at the eye level
and also just above their respective start/stop push buttons.

17.3.15 AIR COOLED CONDENSER.


(i)

For each AC unit there should be two air cooled condenser units;
each having a matching heat rejection duty for one refrigerant
circuit.

(ii)

Condenser unit should incorporate the followings :-

(iii)

heat rejecting coil block constructed from copper tubes of not less
than 0.355 mm (29 gauge) thick expanded on to straight aluminium
fins. Approximately 12 number of fins/inch should be provided. Fin
thickness should not be less than 0.16 mm. Alternately Fins having

185/337

0.12 mm
thickness
acceptable.

with

hydrophilic

coating

are

also

(iv)

The condenser should be vertical mounting type with horizontal


throw of air for ensuring even air flow over the coil block.

(v)

The entire assembly should be supported by a corrosion treated


frame.

17.3.16 CONTROLS
Following controls should be provided :(i)

High pressure trip Manual reset (for each compressor)

(ii)

Low pressure trip Auto reset (for each compressor)

(iii)

Thermostat to control operation of the unit.

17.3.17 SAFETY INTERLOCKS


(i)

Interlock between condenser fan motor and compressor motor to


prevent starting of compressor without condenser fan in operation.

(ii)

Condenser fan should stop along with compressor.

(iii)

Provision should also be made to operate the evaporator fan


without, the operation of condenser and compressor.

(iv) TIME DELAY of minimum three minutes shall be there for restart of
compressor.
17.4

SPECIFICATIONS FOR E/A

17.4.1

SCOPE : The offer should cover complete supply, installation, testing, and
commissioning of ready to use diesel engine alternator sets in acoustic
enclosure. All minor civil works, electrical and other works associated with
installation and commissioning of the set shall be carried out by the
tenderer. The tenderer would quote for complete lot to be executed
under works contract.

17.4.2

REQUIREMENT: The Engine Alternator supplied should be of ready to


use type (RTU) ,the BHP of engine may be suitably enhanced as per site
conditions in order to deliver the minimum required KVA at site, in case of
water cooled engine it should be supplied with first filling of coolant and
water mixture as per the manufacturer recommendation . The Engine
shall be equipped with governor of class A1 accuracy and all standard
fittings, flexible pipe, 12 Volt 120 AH sealed maintenance free lead acid
automotive duty battery fixed between base frame, suitable capacity
fuel tank for running the E/A set for atleast 24 hours continuously with
steel wire braided fuel pipe, silencer, MS exhaust pipe of suitable size and
length as per site requirement covered with two layers of 6 m.m. thick
asbestos rope, instrument panel equipped with necessary instruments,
directly coupled with alternator of suitable capacity on a suitable length
of common base frame, channel fixed on necessary AVM pads including
required length of 4 X6Sq. mm. Copper conductor unarmoured XLPE
cable with cable glands and lugs for inter connection between
alternator and control panel, providing tools for normal maintenance
and all other accessories complete as required and as per detailed

186/337

specifications attached. The Engine and the Enclosure shall confirm to


the latest environment (protection) act 1986 (29 of 1986) of ministry of
Environment and forest notification No. dated 17th May 2002 and 12th
July, 2004 and second amendment of 2002 and 2004 respectively. No set
shall be accepted without the CPCB certificate of authorized agencies
such as ARAI of Pune, NPL New Delhi, NSTL Vishakapatanam, FCRI
Palghat and NAL Bangalore.The make and model no. of Engine and
alternator shall be as per BSNL approved product directory available at
Enclosure-I & II .
17.4.3

OPERATING CONDITIONS

17.4.3.1 The engine alternator shall be capable of working at any ambient


temperature between 00C to 500 C and relative humidity up to 95%
condition.
17.4.4

PERFORMANCE REQUIREMENT

17.4.4.1 The working KVA rating at site condition after accounting for de-rating
shall be obtained at 0.8 power factor.
17.4.4.2 When there is an electrical main supply failure it will be required to work
continuously for a period which may even exceed 24 hour at a time.
17.4.4.3 The set shall be capable of taking 10% overload for a period of one hour
during every 12 hours period while operating continuously at full load.
17.4.5

OUT PUT VOLTAGE FREQUENCY AND WAVE FORM


Nominal out put voltage shall be 415 Volt with + 5% manual adjustment
at all conditions of the load. Frequency shall be 50 cycle per second +3
% in out put waveform.

17.4.6

DIESEL ENGINE
Engine shall be reciprocating compression ignition engine as per
manufacturer standard design and conforming to IS10001-1981& BS5514

17.4.7

LUBRICATION
Lubrication shall be positive pressure type lubricating all moving parts.
No moving parts shall require lubrication by hand either prior to the
starting of the engine or while it is in operation. Temperature and
pressure gauge shall be fitted to the lubricating system.

17.4.8

FUEL TANK
Fuel tank shall be draw out type for easy maintenance provided
between base frame or separately installed in case of installation in a
canopy . The tank shall have level indicators marked in litres, filling inlet
with removable screen, fuel out let located at minimum of 25mm above
the bottom at outer face of canopy, drain plug air vent and necessary
piping, hand pump for pumping the fuel into the service tank with
necessary pipe or tube shall be provided. The outlet of the pump shall
be provided with 3-meter long reinforced hosepipe.

17.4.9

FUEL PIPING
Steel wire braided pipe with hydraulically compressed benzo of superior
quality shall be provided for fuel piping.

187/337

17.4.10 SPEED AND GOVERNING `A1


The engine shall operate on 1500 RPM, and be able to meet site
conditions with regard to Voltage, Speed, Frequency and regulation
equipped with governor of Class A1 accuracy.
17.4.11 ENGINE START
Engine shall be cold and self-starting type. The starter battery shall have
suitable copper connecting lead, sufficient to meet engine starting and
control gear requirement as per manufacturer specification.
17.4.12 BATTERY CHARGING
The battery charging shall be done through alternator and solid state
battery charger .
17.4.13 THE ENGINE SHALL HAVE FOLLOWING ACCESSORIES: (i)

Heavy duties fly wheel.

(ii)

Coupling with guard.

(iii)

Fuel Pump suitable for lifting the fuel from fuel tank provided below
E/A sets.

(iv) Governor.
(v)

Pre filter.

(vi) Fuel Filter.


(vii) Per-filter in lift pump/button filter.
(viii) Lubricating oil filter.
(ix)

Residential exhaust silencer.

(x)

Starter.

(xi)

Blower fan.

(xii) Alternator.
(xiii) Mechanical type hour meter cum RPM indicator.
17.4.14 ENGINE INSTRUMENT PANEL :It shall comprise of the following: (i)
Starting switch with key.
(ii)

Lubricating oil temperature gauge.

(iii)

Lubricating oil pressure gauge.

(iv) Battery charging ammeter.


17.4.15 ALTERNATOR
(i)

The shall be copper wound and totally enclosed for screen


protected class-F insulation, designed and constructed to with
stand tropical condition. Voltage regulation shall be + 5%. And shall
be conforming to IS 13364 (Part I):1992

188/337

(ii)

The winding shall be star connected and neutral shall be brought


out to the terminal box for earth with two independent earths. The
terminal of the alternator out put shall be enclosed in the terminal
box. The AC/DC wiring shall be separated from each other.

(iii)

Radio interference suppressor should be provided in case slip ring


type alternator .

17.4.16 AMF CONTROL PANEL


Control panel shall be cubical type made of 16 gauge CRCA sheet with
hinged type openable covers mounted above base frame at suitable
location of E/A set and supported on both sides on base frame. Rubber
pads of 6mm. thickness shall be provided between the base frame and
control panel supports. All the control panel wiring should be easily
accessible and shall have sufficient working space for making
connections of cables etc. A manual bypass switch shall be provided on
the control panel for total bypass of the AMF system . The changeover
from Mains supply to EA set supply should be possible in manual mode
with AMF relay totally bypassed .A tinned copper earth stud of
adequate dimension shall be provided. The panel shall be consisting of: (i)
2Nos. of 4 poles 63A(with adjustable current setting) MCCB.
(ii)

Contactors: -2 Nos. minimum, of suitable rating ,4 pole (AC-3 duty)


Power Contactors for Main / Diesel EA set (Mechanically
interlocked & electrically interlocked) with contactor coil of wide
operating range from 170 Volts to 280 Volts .

(iii)

Potential free contacts for extension of alarms- (6 Nos.) viz. lack of


fuel, LLOP, Mains Fail, Engine Fail to start, Door opening, high
cylinder / Water temp.

(iv) Microprocessor based Automatic Mains Failure Controller (suitable


for 12VDC), with following functions: (ECI/NB-2 of M/s AVKC SEGC/
BE 23N of M/s Bernini, with RS-232 for serial communication
interface) :

(v)

(a)

Switch the load to the engine supply after suitable time delay,
after starting the engine on mains failure/phase failure / low
voltage / high voltage.

(b)

Switch the load back to the mains supply after suitable time
delay, when healthy mains supply is restored and stopping the
Engine.

(c)

Attempt to start the Engine up to three times on failure of


earlier attempts with suitable time intervals.

Connections of control wiring shall be done with screw less


connector strips and ferrules for identification on both ends.
(a)

AC and DC wiring shall be separated distinctly.

(b)

1No. Multifunctional meter to indicate Voltage, Current, PF,


Frequency & kWh.

(c)

Push button for stop, reset, test, and acknowledge.

189/337

(d)

Recess type hooter.

(e)

Audiovisual indication for LLOP, HCT / HWT, Over speed, Lack


of fuel.

(f)

RYB LED indication for indicating Mains / EA Set Supply 2 sets.

(g)

DC. Ammeter [0-15A], DC. Voltmeter [0-30V] of size 96mm x


96mm with selector switch for trickle /boost charging through
battery charger and battery charging unit .

(h)

Selector switch for Auto /Manual operation .

(i)

Battery Charger: Automatic trickle /boost battery charger of


SCR or SMPS type to charge the starting battery of DEA set. This
charging shall be done through main supply for which a
suitable incomer shall be provided in the panel with suitable
range of ammeter and voltmeter on the DC side with
protective fuses.

17.4.17 SAFETY CONTROL TRIP


(i)

Low lubricating oil pressure.

(ii)

High cylinder / water temp.

(iii)

Lack of fuel.

(iv) Over speed.


17.4.18 SOUND PROOF ENCLOSURE
(i)

The canopy should be sound proof, weather proof & environment


friendly, conforming to the latest environment (protection) act 1986
(29 of 1986) of ministry of Environment and forest notification No.
dated 17th May 2002 and 12th July, 2004 and second amendment of
2002 and 2004 respectively. No set shall be accepted without the
CPCB certificate of authorized agencies such as ARAI of Pune, NPL
New Delhi, NSTL Visakapattanam, FCRI Palghat and NAL Bangalore.

(ii)

The canopy shall be in modular construction with the provision of


assembly at site. The acoustic panels shall be fabricated in 2mm
thick CRCA sheet. The finished sheet metal component shall
undergo seven tank treatment process for degreasing, derusting,
phosphatising etc. for longer life and should by Polly polyester
based coated inside & outside. The nuts bolts and other hardware
shall be Zinc coated. The door shall be provided with high quality
EPDN gaskets to avoid leakage of sound. The door handles and
hinges shall be Zinc plated & lockable type.

(iii)

The Radiator fan of the water cooled Engine shall be used for
ventilation. A pusher fan (for air cooled Engines) or in addition to
Radiator fan, if required shall also be provided. The motor of this fan
shall be of BSNL approved make.

(iv) Adequate ventilation shall be provided to meet the air requirement


for combustion & also to expel heat to maintain temperature inside
the enclosure within 5 degree Celsius above ambient at 10%

190/337

overload with tripping arrangement between (50 60 ) degree


Celsius.
(v)

An arrangement for adequate illumination inside the enclosure shall


be provided

(vi) Separate door with locking arrangement for easy access to D.G.
set during operation & maintenance should be provided.
(vii) The enclosure shall be guaranteed for a period of 12 months from
the date of completion of work against defective materials & rust,
welding, painting, smooth functioning of doors, inspection window
etc. minor civil work is to be carried out without any extra cost.
(viii) Small see through window for reading meters etc. made of
transparent polymer sheet of thickness not less then 10mm shall be
provided.
(ix)

Radiator bellows to be provided in case of Water Cooled Engines.

(x)

Fuel Tank and Control Panel shall be incorporated inside the


canopy.

(xi)

Two point lifting arrangement.

(xii) Main base frame will be of size 100mm X 50mmX 5mm MS channel
welded with 5mm thick MS sheet for bolting arrangement complete
as required.
(xiii) Framework will be provided for floor made out of 3mm thick
chequered plate i/c welding, painting etc complete around
foundation as required.
(xiv) Sound proof enclosure in modular construction will be supplied &
erected, made out of 35mmX35mmX5mm angle at every co-inside
plane & support of angle 45mmX45mmX5mm at every door
structure, and hinged at two points with refrigeration lock
arrangement, fitted over the MS plate of 50mmX5mm with nut &
bolt i/c cutting, welding, painting complete as required.
(xv) Insulation on enclosure will be provided & fixed of mineral rock wool
Slabs of density not less than 96kg/M3 of 75mm thickness, covered
with 22 gauge GI sheet having 3mm perforation fitted with strips of
AL by hydraulic riveting to support the whole insulation rigidly
complete as required. Specially designed sound attenuators shall
be provided to control sound at air entry & exit points i/c louvers.
(xvi) The canopy shall be provided with emergency stop button easily
approachable from outside.
(xvii) The canopy shall be provided with following meters (visible from
outside): (a)

Lub. Oil pressure gauge.

(b)

Water temperature gauge (for water cooled engines only).

(c)

Dial type fuel gauge with sensing arrangement.

17.4.19 GENERAL REQUIREMENT

191/337

(i)

The set shall have minimum vibration and noise under all conditions
of load. The set shall be properly dynamically balanced. Anti
vibration mounting shall be provided for supporting the set.

(ii)

The set shall be fitted with radio interference suppressers in case of


slip ring type alternator.

(iii)

The size of E.A. set base frame channels shall be of 100 mm X 50


mm. & not less than 5mm. Thick. Each channel shall be provided
with 3 ribs in between the ends and also holes for earth
connections.

(iv) Control wiring shall be done with 1.5Sq.mm multi strand PVC
insulated copper conductor cable.
(v)

Earthing provision should be made for earthing all current carrying


metal parts of the equipment. Earth lugs of suitable size shall be
provided.

(vi) All the exposed moving parts like coupling etc. shall be provided
with suitable guards covering.
(vii) All exposed metal parts shall be suitably finished to prohibit
corrosion.
(viii) A nameplate showing rating connection diagram should be
provided on engine and alternator. All the important and major
parts should bear there catalogue number make of the parts etc.
All the control wiring shall be provided with letter number ferules at
both ends. Three sets of manual giving the details about design,
specifications, special features of the equipment schematic and
wiring diagram instructions regarding installation and maintenance
etc. should be supplied. A laminated control wiring diagram should
be pasted in side the control panel.
17.4.20 TESTING AND A/T
The firm shall test the set itself as per the BSNL schedule and practice
before offering for acceptance test by B.S.N.L. All the relevant tests to
check the performance of the set shall be conducted (A/T) by T&D
Circle at site after installation as per the decision of the Engineer-incharge. Diesel and lubricant oil shall be supplied by the contractor for 8
hours successful Acceptance testing of the set. The necessary artificial
load and any other necessary manpower material consumables etc will
be provided free of cost by the contractor at the time of testing/A/T.
17.4.21 GUARANTEE ETC:
(i)

The entire installation system shall be guaranteed against any


inherent defect of faulty workmanship and for its perfect
functioning for a period of one year from the date of successful AT
of entire system.

(ii)

Free services as per manufacturers standard practice and norms


will be provided free of cost.

192/337

(iii)

The contractor shall impart training to the operator deputed by the


department for operation and attending the minor fault free of
cost.

(iv) All work will be executed as per CPWD (Internal / External)


specification, relevant IE rules.
17.5

Voltage Stabilizers

17.5.1

Only makes and models approved by Electrical Wing of Corporate


Office shall be supplied as per the following specifications

17.5.2

Specifications for Wall mounted wide range Sleek type Automatic


Voltage Stabilizer with time delay and thermal / electronic overload
relay

17.5.3

1.

Input Voltage range

120 V to 280 V

2.
3.
4.

Output Voltage range


Low Voltage cut off
High Voltage cut off

5.
6.

Delay
Protections

7.
8.

Transformer
Indications

9.

Switch

10.
11.
12.

Internal Connections
Enclosure
Colour

230 V + 5%
110 V
290V (adjustable as per site
requirement)
2 to 4 minutes
MCB of suitable rating with breaking
capacity of 10 kA(Minimum)
Thermal Overload Relay of suitable
rating as per requirements /
Electronic over load relay
Output cut off for over / under
voltage & over load
Toroidal type with CRGO core
Low Voltage ( 180 V)
Normal Voltage (215 - 240 V)
High Voltage (above 240 V)
out put on
Cut off / delay
Delay by pass switch should be
provided
With rolimate connectors and lugs
CRCA Sheet of 2.0 mm thickness
White powder coated

Other Specifications:
(i)

No Load loss at 120 V input shall be within 5 Watts.

(ii)

No Load loss at 280 V input shall be within 17.5 Watts.

(iii)

Full Load loss at 120 V input shall be with in 100 Watts.

(iv) Full Load loss at 280 V input shall be with in 80 Watts.


(v)

CRGO core used shall be M 4 grade.

(vi) All the PCBs used shall be Glass Epoxy insulated for better
reliability and enhanced life.

193/337

(vii) Control and power wiring shall


retardant superior quality cable.

be

carried

out

with

fire

(viii) The copper wiring used for primary and secondary of toroidal
transformer shall be of minimum 17 gauge and 13 gauge
respectively.

17.6

(ix)

The efficiency at full load with input load at 120 V shall be


more than 97%.

(x)

Arrangement of the components in a sequential and neat lay


out with neatly wrapped wiring.

(xi)

Mounting base
contactor.

plate

shall

be

used

for

mounting

the

TECHNICAL SPECFICATION REQUIREMENTS FOR UNINTERUPPTED POWER


SUPPLY (UPS) :

Sl. TECHNICAL SPECIFICATION UPS Systems


No. REQUIREMENT
upto 10KVA

UPS Systems
greater 10KVA

[A] AC Input Range &


Frequency

150V to 275V Single Phase


(Nominal 230V)
48 to 52 Hz

320V to 480V Three Phase


(Nominal 400V)
48 to 52 Hz

[B] CHARGER (FR/FC)

SMPS Technique using


SMPS Technique using
Switching Frequencies 20KHz Switching Frequencies
and above.
20KHz and above

Operation

Auto Float-cum-Charge
mode.

Auto Float-cum-Charge
mode.

Charger Voltage (Float


/Charge).

Depending upon the


Depending upon the
Number of Cells used and Cell Number of Cells used and
Voltage (2.25V /2.3V)
Cell Voltage (2.25V /2.3V)

Charger Efficiency
i. At nominal input, output Better than 89%
and load between 75%
to 100%
Better than 85%
ii. For other specified Input,
output conditions &
load between 50% to
100%.

Better than 90%


Better than 87%

Psophometric Noise (e.m.f


weighted at 800Hz) at full
rated load and nominal
input

Within 2mV (with Battery


floated). Within 4mV, when
Battery not connected for test
purpose.

Within 2mV (with Battery


floated). Within 4mV, when
Battery not connected for
test purpose.

Peak to Peak Ripple

300mV at Switching
Frequency.

300mV at Switching
Frequency.

Battery

Sealed Maintenance
Free VRLA Battery

Sealed Maintenance Free


VRLA Battery

No. of Cells & Cell voltage

Shall be as mentioned in the


Ordering Information

Shall be as mentioned in the


Ordering Information

Battery Back up.

Shall be as mentioned in the


Ordering Information

Shall be as mentioned in the


Ordering Information

Battery monitoring Feature 1. Battery Under Voltage

194/337

1. Battery Under Voltage

shall be provided :

Isolation / reconnection
2. Battery Current Limiting
& Battery Temperature
compensation.

Isolation / reconnection
2. Battery Current Limiting &
Battery Temperature
compensation.

0.5KVA to 10KVA

15KVA to 120KVA
For high Power Capacity
paralleling with Redundancy
is allowed.

[C] Output Characteristics


(Inverter) :
1

Power Capacity

Output Voltage of Inverter Shall deliver continuous


uninterrupted single phase
pure sine wave output at
230V/50Hz.

Output Voltage Settable

Output Voltage Stability for +/-2% of the Set Voltage


1. input voltage variation in
the range specified.
2. Load current variations
from zero to 100% (full
load)
3. Load power factor
variations from 0.7 Lag to
Unity.

Output Frequency: To get


the stabilized frequency
the crystal oscillators shall
only be used.

50Hz +/-0.5Hz for all specified 50Hz +/-0.5Hz for all specified
input and output conditions. input and output conditions.

Load Power Factor

0.7 or 0.8 Lag to Unity

Inverter Efficiency

- Not less than 85% for load


- Not less than 85% for load
75% to 100%, input DC
75% to 100%, input DC
voltage of 2.15V/Cell to
voltage of 2.15V/Cell to
2.3V/Cell and output
2.3V/Cell and output
voltage of 400V.
voltage of 230V.
- Not less than 80% for other - Not less than 80% for other
input, output and load
input, output and load
conditions.
conditions.

Transient Response :

The transient overshoot shall


not
exceed
10%
with
battery floated under the
following
conditions,
provided it gets restored
within
regulating
range
within 100ms :
1. Switch ON
2.Step change of input
voltage specified and
vice-versa
3.Load change from 100%
to 10% and vice-versa
Note :

Shall deliver continuous


uninterrupted three phase
pure sine wave output at
400V/50Hz

Shall be continuously settable Shall be continuously settable


at any value between 210V to at any value between 400V
230V.
+/-10V

195/337

+/-2% of the Set Voltage

0.7 or 0.8 Lag to Unity

Same as specified in the


case of UPS Sytems upto
10KVA.

For test purposes, transient


overshoot at the output can
be up to 30% when the
battery not floated at the
input, provided it is restored
within the limit of 10% under
two cycles (40ms) and
regulating range within
100ms.
9

Total Harmonic Distortion


i. Total Voltage Harmonic
Distortion :

The total line harmonic


voltage distortion shall not
be more than 3% in
conformity
with
CIGREs
(International Conference
on Large High Voltage
Electric Systems) limits.

Same as specified in the


case of UPS Sytems upto
10KVA.

The total current harmonic


distortion, contributed by
the unit at the output, shall
not exceed 5% for all
working conditions.

Same as specified in the


case of UPS Sytems upto
10KVA.

10 Static Transfer Switch


(If provided)

Static Transfer Switch,


capable of handling 120%
Load of the rated system
capacity shall be provided to
transfer the load
automatically within 5 mS
to AC Commercial /Stand-by
mains through isolation
arrangement, in case the
inverter fails to take load due
to any reason. However, the
transfer of
the load back to inverter shall
be manual.

Static Transfer Switch,


capable of handling 120%
Load of the rated system
capacity shall be provided
to transfer the load
automatically within 5 mS to
AC Commercial /Stand-by
mains through isolation
arrangement, in case the
inverter fails to take load due
to any reason. However, the
transfer of the load back to
inverter shall be manual.

11 Operating Noise

The fully equipped UPS system


at full load shall not contribute
more than 15dB(Weighted) to
the ambient noise level taken
as 45dBA.

The fully equipped UPS


system at full load shall not
contribute more than
15dB(Weighted) to the
ambient noise level taken as
45dBA.

12 Cooling Arrangement

Natural Convention cooling or Forced Cooling


Forced Cooling.

13 Metering

Digital meters ( with the


resolution enough to read
from a distance of 1 metre) :
i) AC input & Output
Voltage/Current
ii) DC Output & input Current
iii) DC Output & Input
Voltage.

ii. Total Current Harmonic


Distortion:

196/337

Digital meters ( with the


resolution enough to read
from a distance of 1 metre) :
i) AC input Voltage & AC
Output Voltage/Current
ii) DC Output & input Current
iii) DC Output & Input
Voltage.

iv) Output Frequency

iv) Output Frequency

14 Protections : Adequate
Protections shall be
provided
For :

1. Reverse Polarity at input


2. Input Under Voltage
3. Input Over Voltage
4. Output Voltage High
5. Output Voltage Low
6. Output Frequency Out of
Range.

1. Reverse Polarity at input


2. Input Under Voltage
3. Input Over Voltage
4. Output Voltage High
5. Output Voltage Low
6. Output Frequency Out of
Range.

15 Over Load :

Shall be capable of taking


110% of its full rated load for
one hour.
In case of excessive over load
or short circuit at the output
the inverter shall be isolated
at the input.

Shall be capable of taking


110% of its full rated load for
one hour.
In case of excessive over
load or short circuit at the
output the inverter shall
be isolated at the input.

16 Monitoring Alarms and


indications (Preferred) :

A).Functional
Indications :
1. Mains available
2. Charger on (Boost / Float)
3. Load on Inverter
4. Load on Standby Power
B) Alarm Indications :
1) Mains Fail / Mains out of
range
2) Charger (FR/FC) Fail
3) Inverter Fail
4) Fan Fail
5) Battery Fail or No
Battery (separate for each
Battery)
6) System Over Load
7) Temp. Comp Fail

A) Functional Indications :
1.Mains available (R/Y/B)
2. Charger on (Boost / Float)
3. Load on Inverter
4. Load on Standby
Power
B) Alarm Indications :
1) Mains Fail / Mains out of
range / Phase Fail
2) Charger (FR/FC) Fail
3) Inverter Fail
4) Fan Fail
5) Battery Fail or No
Battery (separate for each
Battery)
6) System Over Load
7) Temp. Comp Fail

17 Audio alarm

Every Alarm shall be


accompanied with an Audio
alarm with audio cut-off
facility with a cut-off key.

Every Alarm shall be


accompanied with an Audio
alarm with audio cut-off
facility with a cut-off key.

17 Operating Temperature &


RH

0 to 50 Deg C & RH 95%


Non condensing

0 to 50 Deg C & RH 95%


Non condensing

18 Lightning & Surge


Protections (First Stage &
Second Stage)

The Ordering information shall


specify Lightning & Surge
Protections (First Stage &
Second Stage) Depending
upon the Site requirements.

The Ordering information shall


specify Lightning & Surge
Protections (First Stage &
Second Stage) Depending
upon the Site requirements.

197/337

Enclosure-I
PRODUCT DIRECTORY
LIST OF APPROVED MAKES FOR 15 KVA EA SET
1.

ENGINE (with A1
Governing only)

2.

ALTERNATOR

3.

MCCB Switchgear

4.

CONTACTORS

5.

CT

Cummins / Escorts (G 15 up to 31.12.06) / Koel /


Cater Pillar / Ashok Leyland /Greaves / Mahindra &
Mahindra (3255 GM up to 31.12.06) / Eicher (322 ES
up to 16.05.06)
Kirloskar / NGEF / Stamford / Electrodyne (upto 100
KVA) / ELGI (EGS418S1A)
Siemens
/L&T/GE
Power
Controls/Control
&
Switchgear / Crompton
Siemens / L&T / GE Power Controls / Crompton / MEI

AE / IMP / Marshal / Pactil / Kappa / L&T / Ashmor /


Indcoil / Waco / Meco
6. PF Meter
IMP / AE / Reshabh / Meco / Universal / Digitron
7. AMMETER /
AE / IMP / Universal / Reshabh / Kaycee / Meco /
VOLTMETER
Enercon
8. SELECTOR SWITCH
L&T / KAYCEE / AE / IMP / Thakoor / Reco / Vaishno /
Selzer / Rass Control
9. INDICATING LAMP
Vaishno / Siemens / L&T / AE / IMP / Rass Control /
(Approx 20 mm dia series / Teknic / Crompton /
Kaycee
10. FREQUENCY METER
Digitron / Rishabh / Meco / Keltron / IMP / AE
11. LEAD ACID BATTERY
Exide / Standard / Furukawa / AMCO / Pacesetter /
(Sealed maintenance Prestolite / Amara Raja Standard / Crompton
free)
Greaves / Hitachi/ Nicco
12. GI / MS PIPE
BST / TATA / ATL / ITC / ATC / IIA / JST / ITS / JINDAL /
ZENITH / GSI / TTA
13. AVM PADS
Poly Bond
14. FIRE EXTINGUISHERS
ISI mark
15. RUBBER MATTING
ISI mark
16. Cables
(a)
Upto
1.1
KV
grade:
ISI mark
(b) Above 1.1 KV grade: ISI mark
17. Valve (Only ISI mark) Kirloskar / Fountain / Trishul / Leader

198/337

Enclosure-II
PRODUCT DIRECTORY
LIST OF APPROVED MAKES FOR 30 KVA EA SETS
1.

ENGINE (with A1
Governing only)

Cummins / Escorts ( G 30 up to 31.12.06) / Koel /


Cater Pillar / Ashok Leyland /Greaves / Mahindra &
Mahindra (4445 GM up to 31.12.07)

ALTERNATOR

Kirloskar / NGEF / Leroy


Electrodyne (upto 100 KVA)

Somer/

MCCB Switchgear

Siemens
/L&T/GE
Power
Switchgear / Crompton

Controls/Control

CONTACTORS

Siemens / L&T / GE Power Controls / Crompton / MEI

CT

AE / IMP / Marshal / Pactil / Kappa / L&T / Ashmor /


Indcoil / Waco / Meco

6.

PF Meter

IMP / AE / Reshabh / Meco / Universal / Digitron

7.

AMMETER /
VOLTMETER

AE / IMP / Universal / Reshabh / Kaycee / Meco /


Enercon

SELECTOR SWITCH

L&T / KAYCEE / AE / IMP / Thakoor / Reco / Vaishno /


Selzer / Rass Control

INDICATING LAMP

Vaishno / Siemens / L&T / AE / IMP / Rass Control /


(Approx 20 mm dia series / Teknic / Crompton /
Kaycee

2.
3.
4.
5.

8.
9.

10. FREQUENCY METER

Stamford

/
&

Digitron / Rishabh / Meco / Keltron / IMP / AE

11. LEAD ACID BATTERY


Exide / Standard / Furukawa / AMCO / Pacesetter /
(Sealed maintenance Prestolite / Amara Raja Standard / Crompton
free)
Greaves / Hitachi/ Nicco
12.

GI / MS PIPE

BST / TATA / ATL / ITC / ATC / IIA / JST / ITS / JINDAL /


ZENITH / GSI / TTA

13. AVM PADS

Poly Bond

14. FIRE EXTINGUISHERS

ISI mark

15. RUBBER MATTING

ISI mark

16.

(a)
Upto
1.1
ISI mark
(b) Above 1.1 KV grade: ISI mark

Cables
17. Valve (Only ISI mark)

Kirloskar / Fountain / Trishul / Leader

199/337

KV

grade:

18

Billing and Customer Care System (B&CCS)


BSNL has entered in to a long term agreement with M/s CSG which has
now been acquired M/s Comverse, for the license and maintenance of
Kenan billing application and other software components. For the purpose
of this tender, the Kenan applications and all other third party software
shall hereinafter be referred to as B&CCS application and M/s Comverse
shall be referred to as B&CCS Vendor.

18.1

B&CCS HARDWARE DIMENSIONING

18.1.1

The purchaser intends to procure only the hardware required for B&CCS
through this tender. The list of the B&CCS application software
components, the specification/requirement of the B&CCS hardware,
Operating System and other software are indicated in the DTR at Table 1.
A tentative requirement of hardware for the B&CCS is given in the SoR.
Notwithstanding the fact that the hardware requirement have been
specified, the bidder shall submit along with the bid, a detailed design
document based on their evaluation of the processing performance and
storage requirements obtained from the existing systems and the
requirement as called for. The processing performance and storage
requirements as mentioned in table 2 and 3 thus detailed shall form the
bench marking reference for evaluating the hardware performance
while running the existing/new B&CCS software components. Bidders also
should submit O/S and Database compatibility certificates for B&CCS
components from B&CCS vendor along with their bid.

18.1.2

Though the existing B&CCS application software components as listed in


DTR shall form the basis for the hardware dimensioning of the
requirements being tendered, the purchaser reserves the right to choose
a different B&CCS software should such a need arise due to unforeseen
circumstance. Under such a contingency, the supplier shall ensure that
at least a comparable performance is guaranteed from the hardware
while running the new B&CCS software. The supplier shall also be fully
responsible for re-configuration of the hardware to suit the environment
required for the new B&CCS application software components for
optimum performance. The supplier shall furnish an undertaking from the
hardware vendor duly underwritten by the supplier to the effect that
such hardware preparation and its re-configuration shall be done free of
all costs to BSNL during the entire currency of this contract including
those periods covered by AMC.

18.1.3

It is proposed to increase the number of CC terminals. These terminals


are proposed to be connected over LAN with 100 mbps and for a
remote client over WAN minimum 64 kbps per user. Remote client
connections are recommended over CITRIX. HW requirement for CITRIX
need to be included. The level III routers shall be of the same
specifications as that of level II routers except to provide for 2 LAN ports
and a BRI port. The level II router shall provide access based on
predefined CLIs. The actual number of CC terminals to be supplied for
customer care centres is included in the Schedule of Requirements. The
CC terminal shall include all the associated equipments, Inverter/UPS
with suitable battery for backup, Rack for mounting the equipment,
termination boxes etc. The purchaser shall provide 230 V commercial AC

200/337

power supplies. Wiring, Earthing and all associated works for installation
and commissioning of the CC terminals shall be the responsibility of the
supplier. The transmission media (dedicated links) for networking of these
customer care centres shall be provided by the purchaser. However, the
terminal equipment required shall be supplied and installed by bidder.
One printer of Minimum 20 IPM as specified in TEC GR shall be provided
per Customer Care Centre. The terminal dimensions are as given in Table
5 as per the latest version of B&CCS components.
18.1.4

The Device for taking the full monthly backup of the B&CCS data shall be
adequately dimensioned to ensure that the entire backup operation is
performed within 4 hours and without interruptions affecting the normal
functioning of the B&CCS components.

18.1.5

The hardware for B&CCS components shall be latest, high end, high
availability, Carrier class servers, components and devices suitable for an
integrated Mediation, Bill processing and printing, Customer Care, Order
Management, Service Provisioning, Inter-connect Billing, Trouble
Ticketing, Backup, Testing and Development, SIM inventory
management and Accounting platform with support for time critical
functions such as polling, processing, guiding and rating of CDR,
processing and printing of bills, Acceptance, execution and reporting
back of orders from CSR, complaint booking, processing, escalation,
clearance, generation of reports etc.

18.1.6

The power plant and battery of suitable sizing shall be provided by the
bidder along with the HW supplied for the billing system. The bidder as
part of their quote shall include the same for which no separate mention
has been made in the SOR.

18.1.7

In phase V.1 the bidder shall expand the existing billing platform (Fx &
third party software as indicated in Table -1) to cater to additional
capacity envisaged in this tender with corresponding servers, storages,
associated connectivity and accessories.

18.1.8

The bidder shall ensure compatibility of existing and new HW through


upgrade of existing OS to latest version

18.1.9

The bidder shall ensure performance levels as indicated in Table-2 in the


expanded billing platform.

18.1.10 The integration activity of new HW with the existing billing platform should
be completed within three months from the date of issue of APO so as to
adhere to standard delivery schedule.
18.1.11 If bidder quotes for hardware which shall warrant replacement of the
existing hardware with the offered platform to cater to existing & the
tendered capacity, which is compatible with the billing application then
complete responsibility for replacement of existing HW and performance
adherence on new platform is the responsibility of bidder. BSNL shall be
liable only for expenses towards additional capacity envisaged in this
tender and replacement of such existing capacities are to borne by the
bidder at his cost. The complete activity shall have to be completed
within three months time to enable the timely integration of core network
elements with the billing system as per the delivery schedule mentioned

201/337

elsewhere in this tender. The failure to do this shall invite incidental &
consequential damages defined elsewhere in this tender.
18.1.12 The architecture for expansion of billing system has to be done in close
consultation with BSNL and Billing application vendor.
18.1.13 All recommended hardware dimensioning has been done as per the
requirements of FX version in the cellular network of BSNL. The version of
software mentioned is tentative and may change as per the newer
version availability from the M/s Comverse & third parties as per the terms
and conditions of corporate license agreement:
Table 1
Kenan BP

11.7

Kenan OM
Request Handling & Tracking

1.2

Serviceability

1.2

Inventory

1.2

Inventory Replenishment

1.2

Roaming Module

5.0

Advanced Rating -Thresholding Module

3.1

Invoice Designer Module

3.8

Advanced Rating - Rules based rating

2.7

Operations Center Advanced Feature Log analyzer

1.7

Operations Center Advanced Feature


Mobile Access

1.7

Operations Center Advanced Feature


Billing Intelligent Controller

1.7

Operations Center Advanced Feature


SNMP Support

1.7

CSG Application Integrator

3.2

IPDR (NDM-U v3.1.1) Adaptor for CSG


Application Integrator

3.2

CORBA Adapter for CSG Application


Integrator
Adapter Development
Application Integrator

Kit

for

CSG

3.2
3.2

API Transaction Set

2.2

User Defined Transactions

2.2

CSG Data Mediation

10.1

Edit/ Validation for Mediation

10.1

202/337

Formatting for Mediation

10.1

Correlation for Mediation

10.1

Kenan Revenue Settlements

1.2

Total Care - EBPP, Self care

4.8

Trouble ticketing, Remedy 5.0


Provisioning (Hughes)- Version 4.5
Mediation (Hughes)- Version 4.6
Lucent provisioning module- Navis Wireless
Activation Manager-13.0
ICB-BPL

18.1.14 The bidder may collect data appropriate for dimensioning the hardware
from the existing processor dwell time/occupancy/ performance and
storage requirements of the running systems and guarantee that the
hardware sizing would not pose any limitation in realizing the
performance sought.
18.1.15 The following assumptions have been made while estimating the
hardware requirements, however the final BSNL may change these
specification and shall intimate before final submission date of tender
response:
Table 2
Section

Parameter

Value

1. General Assumptions
1.01

Total Post+ Prepaid subs


North 31,200,000
East

21,600,000

West

31,200,000

South 36,000,000
1.02

Total Post

North 12,480,000
East

8,640,000

West

12,480,000

South 14,400,000
1.03

Retention of billed data

6 months for bill image and billed


usage

1.04

Retention of unbilled data

2 months for unbilled usage

1.05

Billable CDRs/day/subscriber

20

1.06

Bill Cycles

1.07

CDR split factor

1.2

203/337

1.08

Usage size

742

1.09

Rate prepaid CDRs

No

1.10

Treatment of prepaid CDRs

Stored in the data warehouse


(doesn'
t enter billing system)

1.11

Type of accounts

Mixed

1.12

Avg
Invoices/Bill
Cycle
(No.
PostPaid accounts / BillCycles per
month)

North 1,560,000
East

1,080,000

West 1,560,000
South 1,800,000

1.13

Raw CDRs (Bytes)

220

1.14

Number of Accounts = Number of


Service Instances

North 12,480,000
East 8,640,000
West 12,480,000
South 14,400,000

1.15

% Accounts receiving Detail Bills

70%

1.16

Avg Non-Detail Pages per Bill

1.17

Application Integrator - No
orders to process in a busy Hr

1.18

ConnectVu
- No of
processed in an busy Hr

1.19

SIM inventory management

of

120000

orders

200000
200% of total subscribers

2. Customer Server Assumptions


2.01

Rating + THS duration per day


(hours)

2.02

Collections window per day


(hours)

2.03

Journals window - per day (hours)

2.04

Journals window - per bill cycle


(hours)

2.05

BIP Hours Available - per bill cycle


(hours)

BIF Hours Available - per bill cycle


(hours)

2.07

BCV - per day (hours)

2.08

Archiving Monthly (number of days)

2.09

RCP per day (hours)

2.06

2.10

Months to retain billed history

204/337

(cdr_billed+cdr_data, BID)
2.11

Pre - Bill Activity + File Sys


Replication - per bill cycle (hours)

2.12

Use Data Compression in customer


databases

Yes

3. Admin Server Assumptions


3.01

COM per day (hours)

3.02

MCAP per day (hours)

3.03

Payments process - EFT per day


(hours)

3.04

Payments process - LBX per day


(hours)

3.05

MCAP level Duplicate check

No

3.06

Months to retain Screen Images


(BIMG)

Months to retain unbilled CDR


(cdr_unbilled+cdr_data)

3.08

Months to retain errored usage

3.09

Use Oracle table compression

Yes

3.10

Assuming compression rate - after


compression space needed

40%

3.11

Incoming CDR error rate

0.20%

3.12

MPS Processing Days/Month

28

3.13

Max Concurrent CSR'


s ( response
time as GR)

5,000

Days to retain print files (after BIF)


on file system

15 days

Days to retain usage files after


rating on file system

15 days

3.07

3.14
3.15

4. Assumptions for Roaming


4.01

Outcollect records per day; % of


total CDR

10%

Incollect records per day; % of total


CDR

10%

4.03

Roaming hrs to process OutCollect

4.04

Retention of data (months)

4.05

Roaming hrs to process Incollect

4.02

205/337

4.06

Months to retain TAP IN and TAP


OUT files on file system

5. Assumptions for Total Care


5.01

% of subscribers using web care

50%

5.02

Average interactive sessions per


active subscriber/month

6. Assumptions for Mediation


6.01

Months for Data Retention (raw files)

6.02

Processing Window for one day load


(hours)

6.03

Number of Mediation CDRs/day

North - 3,120,000,000
East - 2,160,000,000
West - 3,120,000,000
South 3,600,000,000

6.04

Duplicate Check - PostPaid calls


(months)

6.05

Use Data Compression in DM

Yes

6.06

Months for Data Retention (post paid


Mediated Output)

7. Assumptions for Revenue Settlements:


7.01

Daily Event Records(% of total CDR)

10%

7.02

PEP cycles per month

28

7.03

PEP hours per cycle

7.04

FTR cycles per month

28

7.05

FTR hours per cycle

7.06

PIP cycles per month

28

7.07

PIP hours per cycle (month end)

7.08

BIP cycles per month

7.09

BIP hours per cycle

7.10

KID cycles per month

7.11

KID hours per cycle

8. Assumptions for Remedy:


8.01

No of end users (response time <5 sec)

8.02

No of tickets per subs in a month

206/337

100%

2
8.03

Retention of history data in system


(years)

9. Assumptions for Data Warehouse:


9.01

Store CDR'
s for Post Paid + Pre Paid

Yes

9.02

Usage Record size

160

9.03

Assuming compression rate - after


compression space needed

40%

9.04

months retain cdr'


s

12

9.05

Total CDR'
s in a month (Total subs
Post+ Pre X 20 X 30), no split ratio

North - 18,720,000,000
East - 12,960,000,000
West - 18,720,000,000
South 21,600,000,000

10. Assumptions for GPRS/MMS/3G call in Billing System:


Percentage of total postpaid calls
(included in 20 billable CDRs a day)

25%

10.01
10.02

Average CDR length (bytes)

1000

11. Assumptions for MIS Server:


11.01

Data Retention for


Bill_Invoice_Detail Table (months)

12

12. ICB - Interconnect Billing


12.01

ICB Storage

6 months

12.02

No of CDRs

North - 18,720,000,000
East - 12,960,000,000
West - 18,720,000,000
South 21,600,000,000

12.03

Processing hours per day

6 hrs

13. Disaster Recovery


13.01

% processing power of production


sizing

As per the DR specifications

14. Storage + BCVs


14.01

BCV of DM

Yes

14.02

Storage Requirement

Usable+ mirror+ bcv(reports) + 3bkp


copies(bcv)+ dr+ dr_bcv

15. Hardware Specs


15.01

Bandwidth per HBA card

2Gb/s (minimum) or higher at the


time of supply

207/337

15.02

Usable Cache

1GB per 1TB of raw disk

15.03

Extra cache per (Kenan BP+Kenan


AI+Kenan DM+Kenan
Roaming+Kenan Revenue
Settlement+Kenan Total
Care+ICB+MIS) Databases

2GB

Raid type will be Raid 01

DW & BCV may be on R5

15.04
16. Other Assumptions
16.01

Each server needs to be rounded UP to nearest possible system


configuration for CPU

16.02

While procuring Storage capacity any Hard disk drive Formatting/ Array
group or Host group etc, capacity loss should be taken care of

16.03

Each customer server needs to be rounded up to nearest possible system


configuration

16.04

HP Itanium are single core ordered as n-way servers where n = number of


chips = number of cores

16.05

IBM P5 are ordered as n-way servers where n=number of cores. There are 2
cores per chip

16.06

Sun Sparc IV + are ordered as n-processor systems, where n=number of


chips, there are 2 cores per chip.

16.07

At lower volume than the target volume HA can be achieved by clustering


the existing systems for failover within the cluster, without extra hardware.

16.08

The CPU should be of the latest make / specification at the time of


hardware procurement.

16.09

Before the closure of the technical validation it is recommended that the


hardware vendor re-validates the complete hardware sizing with the
B&CCS vendor.

16.10

The above sizing is assumed that all Kenan FX processes are running in
sequence, except for CAP & THS which are in parallel.

16.11

3rd Party software products to support the applications have to be


supplied separately.

16.12

Sufficient cache or any other method to ensure data copy from primary to
DR site doesn'
t affect the performance of primary site

16.13

Backup/MIS will not directly access the production volume; they may use
the BCV volumes for this purpose.

16.14

System Utilization and Wait I/O should not be more than (% sys + % wio)
should not be more than 30%

16.15

Gbit LAN (minimum 1Gb or above if available at the time procurement)

16.16

Redundant Public Gbit LAN should be available

16.17

Redundant Gbit Private LAN for inter server communication should be

208/337

available
16.18

Backup servers and BCV servers should be provided with extra HBA'
s to
cater the load of all the volumes to be mounted/ backed up through
those servers

16.19

Separate front-end ports should be provided to handle BCV volumes, so


that they don'
t compete with production I/O

16.20

For production volumes the drive speed should 15K RPM or higher at the
time of procurement

16.21

On Customer DBs, Kenan DM server, DW, ICB, FSS Mediation data


compression has been used to optimize the storage.

16.22

Production HDD in storage box should not be more than 146GB.

16.23

All the Physical drives should be equally loaded on the back-end


controllers. The vendor should provide maximum frames at the time of
supply

16.24

TAP IN & TAP OUT processes for Roaming will be running in sequence.

16.25

It should not take more than 4 hrs to perform Monthly Archival / backup on
tape / disk library

16.26

Data Retention period of Archived / backup data on tape / disk library


should be for at least 13 months

16.27

During the supply of the equipment / infrastructure, the bidder shall take
into consideration the combination of the specified CPUs/ cores and the
domain count for each of the software application. It is recommended
that the B&CCS vendor is involved during architecting the hardware
infrastructure.

16.28

The vendor has to take into consideration the existing infrastructure in


BSNLs footprint during the design of the hardware architecture.

16.29

The sizing provided is based on the current application architecture.


Incase of any changes to the current architecture or any upgrade or any
other factor such as increase or decrease in expected growth of
subscribers, The hardware requirement may vary +/- 50% of the currently
recommended hardware. Procurement of this would be at the discretion
of BSNL.

18.1.16 Server Hardware Specification and Requirements:


18.1.16.1
The servers shall be capable of having at least 16 high-end
partitions having all resources to support multiple hardware and software
level partitions with independent OS images associated with
independent CPU, memory & I/O resources for running different
applications modules. It shall be possible to configure partition in a
cluster with same and different type of servers and also with another
partition within the same server for achieving a high availability
environment. It is envisaged that Billing Customer Databases will run in
different hardware partitions on different servers in cluster. It shall also be
possible to configure partition on geographically separated servers.

209/337

18.1.16.2
All CPUs shall be 64 Bit high performance processor of highest level
of frequency available from the vendor and it shall be possible to install
different versions of CPUs in a single server.
18.1.16.3
The total of chip cache (L1+L2+L3) per CPU shall be more than 32
MB. On-chip CPU Cache shall be ECC protected.
18.1.16.4
The RAM used in the servers shall have support for chip-kill/spare
capability. All CPU and memory paths should be ECC protected. The
RAM shall support Chip-spare technology and Dynamic Memory
Resilience (DMR-Dynamic Memory de-allocation on failure).
18.1.16.5
The server shall have minimum 96 PCI X (64 bit) hot pluggable slots.
At least 10 slots shall remain free after implementation for future
upgradeability. All I/O slots shall dynamically adapt 32 or 64 bit cards at
a minimum frequency of 66 MHz giving an aggregate I/O bandwidth of
minimum 8.5 GB/s. However, the I/O bandwidth of the system shall be
minimum 512 MB per processor configured. All I/O paths shall be parity
protected.
18.1.16.6
The servers shall be provided with a minimum of 2 No. of 73 GB
(Usable) hot-swappable disks of latest technology (mirrored across two
controllers) for Operating System (OS) and RDBMS in each partition.
However, the BP and OM servers shall be equipped with a minimum two
number of the of 146 GB hot-swappable disks of latest technology or
useable space of four times the size of the memory per partition for
Operating System (OS) and RDBMS in each partition.
18.1.16.7
The servers shall be equipped with 5 Nos. of 2 Gbps Fibre Channel in
each Partition (configurable as both F port and G port) for RAID based
Storage Array (3 nos.) and Tape library (2 no.). While the BP and OM
servers shall also be equipped with 3 No. of Ultra 160 controller in each
Partition for accessing the internal OS Disk, all other servers shall be
equipped with 2 No. Of dual channel Ultra 2 SCSI controllers in each
partition for accessing internal OS Disk.
18.1.16.8
All the servers shall be equipped with 48 X DVD R/W or better
CD/DVD drive and 20/40 DAT drive.
18.1.16.9
All the servers/partitions shall be equipped with four numbers of
Ethernet- 1000 Mbps or above port per Server (2 no. for clustering and 2
no. in dual redundant active configurations for public Ethernet). 2 no.
ports for internal server communication with dual redundant active
configurations.
18.1.16.10
All the I/O cards shall have exclusive utility and no combo cards
shall be used.
18.1.16.11
The Mediation Servers shall be equipped with X.25 PCI cards for
collection of CDRs on FTAM over X.25.
18.1.16.12

The servers shall have at least one Serial port.

18.1.16.13
The servers shall be equipped with N+1 OLR Fan, Power supply with
option of alternate supply inputs.

210/337

18.1.16.14
The expandability of the peak performance of the server shall be
achieved by addition of processors of same type and of next generation
in the same unit.
18.1.16.15
Servers shall have minimum performance capacity of 600000
SPECINT2000 (Audited) equipped with processors having atleast 1GHz
processing speed. This capacity includes 25% headroom for future
scalability.
18.1.16.16
Servers shall be configured minimum with 4 GB memory per
processor and shall be scalable to minimum 8 GB memory per processor
in the same server.
18.1.16.17
While the various dimensioning parameters given above are the
minimum requirements and are based on rough estimations with a
number of underlying assumptions. The supplier shall examine the existing
systems and guarantee a more accurate dimensioning.
18.1.17 Operating System and other associated software
18.1.17.1
The Operating System shall be 64 bit UNIX with SMP support,
unlimited user license and XPG 3/4 Compliant. The UNIX Runtime version
shall be licensed for un-limited users. The OS shall have C2 level security
and provide host based intrusion detection and buffer overflow
protection. The OS shall be supplied with standard utilities for system
administration and provide software tools for hardware monitoring &
diagnostics.
18.1.17.2
The software shall support Dynamic Memory Resilience (DMR) to
dynamically de-allocate bad memory pages before a serious memory
failure occurs.
18.1.17.3
The software shall support Dynamic Processor Resilience to facilitate
a faulty processor to be taken off-line without having to reboot the
system.
18.1.17.4
The software shall provide Dynamic management of the Journaled
File System with on-line backup, on-line disk de-fragmentation and online file system resizing. It shall allow on-line file system management for
the Journaled File System.
18.1.17.5
The software shall provide the capability to create Work Load
Management and Process Resource based management.
18.1.17.6

It shall be possible for dynamic upgrade of patches.

18.1.17.7
The software shall support I/O load balancing and multiple pathing
for storage subsystem and networking.
18.1.17.8
The software shall provide support for TCP/IP (IPv4 and IPv6
support), NFS etc.
18.1.17.9
The software shall support up to 16 node clusters. The Clustering
shall be capable of Cascading fail-over. Clustering solution shall have
capability for Disaster Recovery (DR) by creating cluster across distance
(40KM or above) with proper arbitrator. The DR systems are required for
business critical applications, which are billing, IN and mediation.

211/337

18.1.17.10
The supplier shall provide C and C++ compilers with licenses in the
name of BSNL for the hardware platforms to be supplied for
development server.
18.1.17.11
The supplier shall also ensure the supply of following software along
with the hardware. Validation with B&CCS vendor is required before bid
submission.
Table 3
For integration of Hardware with the Billing System
VENDOR

PLATFORM/TOOL

Version

Impacted Software

ADAX

APC-PCI
driver

HP/SUN/
IBM: to be
provided as
part of HW

Appropriate OS Appropriate version All Kenan Products


version
as as confirmed by
Middleware
confirmed
by B&CCS vendor
Total Care
B&CCS vendor

apcs 1.4 (delta 1.45) in FX Mediation


1.2

RH&T
Sun/HP: to
be provided
as part of
HW

Appropriate OS Appropriate version Mediation


version
as as confirmed by
confirmed
by B&CCS vendor
B&CCS vendor

Macrovision

Globetrotter
FlexLM

8.3

IBM

WebSphere MQ

V530.6
(CSD06) AI
without SSL support

IBM

Weblogic server

8.1 SP3

Micro Focus

Cobol compiler, 2.2 in FX 1.2


Server Express

BP, Rating Server

Microsoft

SQL Server

Total Care

Microsoft

Internet Explorer

6 SP1 or higher for Rev Sett, Ops center,


FX 1.2
other UI'
s

Microsoft

Windows

XP SP2 or higher in All


Kenan
Products,
FX 1.2
RH&T, serviceability

Oracle

Oracle Client

9.2.0.5 for FX1.2

Mediation.for FX1.0 only


AI and Ops Center will
implement.

Total Care

All Kenan Products


ProfitNow!
Total Care
RH&T
Serviceability

212/337

For integration of Hardware with the Billing System


VENDOR

PLATFORM/TOOL

Version

Impacted Software

Oracle

Oracle
Server 9.2.0.5 for FX1.2 All Kenan Products
(Enterprise
(including Net 8*)
ProfitNow!
Edition)
Middleware
Total care
RH&T
Serviceability

Computer
Associates

Sterling
CONNECT:Direct
for UNIX

3.5.00 for FX 1.2

Mediation

Veritas

Cluster Server

4.0 in FX 1.2

Mediation

Veritas

Cluster
Server 2.0 in FX 1.2
Oracle agent

Mediation

Veritas

Volume
Manager

Mediation

COMMERCI Crystal
Report
AL OFF THE 8.5 Professional
SHELF
Edition,
(COTS)
Reporting
Tool

Reporting

IONA

Orbix 3.3.7 Run


Time License per
server

ConnectVu

Hummingbir
d

Humming
Bird
Exceed 7.1 for 5
users

OS
and
Access

Adex X.25

Adex X.25

Managing
X.25
Communication
depends on h/w server,
OS version

Database

18.1.18 Storage Array


18.1.18.1
A Storage Array shall be with the latest cross-bar switch based
technology, having aggregated bandwidth of minimum 15GB/s. The
performance throughput with cache of the storage shall be more than
5,00,000 random IOPS.
18.1.18.2
The Storage Array shall have a capacity of 70 TB (usable)
expandable to 100 TB (usable) or more within the same controller unit by
adding Disk Array Frames and Disks in RAID configuration with min 4
Global Hot Spare Disks expandable to max. 8 Global Hot Spare Disks.

213/337

18.1.18.3
The connectivity for Host Connects shall be through 2Gbps SAN
fibre switches using minimum 16 no. 2Gbps Native Fibre Connects of the
storage array expandable to 64 native fibre channels connects. Both
paths (From Server HBA to Storage Array Disks) shall be redundant and
active for load balancing and high availability.
18.1.18.4
At least 4 HBA cards (@2Gbps, with failover and load balancing)
shall be installed per domain / server, at least for the billing system
(Kenan BP).
18.1.18.5
The Storage Array shall have 1 GB of usable cache per Terabyte of
raw disks installed, at least for the billing system (Kenan BP), Write Mirrored
with 48 hrs battery backup. All data for read/write shall be routed
through the cache.
18.1.18.6
Hardware controller based RAID shall be provided. The Storage
Array shall support combination of hardware controller based RAID (0+1)
and hardware controller based RAID5 or equivalent within the array
simultaneously. Support for future upgradeability to new versions of RAID
technology shall also be provided.
18.1.18.7
All the disks for Storage box (RAID) shall be dual ported fiber disks
and with a minimum speed 10,000 rpm Or latest available whichever is
higher.
18.1.18.8
The architecture of the Storage Array shall ensure high availability.
All the parts from power supply inputs, power supply, cross-bar switch,
disks, controllers etc. shall have adequate redundancy. All upgrades /
repairs to the storage server should be non-disruptive. The
implementation of SAN should be such that there shall be no single point
of failure. It shall support automatic switching over to the second server in
the cluster in case of failure of one server.
18.1.18.9
The Storage Array shall provide support for intelligent GUI based
management, should have capability to create up to 3 business copies
of the production database, within same storage array by adding
additional disks to arrive at appropriate storage space, for usage in other
applications like Data warehousing etc.
18.1.18.10
The logical units assigned to a particular server should be secure
and shall not be accessible to other servers on the SAN/network.
18.1.18.11
The Storage array shall provide hardware controller based data
replication capability for disaster recovery. Hardware controller based
data replication software tool shall be capable of pure Synchronous or
pure Asynchronous or mix of pure Synchronous and pure Asynchronous
modes simultaneously.
18.1.18.12
The connectivity for DR storage to remote site of the shall be
through telecom links like E1/E3/DwDM using Dark Fibre. In case DR site is
more than 40KM apart, proper Fibre to IP router and networking routers
shall be supplied and used for connectivity.
18.1.18.13
The Storage array shall provide support for Multiple Operating
Systems such as Win NT, Win 2000, HP-UX, SOLARIS, AIX, Tru64, LINUX etc.
simultaneously.

214/337

18.1.18.14
Performance monitoring, analysis and reporting tool of products
mentioned in Table 1 and related O/S and DB need to be supplied. This
tool should be a single interface capable of supporting multi
environments, should be web based, support for multiple type of
customizable reports.
18.1.18.15
HW providers have to conduct a routine health check of the system
and ensure that the performance parameters are met by fine tuning the
system implemented from time to time.
18.1.19 Sizing Estimation.
North Zone

18.1.19.1

TABLE 4

Sun
Ultrasparc
IV+
1.5GHz
(cores)

HP
Itanium
2
1.6GHz
/9MB
(cores)

IBM P5
1.9
GHz
(cores)

Memory
Per
Applicat
ion
(GB)

Usable
Space
(TB)

HBA
per
Host or
Domain

Monthl
y
tape/
disk
library
Archiv
al
data

Application
servers
(cap/bip/bif etc)

105

54

76

210

12.00

1.20

Usage
Guiding
+
middleware server1
(com/mcap/tuxedo,
2 domains)

78

40

56

156

3.30

0.33

Usage
Guiding
+
middleware server2
(com/mcap/tuxedo,
2 domains)

78

40

56

156

3.30

0.33

DB servers customer

157

81

113

628

88.00

9.00

Application
Integrator
(provisioning)

64

33

52

127

2.20

0.22

118

61

85

323

27.50

7.00

Component

North:
No.
Application
Servers(hosts
or
domains) => 21
No. Customer
Servers(hosts
domains) => 42

DB
or

No.
Customer
Databases => 42

Roaming
domains)
Total

Care

5.0
4.8

(4
(4

215/337

domains)

122

63

88

244

2.20

0.22

MIS (Reports Server, 2


domains)

64

33

53

128

18.70

2.00

KENAN DM
domains
active/active
clusters)

10.1,8
(26
117

60

84

618

90.20

10.00

FX
Test
Development
domains)

and
(3
12

10

24

1.80

0.18

FX
Training
Environment
(2
domains)

16

1.20

0.12

Revenue Settlement

80

41

58

161

20.90

2.09

Ops Centre (central


console for initiation
various
mps/billing
processes)

12

2.20

0.22

ICB
(interconnect
billing, 4 domains)

46

24

38

93

42.03

4.20

200

8.00

0.80

CvU (Connect View)


- server rp8420(2-32) (PA 8900, dual core,
1.1 Ghz) 4 domains

100

TT (Remedy)

28

16

20

56

3.50

0.35

Data Warehouse (4
hosts)

46

24

38

93

40.70

4.07

Staging
Area
FMCC & DSS

16

5.50

0.55

1.10

0.11

Server to collect the


Print Files for various
circles (after BIF)

16

7.70

0.77

Bkp Srvr Primary host BCV DB'


s to tape
(4 domains)

51

32

37

102

2.20

51

Server to host BCV


volumes/DB'
s
(8
domains)

101

62

74

201

4.80

101

Mid
Range

Enterpr
ise

Mid
Range

Enterp
rise

Enterpri
se

Process
Console

for

Monitoring

Total Usable Storage Capacity


Storage Type =>

Enterprise

216/337

3
Backup
copies
(BCV
raid 5)

Disast
er
Recov
ery
(Raid0
1)

Disaster
Recove
ry
(BCV
Raid 5)

Application

Raid01

Raid01

BCV
(Repor
ts
Raid5)

Application
servers
(cap/bip/bif etc)

12.00

12.00

36.00

12.00

12.00

Usage
Guiding
+
middleware server1
(com/mcap/tuxedo)

3.30

3.30

9.90

3.30

3.30

Usage
Guiding
+
middleware server2
(com/mcap/tuxedo)

3.30

3.30

9.90

3.30

3.30

DB servers customer
(customer
databases)

88.00

88.00

264.00

88.00

88.00

Application
Integrator
(provisioning)

2.20

2.20

6.60

2.20

2.20

Roaming 5.0

27.50

27.50

82.50

27.50

27.50

TotalCare 4.8 (cluster)

2.20

2.20

6.60

2.20

2.20

MIS (Reports Server)

18.70

18.70

56.10

18.70

18.70

Kenan
DM
10.1,8
domains Active
DATA for 1 months

34.00

34.00

102.00

34.00

34.00

Kenan
DM
10.1,8
domains - Archived
DATA 5 months

56.20

168.60

FX
Test
Development
domains)

1.80

1.80

5.40

1.80

1.80

FX
Training
Environment
(2
domains)

1.20

3.60

Revenue Settlement

20.90

20.90

62.70

20.90

20.90

Ops Centre (central


console for initiation
various
mps/billing
processes)

2.20

2.20

6.60

2.20

2.20

ICB
(interconnect
billing)

42.03

42.03

126.09

42.03

42.03

and
(3

CvU (Connect View)

217/337

- server rp8420(2-32)

8.00

8.00

24.00

8.00

8.00

TT (Remedy)

3.50

3.50

10.50

3.50

3.50

Data Warehouse (4
hosts)

40.70

122.10

Staging
Area
FMCC & DSS

5.50

3.30

1.10

1.10

23.10

7.70

7.70

1,146.09

278.43

278.43

Process
Console

for
16.50

Monitoring
1.10

Server to collect the


Print Files for various
circles (after BIF)

7.70

Sub Total

281.73

100.30

Total Usable Storage


Capacity (TB)

2,354.61

Total Usable Storage


Capacity - Enterprise
storage (TB)

1,108.22

Total Usable Storage


Capacity

Mid
Range storage (TB)

1,246.39

269.63

18.1.20 South Zone


Component

Sun
Ultraspar
c
IV+
1.5GHz
(cores)

HP
Itanium
2
1.6GHz
/9MB
(cores)

IBM
P5
1.9
GHz
(cores
)

121

63

87

90

47

65

Memory
(GB)

Usable
Space
(TB)

HBA per
Host or
Domain

Monthly
tape/disk
library
Archival
data

South
No.
Application
Servers(hosts
or
domains) => 24
No.
Cust
DB
Servers(hosts
or
domains) => 48
No.
Customer
Databases => 48
Application servers
(cap/bip/bif etc)
Usage Guiding +
middleware server1
(com/mcap/tuxed
o, 2 domains)
Usage

Guiding

242
180

1.35

0.44

0.44

4.40

180

218/337

4
13.50

middleware server2
(com/mcap/tuxed
o, 2 domains)

90

47

65

DB
customer

181

94

130

73

38

60

136

70

98

141

73

101

74

38

61

131

67

108

12

10

91

47

65

ICB (interconnect
billing, 4 domains)

54

28

44

FSS Provisioning 4
domains

100

servers

Application
Integrator
(provisioning)
Roaming
domains)

5.0

TotalCare
domains)

4.8

724

101.00

147

372

and
(3

FX
Training
Environment
(2
domains)
Revenue
Settlement
Ops Centre (central
console
for
initiation
various
mps/billing
processes)

0.22

7.00

0.22

2.00

15.00

0.18

0.12

31.90

(4

FSS
Mediation,8
domains
(30
active/active
clusters)

10.00

2.20

(4

MIS (Reports Server,


2 domains)

FX
Test
Development
domains)

4.40

282
2.20
148
22.00
332
136.40

24
1.80
16
1.20
182

23.10

12

2.31

0.22

4.83

2.20

107
48.25
200

8.00

0.80

64

5.50

0.55

TT (Remedy)
32

18

24

Data Warehouse (4
hosts)

54

28

44

Staging Area
FMCC & DSS

107

for

Process Monitoring
Console
Server to collect
the Print Files for
various
circles
(after BIF)

16

4.73

0.55

0.11

0.88

5.50
8
1.10
16

219/337

4
47.30

8.80

Bkp Srvr Primary host BCV DB'


s to
tape (4 domains)

63

30

43

Server to host BCV


volumes/DB'
s
(8
domains)

125

60

86

127

4
2.20

251

4
4.80

Total Usable Storage Capacity


Storage Type =>

Enterpris
e

Mid
Range

Enterpr
ise

Mid
Range

Enter
prise

Enterprise

Application

Raid01

Raid01

BCV
(Repor
ts
Raid5)

3
Backup
copies
(BCV
raid 5)

Disa
ster
Rec
over
y
(Rai
d01)

Disaster
Recovery
(BCV Raid
5)

Application servers
(cap/bip/bif etc)

13.50

Usage Guiding +
middleware server1
(com/mcap/tuxed
o)
Usage Guiding +
middleware server2
(com/mcap/tuxed
o)
DB
servers
customer
(customer
databases)
Application
Integrator
(provisioning)

13.20
4.40

4.40
4.40

101.00

101.00

2.20

52.00

FSS Mediation ,8
domains - Archived
DATA 5 months

31.90
31.90

6.60

2.20
2.20

22.00

2.20

95.70

2.20

MIS (Reports Server)

101.00

2.20

2.20

101.00

6.60

31.90

4.8

FSS
Mediation,8
domains - Active
DATA for 1 months

303.00

2.20
-

and
(3

4.40
4.40

31.90

FX
Test
Development

13.20
4.40

4.40

13.50
13.50

4.40

Roaming 5.0
TotalCare
(cluster)

40.50
13.50

66.00
22.00

22.00
22.00

52.00
52.00

156.00
-

84.40

52.00
-

253.20
-

5.40

220/337

1.80

domains)

1.80

FX
Training
Environment
(2
domains)

Revenue
Settlement

1.80

1.80
-

23.10

Ops Centre (central


console
for
initiation
various
mps/billing
processes)
ICB (interconnect
billing)

2.20

2.20

23.10
2.20
2.20

48.25

48.25
48.25

144.76

Staging Area
FMCC & DSS

5.50

8.00
8.00

5.50

48.25

24.00
8.00

TT (Remedy)
Data Warehouse (4
hosts)

16.50
5.50

5.50
5.50

for

23.10
6.60

8.00

Server to collect
the Print Files for
various
circles
(after BIF)

69.30
23.10

FSS Provisioning

Process Monitoring
Console

3.60

1.20

47.30

141.90
-

16.50
3.30

1.10

1.10
1.10

26.40

8.80

8.80
8.80

Sub Total
335.65
Total
Storage
(TB)

Usable
Capacity

Total
Usable
Storage Capacity EnterPrise storage
(TB)
Total
Usable
Storage Capacity MidRange storage
(TB)

135.10

322.45

1,412.26

HP
Itanium
2
1.6GHz/
9MB

IBM
P5
1.9
GHz
(cores

Mem
ory
(GB)

332.35

332.35

2,870.17

1,322.81

1,547.36

18.1.21 East Zone

Component

Sun
Ultrasparc
IV+ 1.5GHz
(cores)

221/337

Usa
ble
Space
(TB)

HBA per
Host or
Domain

Monthly
tape/disk
library
Archival data

(cores)

East
No.
Application
Servers(hosts
or
domains) => 15
No.
Cust
DB
Servers(hosts
or
domains) => 29
No.
Customer
Databases => 29
Application
servers
(cap/bip/bif etc)

73

38

52

146

8.00

0.80

Usage Guiding +
middleware
server1
(com/mcap/tuxe
do, 2 domains)

54

28

39

108

2.20

0.22

Usage Guiding +
middleware
server2
(com/mcap/tuxe
do, 2 domains)

54

28

39

108

2.20

0.22

DB
servers
customer

109

56

78

436

61.00

7.00

44

23

36

88

2.20

0.22

82

42

59

224

19.80

5.00

TotalCare 4.8 (4
domains)

85

44

61

170

2.20

0.22

MIS
(Reports
Server,
2
domains)

45

23

37

90

13.20

2.00

KENAN DM 10.1,8
domains
(18
active/active
clusters)

81

42

58

428

62.70

7.00

FX
Test
and
Development (3
domains)

12

10

24

1.80

0.18

Application
Integrator
(provisioning)
Roaming 5.0
domains)

(4

222/337

FX
Training
Environment
(2
domains)

16

1.20

0.12

55

28

40

110

14.30

1.43

Ops
Centre
(central console
for
initiation
various
mps/billing
processes)

12

2.20

0.22

ICB (interconnect
billing,
4
domains)

32

17

26

64

29.58

2.96

CvU
(Connect
View) - server
rp8420(2-32) - (PA
8900, dual core,
1.1 Ghz) 4
domains

100

200

8.00

0.80

Revenue
Settlement

TT (Remedy)

28

16

20

56

3.50

0.35

Data Warehouse
(4 hosts)

32

17

26

64

28.60

2.86

Staging Area for


FMCC & DSS

16

5.50

0.55

Process
Monitoring
Console

1.10

0.11

Server to collect
the Print Files for
various
circles
(after BIF)

16

5.50

0.55

Bkp Srvr Primary host BCV DB'


s to
tape (4 domains)

41

19

26

82

2.20

Server to host BCV


volumes/DB'
s (8
domains)

81

37

52

162

4.80

Mid
Range

Enterpr
ise

Mid
Rang
e

Enterpr
ise

Enterpris
e

Total Usable Storage Capacity

Storage Type =>

Enterprise

223/337

Application

Raid01

Raid01

BCV
(Repor
ts
Raid5)

3
Back
up
copi
es
(BCV
raid
5)

Disaste
r
Recov
ery
(Raid0
1)

Disaster
Recover
y
(BCV
Raid 5)

Application
servers
(cap/bip/bif etc)

8.00

8.00

24.00

8.00

8.00

Usage Guiding +
middleware
server1
(com/mcap/tuxe
do)

2.20

2.20

6.60

2.20

2.20

Usage Guiding +
middleware
server2
(com/mcap/tuxe
do)

2.20

2.20

6.60

2.20

2.20

DB
servers
customer
(customer
databases)

61.00

61.00

183.0
0

61.00

61.00

2.20

2.20

6.60

2.20

2.20

19.80

19.80

59.40

19.80

19.80

2.20

2.20

6.60

2.20

2.20

13.20

13.20

39.60

13.20

13.20

24.00

24.00

72.00

24.00

24.00

38.70

116.1
0

1.80

5.40

1.80

1.80

1.20

3.60

14.30

42.90

14.30

14.30

Application
Integrator
(provisioning)
Roaming 5.0
TotalCare
(cluster)
MIS
Server)

4.8
(Reports

KENAN DM 10.1,8
domains - Active
DATA for 1 months
KENAN DM 10.1,8
domains
Archived DATA 5
months

FX
Test
and
Development (3
domains)

1.80

FX
Training
Environment
(2
domains)

Revenue
Settlement

14.30

224/337

Ops
Centre
(central console
for
initiation
various
mps/billing
processes)

2.20

2.20

6.60

2.20

2.20

ICB (interconnect
billing)

29.58

29.58

88.75

29.58

29.58

CvU
(Connect
View) - server
rp8420(2-32)

8.00

8.00

24.00

8.00

8.00

TT (Remedy)

3.50

3.50

10.50

3.50

3.50

28.60

85.80

3.30

1.10

1.10

16.50

5.50

5.50

824.3
5

200.78

200.78

Data Warehouse
(4 hosts)

Staging Area for


FMCC & DSS

5.50

Process
Monitoring
Console

1.10

Server to collect
the Print Files for
various
circles
(after BIF)

5.50

Sub Total

204.08

Total
Usable
Storage Capacity
(TB)

1,694.88

Total
Usable
Storage Capacity
Enterprise
storage (TB)

799.83

Total
Usable
Storage Capacity

Mid
Range
storage (TB)

895.05

18.1.22
Component

16.50

70.70

194.18

West Zone
Sun
Ultrasp
arc
IV+
1.5GHz
(cores

HP
Itanium2
1.6GHz/9
MB
(cores)

IBM
P5
1.9
GHz
(cores
)

225/337

Memory
Per
Applicatio
n
(GB)

Usable
Space
(TB)

HBA per
Host or
Domain

Monthl
y
tape/d
isk
library
Archiv
al

data

West:
No.
Application
Servers(hosts
or
domains) => 21
No.
Cust
Servers(hosts
domains) => 42

DB
or

No.
Customer
Databases => 42
Application
servers
(cap/bip/bif etc)
Usage
Guiding
+
middleware server1
(com/mcap/ tuxedo,
2 domains)
Usage
Guiding
+
middleware server2
(com/mcap/ tuxedo,
2 domains)

76
40

78

56

81

Application Integrator
(provisioning)

64

Roaming
domains)

5.0

118

TotalCare
domains)

4.8

63

KENAN DM
domains
active/active
clusters)

10.1,8
(26

FX
Test
Development
domains)

and
(3

FX
Training
Environment
(2
domains)

33
60

Revenue Settlement

88.00

9.00

2.20

0.22

27.50

7.00

2.20

0.22

18.70

2.00

90.20

10.00

1.80

0.18

1.20

0.12

20.90

2.09

16
7

41
80

0.33

24
10

618
84

12

3.30

128
53

117

0.33

244
88

64

323
85

122

3.30

127
52

61

(4

1.20

628
113

33

(4

156

40

157

12.00
156

56

78

DB servers customer

MIS (Reports Server, 2


domains)

210

54
105

161
58

226/337

Ops Centre (central


console for initiation
various
mps/billing
processes)
ICB
(interconnect
billing, 4 domains)

4
6

38
100

TT (Remedy)
Data Warehouse (4
hosts)

46

Staging
Area
FMCC & DSS

24
6
2

Server to collect the


Print Files for various
circles (after BIF)

Bkp Srvr Primary host BCV DB'


s to tape
(4 domains)

51

Server to host BCV


volumes/DB'
s
(8
domains)

101

4.20

8.00

0.80

3.50

0.35

40.70

4.07

5.50

0.55

1.10

0.11

7.70

0.77

2.20

51

4.80

101

16
7

42.03

93
38

Monitoring

0.22

56
20

for

200

16
28

2.20

93

24
46

CvU (Connect View) server rp8420(2-32) (PA 8900, dual core,


1.1 Ghz) 4 domains

Process
Console

12
4

8
3

16
7

32

102
37

62

201
74

Total Usable Storage Capacity


Storage Type =>

Enterpr
ise

Mid
Range

Enterpr
ise

Mid
Range

Enterpri
se

Enterpris
e

Application

Raid01

Raid01

BCV
(Repor
ts
Raid5)

3 Backup
copies
(BCV raid
5)

Disaste
r
Recov
ery
(Raid01
)

Disaster
Recover
y
(BCV
Raid 5)

Application
servers
(cap/bip/bif etc)

12.00

12.00

12.00

3.30

3.30

3.30

3.30

Usage
Guiding
+
middleware server1
(com/mcap/tuxedo)

3.30

Usage
Guiding
+
middleware server2
(com/mcap/tuxedo)

3.30

36.00
12.00

9.90
3.30

9.90
3.30

227/337

DB servers customer
(customer
databases)

264.00

88.00

Application Integrator
(provisioning)

2.20

Roaming 5.0

27.50

88.00
-

TotalCare 4.8 (cluster)

27.50

KENAN DM 10.1,8
domains - Active
DATA for 1 months

34.00

KENAN DM 10.1,8
domains - Archived
DATA 5 months

FX
Test
Development
domains)

1.80

and
(3

18.70

Revenue Settlement

20.90

20.90

42.03

Process
Console

18.70

34.00

34.00

1.80

1.80

20.90

20.90

2.20

2.20

42.03

42.03

8.00

8.00

3.50

3.50

1.10

1.10

7.70

7.70

278.43

278.43

10.50
3.50

40.70

122.10
-

16.50

Monitoring

3.30
1.10

Server to collect the


Print Files for various
circles (after BIF)

7.70

Sub Total

281.73

Total Usable Storage


Capacity (TB)

18.70

24.00

5.50

126.09

8.00

3.50

for

2.20

6.60

Staging
Area
FMCC & DSS

62.70

2.20

8.00

2.20

3.60

2.20
-

Data Warehouse (4
hosts)

27.50

5.40
1.80

1.20

TT (Remedy)

27.50

168.60
-

CvU (Connect View) server rp8420(2-32)

2.20

102.00

56.20

42.03

56.10

34.00

ICB
(interconnect
billing)

82.50

2.20

FX
Training
Environment
(2
domains)
Ops Centre (central
console for initiation
various
mps/billing
processes)

2.20

6.60

18.70

88.00

6.60
2.20

2.20
MIS (Reports Server)

88.00

23.10

100.30

269.63

2,354.6
1

228/337

1,146.09

Total Usable Storage


Capacity - Enterprise
storage (TB)

1,108.2
2

Total Usable Storage


Capacity

Mid
Range storage (TB)

1,246.3
9

TABLE 5
Client Environment
Intel Pentium IV processor (1000 MHz or higher) PC or higher with:
1 GB memory
40 GB free disk space
SVGA High resolution monitor (1024 x 768)
Over LAN - High-speed Ethernet (100 Mbps or more preferred) and TCP/IP connection
Over WAN - minimum 64 kbps per user for remote connectivity, Citrix server/software
are recommended
Internet Explorer 6.0 (128 bit) or above
Windows XP (Professional) O/S
Java Plug-In 1.3.1 or higher, including Java Runtime Environment (JRE)
18.2

Interface development requirement with B&CCS

18.2.1

The requirement of hardware for the billing system as mentioned in the


above tables is for ultimate capacity envisaged herein. However the
expansion of billing system will be done as per the expansion need of
BSNL.

18.2.2

The Hardware mentioned above will be required to be integrated with


the existing B&CCS platform on the present application version or shall
be utilized for version upgrade of whole billing system. The order for
hardware shall be as per the expansion of network envisaged from
phase V.1 to phase V.3. It shall be the responsibility of the successful
bidder to expand the billing system as per the requirement of each
phase.

18.2.3

The services for implementation and integration of hardware with the


existing billing system on the same application version or integration with
version upgrade have to be quoted.

18.2.4

The new interfaces between other OSS and BSS systems (like fraud
management, Data warehouse, ERP etc) including network elements
and billing system / mediation / provisioning system have to be provided
for the tenure of this bid. Bidder would be responsible for end to end
integration of all the interfaces with the billing system. Performance
impact due to the new interfaces is responsibility of the bidder.

229/337

18.2.5

Integration of B&CCS and other BSS components to give a single


customer care view to be provided.

18.2.6

Integration of Total care and Revenue settlement as mentioned in Table


1, new modules of B&CCS

18.2.7

Revenue assurance application through Commercial off the shelf (COTS)


software implementation and integration is required. HW requirements
for the same need to be considered.

18.2.8

Commercial off the shelf (COTS) Software for campaign management to


be implemented, HW requirement for the same to be considered.

18.2.9

Web based application with customizable GUI for data analysis,


formatting and presentation using Commercial off the shelf (COTS)
package to be implemented and integrated with B&CCS.

18.2.10 Commercial off the shelf (COTS) package for scheduling and
automating tasks, jobs and processes of all BSS applications as
mentioned in Table 1 for CMTS operations need to be implemented and
integrated.
18.2.11 Bidders responsibilities include the following:
Bidder shall ensure that the following deliverables for the B&CCS software
solution are offered in the bid. The agreement between Bidder and
B&CCS vendor shall include the following, apart from other items:
18.2.11.1
Bidder shall ensure that the B&CCS vendor validates the
requirements specified in the tender and GR that needs to be delivered
by B&CCS vendor.
18.2.11.2
B&CCS vendor shall have to provide skill set requirements from its
own perspective and from Bidders perspective based on the
deliverables that B&CCS vendor will have to deliver as per the tender
requirements
18.2.11.3
BSNL in consultation with B&CCS vendor shall clearly specify the
parameters responsible for performance.
18.2.11.4
B&CCS vendor shall guide bidder for procurement of 3P software
components as listed in table 3 that are dependent on HW sizing.
18.2.11.5
HW Sizing has to be done as per performance indicators given by
BSNL in table 2 and the B&CCS vendor recommendation based on the
current version of the software installed or based on the latest software
version available during the tenure of the bid. Services required for
upgrade of B&CCS SW and HW layout as required need to be included.
18.2.11.6
Training on various software modules shall have to be imparted by
the Subject matter expert (SME) of the respective B&CCS vendor. The
bidder shall specify in his bid with agreement from B&CCS vendor; the
number of trainees, quantum of proposed training to achieve
proficiency level for different modules, duration of the proposed training.
18.2.11.7
Bidder shall ensure availability and adequate participation of
Subject Matter Expertise on site from B&CCS vendor for entire
implementation duration of their deliverables. The same shall be covered
contractually.

230/337

18.2.11.8
Designated B&CCS vendor representative shall be available for all
Project steering committee meetings.
18.2.11.9

Review by B&CCS vendor of Statement of Work created by Bidder.

18.2.11.10
B&CCS vendor shall have to authorize the customizations as and
when identified by BSNL during the engagement period and the
timelines of delivery. In case of customizations that require touching the
core product same would have to be pointed out to BSNL.
18.2.11.11
B&CCS vendor shall have to advise bidder on the Interface details,
giving consent to overall design related to billing, mediation and
provisioning only.
18.2.11.12
Once the implementation starts following activities are to be taken
care of by the Bidder along with the B&CCS vendor:
(i)

Interact with BSNL SMEs to finalize the requirements

(ii)

Capture the business process in designed templates

(iii)

Translate the business process into exact requirements

(iv) Provide a gap register keeping in view the requirements and


product features
(v)

Offsite/Onsite configuration and testing

(vi) Detail list of all modules required to be implemented


(vii) Technical Architecture Design and implementation of Hardware
restricted to support software application
(viii) Installation of the software at all the sites
(ix)

Provide all services related to installation, configuration and


customization of the software whenever required.

(x)

Provide the audit and test plans including the production


acceptance testing criteria

(xi)

Conduct testing of the software including the unit and system


testing in the development environment

(xii) Provide all services and HW impact related to re-configuration and


customization
(xiii) Provide training plan for BSNL staff inclusive of overview, Reporting,
System administration, etc
(xiv) B&CCS vendors Project Manager to report to BSNL and Bidders
Project Managers
18.2.11.13
Training of BSNL nominees at the development centers as per
details specified elsewhere.
18.2.11.14
It shall be the Bidders responsibility to ensure that any additional
item required for achieving the defined and implied performance level
for the specified customer base and its growth, and for integration with
other software & hardware, is also supplied and is quoted in the Bid
Document as additional items.

231/337

18.2.11.15
Before Commencing Project, Bidder shall have to give an
undertaking of having received & understood the material mentioned
above. Along with the bid document, the bidder shall have to submit a
certificate with regard to professional service support from the B&CCS
vendor, duly signed by the authorized signatory of the bidder and the
authorized signatory/ Country Manager of the B&CCS vendor. The
bidder shall furnish, along with the bid document, a Certificate from the
Application B&CCS vendor with regard to hardware and storage sizing of
the application provided by the B&CCS vendor.
18.2.11.16
Bidders should note that in the specification documents or
elsewhere, ability or capability means that such functionality shall have
to be delivered during implementation. Some of the service requirements
may involve extra implementation efforts in terms of service cost or
hardware cost; in such cases clarifications in this regard shall have to be
sought by the bidder during the clarification stage of the tender to avoid
any ambiguity.
18.2.11.17
The copies of the actual Teaming Agreement between the bidder
and B&CCS vendor or their nominated system integrator with minimum of
three implementation or support experience on B&CCS worldwide, shall
have to be submitted along with the tender bid. All such agreements
shall be signed by the respective authorized signatories of the
concerned companies. All consortium members/ solution providers/
partners of the Bidder shall have to sign a MOU which gives detailed roles
& responsibilities for project deliverables for each partner.

232/337

ANNEXURE - II
ANNUAL MAINTENANCE CONTRACT
1

SCOPE of AMC/Warranty

1.1

The Annual Maintenance Contract of the complete network installed in


the respective Telecom Circle shall start immediately after the warranty
period of last ordered phase ends in that area. The comprehensive Annual
Maintenance Contract (herein after called AMC) shall be for three years.

1.2

During the period of AMC/warranty the successful bidder (herein after


called supplier) shall:
(i)

Diagnose the hardware and software faults wherever required.

(ii)

Rectify the hardware/software faults detected. The faulty


hardware is to be replaced immediately from the spare pool to be
maintained in respective circle /SSA of BSNL as per defined herein
in the terms and conditions.

(iii)

Repair/replace the faulty PCB / cards / modules / sub modules /


accessories / subassembly /components or any other part of the
Equipment/ network .

(iv)

Upkeep the software periodically.

(v)

Upgrade the software to latest version.

(vi)

Create customized reports from the system.

(vii)

Provide full & time bound assistance in integrating the MSS / MGW/
OSS and associated systems with any other NMS/ Billing or similar
system as required by BSNL at a later date, without any additional
cost.

(viii) Provide APIs of systems supplied by it against the Purchase Order


for sharing with other NMS, or similar systems supplied for the
purpose of integration.
(ix)

Provide assistance for making


GSM/UMTS system database.

changes / modifications in

(x)

Induction/invoking of new features/services.

(xi)

Extending assistance / help to BSNL in issue of Guidelines /


application note / procedure etc in a time bound manner.

(xii) To provide training to BSNL staff (at least two officers of respective
circles) at the time of any Software/ Hardware upgrade, indicating
the present features and the new features invoked thro such
upgrades.
(xiii) To provide training to BSNL staff for preventive maintenance and
help BSNL to frame preventive maintenance schedule.
1.3

All the obligations/scope defined herein shall also be applicable during


the warranty period .

233/337

TERMS AND CONDITIONS

2.1

The supplier shall, at the time of providing service /maintenance,


associate BSNLs maintenance staff

2.2

The AMC of the BTSs not commissioned due to reasons attributable to BSNL
at the time of start of AMC shall be included as a part of AMC subsequent
to its commissioning. However the AMC dates shall not get altered.

2.3

The AMC / warranty of the installed equipment shall continue even after
redeployment / relocation of the equipment by BSNL or any other vendor.
BSNL shall ensure that relocation is done matching the parameter of
previous location.

2.4

The bidder shall establish at least one Circle Service Support Centre in
each circle wherever their equipment is installed/ordered within a period
of 7 months from the date of P.O for phase V.1 to comply with warranty /
AMC obligations. The bidder shall also establish one Second level National
Service Support Centre in the country within 7 months . The infrastructure
planned to be created by the bidder to meet his obligations under
warranty and AMC and his action plan to deal with the various situations
arising out of hardware and software faults shall be clearly indicated in the
bid. The bidder shall, at the time of submitting acceptance of A.P.O.
against this tender, shall submit the details of the locations of the Service
Support Centers planned and how bidder proposes for carrying out repair
and provide technical support to fulfill the terms and conditions during
warranty and AMC.

2.5

The supplier shall submit a list of spares required along with the bid and
cost of the same is to be quoted in the price schedule. The price shall be
same as that quoted in the bill of material against the concerned item in
the SOR. The spares are to be kept at each core network elements
locations and at each BSC/RNC locations in the custody of BSNL. BSNL
shall arrange space for the same. The minimum number of the spares to
be supplied are given below
Sr.
No.
1

Item name

Quantity

SMPS module for core


equipment power plants
(MSS/MGW/IN/B&CCS
etc.)

Min. two No. of


power
supply
module for each
type/make
of
power
plant
supplied.

Remarks

100A or 200A as
per the supply. To
be stocked at
each
MSS
locations. This is in
addition to the
spare
module
supplied as per
requirement
of
DTR/GR
Power Supply Cards for At each location To be stocked at
Core Network Elements minimum 10% of respective
core
MSC-S/MGW/IN
each
type
of network locations.
power
supply
cards
as
part
thereof.

234/337

5.

6.

7
8

Power Supply Cards for At each BSC/RNC


Radio Network Elements location minimum
3% of each type
of power supply
cards
as
part
thereof.
All critical control cards/ Quantity of each
components of core & such critical Item
Radio network elements. to be suggested
by the vendor
SMPS
module
for Minimum 2 for
BSC/BTS Power plants
each type/ make
of
the
power
plants
supplied
per BSC/RNC
TRUs of BTS
Minimum 3 TRU for
each
100
numbers of total
TRUs
ordered
including
those
ordered with BTS
(Macro)
TRUs of Node B
Minimum 1 for
each 30 number
of Node B
Any other components Item wise quantity
of BSS including that for to be quoted by
DG sets / power plants / the bidder
Air conditioners / battery
sets etc.
Spare
of
all
other Quantity of each
network
elements such critical Item
including VAS elements. to be suggested
by the vendor

To be stocked at
respective BSC &
RNC locations.

To be supplied at
stocked
at
respective Core
network locations
&
BSC/RNC
locations.
100A as per the
supply
to
be
stocked at each
SSA(BSC/RNC)
locations
To be supplied
and stocked at
each SSA
BSC
locations.

To be supplied at
stocked at each
RNC locations
To be supplied at
stocked at each
RNC locations
To be stocked at
respective
network locations
.

2.6

BSNL staff will replace the faulty units from the stock available wherever
possible and attend to the fault. However, should there be a problem
vendor shall arrange telephonic support in diagnostic of the fault and also
in replacing the card. In any case such fault could not be attended to,
the support team of the vendor shall be responsible to arrange
rectification of the fault at site within stipulated time frame.

2.7

The spares thus ordered are to be supplied within 6 months of placing the
purchase orders. The date of expiry of warranty shall be extended by the
no. of days there is delay in supplying such spares at all these sites.

2.8

BSNL shall release the APO for the AMC around 2 months before the expiry
of warranty obligations. Soon on expiry of the warranty period the
contract for comprehensive AMC is required to be signed at circle level.
The performance bank gurantee deposited at BSNL corporate office

235/337

initially along with acceptance of main APO against this tender shall be
then reduced to the value of the AMC amount after confirmation from
the circles that the concerned vendors have signed AMC.
2.9

The Agreement for AMC shall initially be signed for three years after the
expiry of warranty, and the extension of this Agreement beyond three
years shall be negotiable depending on the performance of the SUPPLIER
during the Agreement period.

2.10

The SUPPLIER shall have to undertake repair work of any or all of the faulty
CARDs/ UNITs offered irrespective of geographical location of the
equipment. There will be no minimum or maximum limit on the number of
faulty cards to be repaired under the contract.

2.11

The SUPPLIER shall be responsible for provisioning of on-going support services through a single point of contact to resolve emergency, non
critical day to day assistance, repair of cards, updating / up-gradation
and subsequent implementation in all the GSM/UMTS equipments supplied
and installed under the contract.

2.12

The supplier shall prepare the half yearly preventive maintenance


schedule for each site where equipment is installed and submit the same
to BSNL field units in advance.

2.13

The SUPPLIER shall provide all global software updates to BSNL as part of
the AMC and provide maintenance support for these upgrades as well.

2.14

Induction / invocation of all feature/ services shall be done by the


SUPPLIER as per the GR / tender against which equipment is supplied.

2.15

The SUPPLIER shall be solely responsible for the maintenance, repair and
up-gradation of the systems hardware and software. BSNL shall not be
liable to interact with any of the partners/ collaborators or subcontractors
of the SUPPLIER.

PERFORMANCE BANK GUARANTEE

3.1

The Performance Bank Guarantee shall be for an amount equivalent to


AMC price quoted by the vendor. Accordingly the PBG amount submitted
along with the APO for the project covering the three phases shall be
reduced to the said value valid for a period of 4 years from the date of
commencement of AMC. It shall be submitted in the prescribed judicial
paper with stamps of proper value and should contain full address of the
issuing branch of the bank with its telephone, FAX number. If for any
reason AMC period is extended, the SUPPLIER shall extend the PBG
accordingly covering one year over and above the AMC period.

3.2

The purchaser shall have the absolute right to forfeit the Performance
Guarantee for unsatisfactory performance of the SUPPLIER or for any noncompliance of any of the conditions of this Agreement.

3.3

The Bank Guarantee shall be discharged after successful completion of


SUPPLIERs performance obligations under the Agreement and
subsequent extension if any.

3.4

In the event of any default in the execution of Agreement by the SUPPLIER


under the contract, the Bank Guarantee shall be invoked either in part or
in full. The proceeds of performance security shall be payable to BSNL as

236/337

compensation for any loss resulting from the contractor'


s failure to
complete its obligation under the contract/Agreement.
4

Service Support Centre:

4.1

The SUPPLIER shall have Circle level Service support Centres at least one in
each Circle. The SUPPLIER may set up more such centers to meet the
criteria for fault restoration/faulty unit repair time as mentioned in the
conditions for AMC/PO based on the geography of the circle. The
SUPPLIER shall furnish the names, locations, complete postal address, at
least two telephone numbers, one mobile number, one email address and
a FAX number for each Technical support Center at least two months in
advance of start of warranty period for registering the faults etc. The
SUPPLIER shall also specify the names of Stations/sites to be covered by
each Service Support Centre two months before start of the Warranty.
Such lists shall also become part of the AMC agreement.

4.2

The SUPPLIER shall also provide the name of alternate contact person or
Technical Support Center with address & telephone /FAX no. which may
be contacted by BSNL staff for support in case of no response/poor
response from the designated Circle Service support center.
This,
however, shall not preclude BSNL from imposing penalties, if any, as
applicable as per the terms & conditions of this agreement.

4.3

Any change in Address, Phone number, FAX Number etc shall have to be
intimated in writing by the SUPPLIER to the concerned In-charge of the
BSNL Station as well as the concerned GM CMTS O&M of the Circle and
BSNL Corporate Office at the earliest. If the station in charge of the BSNL is
unable to report the faults to the normally assigned Service support Centre
due to the change of phone number etc. the fault will be reported to the
National level service support centre and the SUPPLIER shall be responsible
for rendering all the maintenance support services to the affected station
as per the terms and conditions of this Agreement.

Responsibilities of Service support Center:

5.1

The SUPPLIER shall ensure that all the Service Support Centres are manned
by fully competent and responsible Engineers and are:
(i)

Capable of giving all types of necessary technical


guidance/assistance over phone to the respective station incharge of BSNL sites, for fast restoration of faults and

(ii)

Capable of attending the faults at the BSNL sites whenever needed


by deputing competant technical expert.

5.2

The SUPPLIER shall also ensure that Service Support Centres are manned
and are able to provide service to BSNL round the clock, all the seven
days of the week throughout the year. The level of service provided to
BSNL shall not degrade during the night time or due to any day being
holiday, or for any other reason.

5.3

The Service support Centres shall receive the faulty cards/units/PCBs from
BSNL sites and repair / replace them with good cards during the period
of warranty as well as AMC. For the purpose of receiving the faulty
card/unit and sending the repaired/replaced cards/units to the BSNL sites
the supplier shall designate a courier service/agency at each SSA

237/337

headquarter, where suppliers equipment is installed. The date of handing


over faulty unit to such courier service/agency shall be construed as
handing over the same to the supplier concerned.
5.4

The SUPPLIER however shall set up the National Service Support Centre in
India with in 6 months of the date of placement of A.P.O. of supply and
installation, in case such a facility is not existing as on that date. This centre
shall have adequate facilities and resources including technical
manpower for repair of all types of modules/units/equipment supplied by
the supplier. For third party equipment like Server Hardware at MSC/BSC
site, RAS/Routers, it shall be at the option of the SUPPLIER to either carryout
the repair on its own or through the facilities of third party.
In all cases,
however, BSNL shall interact only with the SUPPLIER.

5.5

The Service Support Centre shall regularly obtain feedback about the
health of the systems under its jurisdiction from the station in-charge of
BSNL site on monthly basis (or even more frequently) and maintain a
proper record of such feedback. The feedback being given to the
supplier on the health shall also be maintained at BSNL by the station
incharge. These shall be made available to the technical experts
nominated by the SUPPLIER for analysis and such technical expert in turn
shall give adequate and proper guidance / technical advise to the BSNLs
station in-charge for taking necessary preventive measure to prevent reoccurrence of such faults. This, however, shall not absolve the SUPPLIER
from fulfilling his obligations under this agreement.

Technical service support procedure:

6.1

The following procedure shall be followed for Technical support:


In case of any fault, abnormality in the system, partial or total failure of the
system, the officer in charge of the BSNL station will immediately contact
the designated Service Support Center of the SUPPLIER and give
information about the nature of fault over phone / FAX / e-mail.

6.2

The details of the faults reported shall be recorded in a prescribed format,


called the FAULT DOCKET format of the same will be decided in mutual
consultation. Subsequent Changes in the FAULT DOCKET may be
incorporated for better reporting and recording reconciliation of the faults
at BSNL station and also at Service Support Centers of the SUPPLIER by
mutual agreement and understanding.

6.3

Even if the fault is reported over phone to the Service support Center, a
copy of the Fault Docket duly filled in by the station incharge of BSNL
shall be sent by mail/fax and also by post to the Service support Center
of the SUPPLIER for records. The time of occurrence of fault as recorded in
the fault docket shall only be taken into consideration for calculating the
actual duration of faults.

6.4

Similarly, after rectification of fault a fresh Fault- Docket duly filled in and
after recording the time of restoration and total duration of fault, will be
sent by station In charge of BSNL to the Technical support Center, by mail
/FAX/post for records. Such arrangement can also be developed through
a web based application on mutual consultation, if it suits to the
supplier/BSNL

238/337

6.5

5.5
In case of any dispute arising regarding duration of fault etc, the
Fault Docket as
maintained at the BSNL station shall be the guiding
documents to be agreed by both parties.

6.6

The Fault Docket shall be filled with utmost care, giving all the details of
the faults and other information as prescribed in the Fault Docket and the
entries made shall be authenticated by signature of the station In charge
of the station concerned.

6.7

Technical instructions shall be given to the BSNL staff of the concerned


station, over phone. If the fault is restored by following the instructions
given over phone, the concerned station In charge / duty officer at site
will close the Fault Docket after making suitable entries and after satisfying
himself of the proper restoration of the fault. A copy of the Fault Docket
duly filled in shall be sent to the Service Support Center for records.

6.8

The SUPPLIER shall also ensure visits of the expert and competent technical
staff of the SUPPLIER in case the fault is not rectified to the satisfaction of
BSNL even after following the telephonic instructions and advices.

6.9

Once the fault has been rectified and the system & services were restored
to normalcy, the visiting engineer of the SUPPLIER shall record in the station
Log Book, the details of the works done by him for restoration of the faults
and also record the details of steps to be taken and procedures to be
followed for not only restoration of similar faults by BSNL staff but also for
preventing the occurrence of similar faults in future. Similar entries shall be
made in the fault docket also.

Repairs and Maintenance:

7.1

Preventive Maintenance:

7.1.1

While the regular preventive maintenance will be carried out by the BSNL
staff based on the manual to be provided by the supplier, the supplier
shall ensure a six monthly visit to each site for routine health check up of
the system for effective system maintenance during the entire period of
contract for preventive maintenance, checking with software test
programs and removal of faults, if any, including removal of functional
disorder of the systems.

7.1.2

Salient features of Activities to be carried out during routine health check


are:
(i)

Software conformity test

(ii)

Complete system / status checkup including battery/power plant/


earthing / lightening arrestor/antenna mount / antenna
orientation/transmission system or links etc.

(iii)

Alarm status checkup & removal of alarm.

(iv) Check up of the correctness of the backup by taking backup of


any or some of the units and by regenerating the unit with the
backup tape.
(v)

Check working of the hot standby units.

(vi) Check working of the cold standby (spare) units wherever


advisable without causing interruption in services.

239/337

(vii) Attending to the observations about system performance given by


the station in charge/duty officer.
(viii) If the SUPPLIER observes any anomaly regarding maintenance of
system, the same should be conveyed to the site in-charge/duty
officer and should be resolved.
(ix)

Guidelines / briefing to the system in-charge about the new


software/ hardware inducted in the system during currency of AMC
or any other specific query on the same by the system in-charge.

7.1.3

BSNL personnel shall carry out all the routine, day-to-day activities
pertaining to the first level maintenance of GSM system.

7.1.4

The SUPPLIER during the course of attending the fault or during the
course of six monthly health check, notices requirement of any spare
part (s), it shall replace such parts and clear the fault at the site of the
equipment. Replacement of parts shall be done in the presence of BSNL
station in-charge/ duty officer at site and a record shall be maintained in
the
log-book/
history
sheet
at
the
respective
sites
of
MSC/MGW/MSS/RNC/BSC/BTS etc.

7.1.5

The SUPPLIER shall also, make an analysis of major problems based on


trouble reports and conduct technical audit of the network once a year
to coincide with one of the six monthly health check for any other
maintenance related activities.

7.1.6

The SUPPLIER shall prepare the schedule of six monthly health check ups
and visits therefore, ensuring that all GSM/UMTS installations in each
Circle are scheduled in a cyclic manner. The schedule shall be submitted
to BSNL at least a month in advance at the beginning of a year and shall
be made applicable after mutual agreement.

7.1.7

On no account, equipment or its accessories shall be allowed to be


taken out of its normal installed location. Only replacement of sub
assemblies of the whole unit on a like-by-like or later version basis will be
permissible and the replacement of such assemblies should be done in
the presence of station in charge/ duty officer of BSNL.

7.1.8

The SUPPLIER shall submit a service slip to BSNL system I/C after each
replacement of parts during preventive as well as corrective
maintenance, showing the parts removed and parts installed with full
details of the part name, type, model No, Sl. No. etc. and a record shall
be maintained in the history sheet/ Logbook.

7.1.9

The SUPPLIER shall ensure that normal service of the GSM/UMTS systems is
not affected during health check and technical audit.

7.1.10

The report of health checks and technical audit shall be jointly signed by
the BSNL system in-charge and the site engineer of the SUPPLIER.

7.2
7.2.1

Corrective Maintenance:
The SUPPLIER shall repair all types of cards at its proposed manufacturing
premises/repair centres. The cards, which may have to be repaired in
their parent companies abroad will have to be specified and only such
cards may be got repaired.

240/337

7.2.2

The faulty cards shall be sent to the repair centre of the SUPPLIER by the
site in charge through Courier or any other agency appointed by
SUPPLIER in the SSA headquarter concerned. The transportation including
packing, forwarding and insurance of cards from the respective station
to repair center and vice versa shall be the sole responsibility of the
SUPPLIER at their cost.

7.2.3

Road permits shall be arranged by BSNL, wherever required.

7.2.4

Card shall be repaired and returned to the respective spare centre / site
within 21 days (turn around time) of handing over of the card by the
BSNL system in charge.

7.2.5

Any card required to be sent abroad for repairs shall be the responsibility
of the SUPPLIER. However, replacement shall be provided to BSNL with in
a turn around time period specified above.

7.2.6

If a card handed over to BSNL after repair, is found to be


unattended/faulty within 30 days time, and intimated to the SUPPLIER,
such cards shall be sent back to SUPPLIER through courier appointed by
the SUPPLIER; and the turn around time shall be reckoned from original
date of receipt of card excluding the period for which the PCB was with
BSNL.

7.2.7

The decision of BSNL system - I/C of the particular site shall be final on the
functional acceptability of the repaired cards.

7.2.8

Average efficiency of the cards /PCBs shall be 98.5% of the total cards
sent for repair from the system under AMC i.e. not more than 1.5% of the
total cards sent in a year for repair will be declared as RNP (Repair not
possible) by the SUPPLIER under the contract.

7.2.9

The obsolescence of components shall not be taken as an excuse for


declaring faulty cards as RNP (Repair not possible).

7.2.10

While calculating the number of RNP cards /PCBs/components, the


fractions shall be rounded off to the nearest integer.

7.2.11

All RNP declared cards/PCBs/components shall be replaced by


new/equivalent cards/PCBs/components by the SUPPLIER within Turn
Around Time (TAT) period. The reconciliation of RNP cases for all
PCBs/cards /components shall be done at the year-end. The cost of
upto 1.5% of such replaced cards/units shall be payable by BSNL. The
cost of cards shall be as per latest approved price through the tender or
as per the PO under which this AMC is operative whichever is lower.

7.2.12

There will be no reduction in capacity of the GSM / UMTS network for


want of repair/replacement of cards and in case of any critical card
going faulty, affecting performance and capacity of the GSM / UMTS
network, the SUPPLIER shall replace the same immediately, pending
repair of the card.

7.2.13

BSNL shall review progress in quarterly meetings with the SUPPLIER.

7.2.14

Repair/replacement of all hardware units as mentioned above like hard


disks, optical disks, modules, tools and testers, etc. have to be carried out
by the SUPPLIER with in a maximum turn around time of 21 days.

241/337

7.2.15

Any consumable item like Floppies, Ribbons, CD-ROMs, toner Cartridges/


drums, Cassettes, etc of the peripherals to the network shall not be
covered under the contract.

7.2.16

Any card/module/unit becoming faulty due to lightening shall be


repaired / replaced by the supplier as a part of AMC.

Maintenance of History sheet and Log Books:

8.1

The SUPPLIER shall supply elaborate maintenance procedures and proforma of the history sheet to every BSNL site, where its (the SUPPLIERs)
equipments are installed.

8.2

The officer In charge of the BSNL shall fill up the history sheet containing
the statistics about the health of the equipments installed at the
concerned site and send a report to the Circle Service Support Centre
and National Service Support Centre of the SUPPLIER on monthly basis.
Based on the History sheet report, the SUPPLIER shall analyze the health
record of each site and if something alarming or unusual is noticed, shall
advise the field staff of BSNL to take necessary actions for preventive
maintenance of such equipments. These instructions for preventive
maintenance shall be passed on to BSNL staff of the concerned station in
writing and by sending experts to the respective stations when felt
necessary. BSNL reserves the right to make changes in the proforma
proposed by the SUPPLIER.

8.3

History sheet proforma shall become part of the AMC agreement and to
be mutually devised between BSNL and the supplier at the time of signing
of the agreement.

FAULTS: SEVERITY LEVELS & RESTORATION TIME

Severity
level
1A

Fault Definition

Restoration Time

Failure/ Malfunction of critical elements like


MSS and/IN / SMSC/ MMSC / GPRS /CBC /
OTA / Video Streaming Gateway /PTT /
B&CCS / LBS /LBA / UMS / WAP/ Media
Gateway etc or associated servers and any
other H/W or S/W causing non availability of
any of the services delivered by the system
to 20 % or more of the subscriber equipped
capacity (to be taken as subscriber base)
Failure /Malfunction of BSC/RNC/ L1 routers
etc causing non availability of any of the
services delivered by the system, to 40 % or
more of the subscriber equipped capacity
(to be taken as subscriber base)
Failure /Malfunction of BTS causing non
availability of any of the services delivered
by the system, to 75 % or more of the
equipped capacity (to be taken as
subscriber base)
Repetitive, total or partial outage of the

242/337

6 Hours.

8 Hours.

12 Hours.

6/8/12 Hours for


Media gateway

System at
location.

1B

1C

Media

gateway/BSC-RNC/BTS

/BSC-RNC/BTS
respectively.

System unable to restore automatically at


MSC/BSC /B Media gateway/BSC-RNC/BTS TS
location.
Reduction in the grade of service by 25 % or
more on voice links and data links in the
network including interruption of traffic on
some links.

--Same
above--

Failure/ Malfunction of MSS / Media


Gateway switch and/ or associated servers
and any other H/W or S/W causing non
availability of any of the services delivered
by the system to less than 20 % of the
subscriber equipped capacity (to be taken
as subscriber base)
Failure /Malfunction of BSC / RNC causing
non availability of any of the services
delivered by the system, to less than 40 % of
the subscriber equipped capacity (to be
taken as subscriber base)
Failure /Malfunction of BTS causing non
availability of any of the services delivered
by the system, to less than 75 % of the
subscriber equipped capacity (to be taken
as subscriber base)
Reduction in the grade of service by 10 %
but less than 25 % on voice links and data
links in the network including interruption of
traffic on some links.
Failure /Malfunction of BSC causing non
availability of any of the services delivered
by the system, to less than 5 % of the
subscriber equipped capacity (to be taken
as subscriber base)
Failure /Malfunction of BTS causing non
availability of any of the services delivered
by the system, to less than 25 % of the
subscriber equipped capacity (to be taken
as subscriber base)

8 Hours.

as

12 Hours.

12 Hours.

24 Hours.

36 Hours

24 Hours.

48 Hours.

2A

Failure of stand by card/ unit /server not


affecting the service to the customer in any
way.
Slow response of the local or remote client
terminals of Billing and CCS or other
equipments

72
Hours
for
repair/
replacement.
72 Hrs.

2B

Required report (s) not being produced by

48 Hours.

243/337

the OSS or any other system.


Operation and maintenance personnel of
BSNL not able to interact with the system with
the help of Man Machine commands.
Any fault / malfunction / event not covered
under fault definition / severity level as
mentioned above, having no impact on
services to the customer.
Detection of non-conformity with GR /
tender requirement cases of any operational
function or maintenance failure.

2C

2D

2E

Delay in up gradation to latest S/W version

72 Hours.

2 weeks.

3 months of the
availability
of
upgraded
version.

Travel time of the Suppliers engineer is included in the restoration time


indicated above.
10

PENALTIES:

10.1

Penalties for delay in corrective maintenance.

10.1.1

For various faults as defined under severity level 1A to 2C and as detailed


in clause no. 8, any delay beyond what is prescribed under restoration
time in the said clause, following penalties shall be applicable.
S. No. Severity Level

Penalty for delay in fault restoration at MSC/


BSC/ BTS locations per occasion.

1
2.
3.
4.
5.
6.
7.
8

Rs 50000/Rs.30000/Rs.25000/Rs.10000/Rs. 3000/Rs. 2500/Rs.1000/Rs. 10000/-

1A
1B
1C
2A
2B
2C
2D
2E

per 6 Hr. delay or part there of.


per 8 Hr. delay or part there of.
per 12 Hr. delay or part there of.
per 24 Hr. delay or part there of.
per 8 Hr. delay or part there of.
per 8 Hr. delay or part there of.
per 7 days delay or part there of.
per 7 days delay or part there of.

10.1.2

In view of the exigencies of services it is possible that BSNL may restore


the services other in full or in part through its own resources. However, for
the purpose of measurement of restoration time and applicable
penalties, if any, in terms of this agreement, fault will be deemed to have
been restored only after the faulty unit/card etc. has been supplied to
the concerned site or the engineer of the supplier has visited the site and
removed the pending partial fault, as the case may be.

10.1.3

Failure / malfunction of MSC/BSC/BTS shall include faults in the battery/


power plants and microwave links supplied by the SUPPLIER, which could
be the cause for the said fault/malfunction.

10.2

Penalty for Repair of Cards:

244/337

The penalty stipulated herein includes cards of all the network elements
including power plant modules.
10.2.1

If a card is received duly repaired/replaced within 21 days time, no


penalty charges shall be levied.

10.2.2

For the delay up to one week, penalty charge of Rs. 1000/- per card per
week or part thereof shall be imposed.

10.2.3

For delay beyond one week and up to four weeks, penalty charges of
Rs. 2000/- per card per week shall be imposed.

10.2.4

For delay beyond four weeks, penalty charges of Rs. 3000/- per card per
week shall be imposed.

10.2.5

If a card is neither received nor declared RNP within 90 days, an amount


equal to 1.5 times the cost of the card or the penalty calculated as per
provisions or 10.2.2 to 10.2.4, whichever is higher shall be deducted from
the AMC charges.

10.2.6

If any PCB/card is damaged during the course of repair, bidder shall


replace the PCB with a good one, free of cost.

10.2.7

The imposition of penalties shall start from the 22nd day of the handing
over the card to the courier/ agency designated by the SUPPLIER.

10.2.8

In case a supplier refuses to repair any card/unit on the plea of


obsolescence of components, an OK tested card/unit shall be replaced
by the SUPPLIER free of cost within the stipulated time of 21 days from the
date of dispatch of card/unit by BSNL failing which penalty prescribed in
paras 10.2.2 to 10.2.5 above will be levied.

10.2.9

If hardware version of any card/unit is changed then the supplier shall


have to repair cards of both the versions.

10.2.10 System of dispatch and receipt of challans shall be worked out between
BSNL and the supplier within three months of the placement of Purchase
order in order to account for the time taken in repair and transit.
Decision of BSNL in this regard shall be final.
10.3
10.3.1

10.4

Failure to carry out preventive maintenance visit:


If the SUPPLIER fails to perform yearly health check and technical audit
visit, penalty charges of 10 % of yearly AMC cost of that circle shall be
levied.
Penalty for not stocking adequate quantity of spares:

10.4.1

In case the services are affected partially or in full due to non-availability


of spare card/ unit out of the spares stocked by the supplier at MSC/BSC
site, penalty at the rate of Rs. 2000/- per day shall be levied. This shall be
in addition to the penalty applicable corresponding to the severity level
of fault.

10.4.2

There after such card shall be stocked at all the MSC or BSC sites as the
case may be, where the equipment supplied by the same supplier is
working in the same Circle, with in a period of 30 days of the rectification
of fault at location as mentioned above failing which a penalty of Rs.
1000/ per week per location shall be levied.

245/337

11

AMC CHARGES AND PAYMENT

11.1

The annual charges for the AMC are to be quoted by the bidder in the
price schedule for three years in terms of the percentage of the quoted
equipment cost. However, the charges actually payable will be limited to
the respective approved percentage of the ordered cost.

11.2

For the service rendered during the half-year, the payment shall be made
at the end of half year at the level of GM incharge of CMTS operations of
respective circles, within a period of 21 days from the date of submission
of bills duly certified by the respective maintenance incharge. The
maintenance incharge shall carry out certification normally within a
period of 7 days from the date bills are made available to them.

11.3

Following procedure shall be adopted for making AMC payments to the


SUPPLIER:
(i)

11.4

Towards fulfillment of contractual obligations, BSC/RNC wise prereceipted half yearly bill, for the preceding half-year, duly
completed and certified by a designated officer in charge and
countersigned by a DET level officer authorized, shall be submitted
to the concerned GM CMTS of Circle.
(ii)
Based on the performance during the period, SDE/DET incharge
shall, send their recommendations to Circle office for penalties to
be deducted, on Bi-monthly basis.
(iii)
After accounting for such bimonthly recommendations from field
units, the GM CMTS concerned shall make payments, after
deducting penalties recommended, if any. Such penalties shall be
adjusted from the next half yearly bill, if for any reason penalty is not
deducted the same shall be deducted from the subsequent bills.
BSNL shall not pay any charges in advance.

11.5

No charges other than the AMC charges shall be payable. SUPPLIER shall
not claim separate charges for the visits for attending to faults/ repairs/
supply of spare parts or any other pretext.

12

TERMINATION OF AMC

12.1

In case the performance of the SUPPLIER during AMC is not satisfactory,


BSNL shall be free to terminate the AMC during its currency either in full or
in part, after giving three months notice to the SUPPLIER and en-cash and
forfeit the performance bank guarantee. However, the SUPPLIER shall
continue to provide the services during the intervening period.

13

DISPUTES & ARBITRATION

13.1

In the event of any question, dispute or difference arising under this


agreement or in connection there-with (except as to matter the decision
of which is specifically provided under this agreement), the same shall be
referred to sole arbitration of the CMD, BSNL, New Delhi or in case his
designation is changed or his office is abolished then in such case to the
sole arbitration of the officer for the time being entrusted (whether in
addition to his own duties or otherwise) with the functions of the CMD,
BSNL or by whatever designation such officers may be called (hereinafter
referred to as the said officer) and if the CMD, BSNL or the said officer is
unable or unwilling to act as such the sole arbitration of some other person

246/337

appointed by the CMD, BSNL or the said officer. The agreement to


appoint an arbitrator will be in accordance with the Arbitration and
Conciliation Act, 1996.
13.2

There will be no objection to any such appointment on the ground that


the arbitrator is BSNL Servant or that he has to deal with the matter to
which the agreement relates or that in the course of his duties as BSNL
Servant he has expressed views on all or any of the matter under dispute.
The award of the arbitrator shall be final and binding on the parties to the
agreement. In the event of such arbitrator to whom the matter is originally
referred, being transferred or vacating his office or being unable to act for
any reasons whatsoever the CMD, BSNL or the said officer shall appoint
another person to act as arbitrator in accordance with terms of the
agreement and the person so appointed shall be entitled to proceed
from the stage at which it was left out by his predecessors.

13.3

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

13.4

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

13.5

Any party shall not use any information obtained from other party during
the course of dispute resolution process under this clause for any purpose
other than to resolve the dispute and such information shall not be used in
any litigation.

13.6

Both parties shall use their best efforts in good faith and best intention to
resolve disputes by mutual negotiation and consultation and shall settle
amicably any dispute that may arise or relate to this agreement or a
breach thereof. Pending resolution of a dispute, the SUPPLIER shall
continue to fulfill its obligations under this agreement.

14

SET OFF

14.1

Any sum of money due and payable to the SUPPLIER (including security
deposit refundable to him) under the AMC contract may be appropriated
by the purchaser or the BSNL or any other person or persons contracting
through the BSNL and set off the same against any claim of the Purchaser
or BSNL or such other person or persons for payment of a sum of money
arising out of this contract or under any other contract made by the
SUPPLIER with the Purchaser or BSNL or such other person or persons
contracting through BSNL.

15

FORCE MEJEURE

15.1

Neither the BSNL nor the contractor shall be liable to the other for any
delay in or failure of performance of their respective obligation under the
agreement caused by occurrences beyond the control of BSNL or the
system maintenance firm (as the case may be) including but not limited to
fire (including failure or reductions), acts of God viz. floods, earthquakes,
lightning strikes etc, acts to the public enemy, was, insurrections, riots,
strikes, lockouts, sabotage, any law, status or ordinance, thereof of any

247/337

other local authority, or any compliance therewith or any other causes


,contingencies of circumstances similar to the above. Either party shall
promptly but not later than twenty days thereafter notify the other of the
commencement, and cessation of such contingencies, and if such
contingencies continue beyond three months. Both parties agree upon
the equitable solution for termination of this agreement or otherwise
decide the course of action to be adopted.
16

On the date of the expiry of annual maintenance contract, it is the


responsibility of the supplier to ensure that all the network elements and
spares in stocks are fault free. The final instalment of AMC shall be
payable on certification of same by operation wing of mobile unit of the
circle.

248/337

ANNEXURE-III
UNDERTAKING
This deed of undertaking executed on this______

day of ------------ Two

thousand and ------------------ by (Name of sole proprietor/ partner/ Director /


authorised representative, the Firm, Company, Trust, Society etc.)-------------------------------------------- S/O ------------------------------------residing at----------------------------------------------on behalf of said M/s ------------------------------------------------------------- (Name of
the Firm, Company, Trust, Society, etc.) having its office at------------------------------------------------------------------and duly authorised to sign, file and verify present
undertaking by the said ------------------------------(Name of the Firm, Company, Trust,
Society, etc.) in favour of Bharat Sanchar Nigam Limited, a Government of India
Undertaking having its Registered Office at Statesman House, B-148, Barakhamba
Road, New Delhi and local office at ---------------------------------------- hereinafter
called BSNL)(which terms shall mean and include its successors, administrators,
heirs and assigns.
Whereas M/S BSNL invited bids for ---------------------------. I/We participated in
the bidding process and emerged as successful bidder with respect to Tender
No.-------------------------------------------------------.
I/ We ------------------------------------------------- acknowledge that I/We ------------------------------------------------------have fully understood and are aware of the terms &
conditions of the Tender/ Contract and do hereby unequivocally and
unconditionally undertake and declare that :
(1)

I/ We -----------------------------------shall comply with all the Rules/ Regulations/


Laws/ Government instructions/ status etc. that are applicable/ will be
made applicable and or are aimed to protect the interest of the
workers/ employees engaged by me / us in the past and during the
course of performance of the contract with BSNL.

(ii)

I/We shall fully protect, indemnify and hold harmless BSNL and its
employees, officers, Directors, agents or representatives from and against
any and all liabilities, losses, actions, judgments, damages, fines, penalties
and costs (including legal costs and disbursements ) arising from or
relating to:

249/337

Any breach/ violation of any direction, order from any governmental


authority any provisions of the labour laws or any other laws, statute or
regulation that are or will be aimed to protect the interest of the
workers/ laborers engaged by the contractor in past and during the
course of this contact
OR
Any other payments, claims or liability that may arise for ensuring
compliance of the provisions of any of the labour laws or any other laws,
etc.
OR
Any other claim made by any third party in connection with any violation
of any of the laws, guidelines, instruction, etc.
In witness whereof this undertaking has caused on the ------------------------Day--------------Month of --------------------------Year
Date:
Place:

(Signature:-------------------------)
Name :-------------------------------Designation:-------------------------WITNESS : 1. ..
2. .

250/337

SECTION V
SCHEDULE OF REQUIREMENTS (PHASE V.1)

S. No
1.0

Description
UPGRADATION OF EXISTING
NETWORK
Up-gradation of Ericsson NetworkNorth Zone
Up-gradation of Ericsson NetworkEast Zone
Up-gradation of Nokia NetworkNorth Zone
Up-gradation of Nortel NetworkEast Zone
Up-gradation of Nortel NetworkSouth Zone
Up-gradation of Motorola
Network- South Zone
Core Network CS
MSC Server/VLR including SSF
CAT-A H/W
CAT-A S/W
DC power requirement at full load

Unit

Sq. meters

2.1.5

Floor Area Requirement (Height of


rack not more than 2 meter)
Power plant

Per Unit

26

2.1.6

Battery

Per set
(2 units)

26

2.1.7

CAT-B H/W

Per Unit

13

2.1.8

CAT-B S/W

1.1
1.2
1.3
1.4
1.5
1.6
2.0
2.1
2.1.1
2.1.2
2.1.3
2.1.4

Quantity

Remarks

The prime vendors are responsible for all the


network elements including all third party
elements supplied by them to BSNL under
different IMPCS phases.

Per Unit

26

Configuration as per DTR

26
Amp Per set

13

251/337

In Amps at 50V DC, Loading In Rs for 10 Years


@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
To be loaded at national average of Rs 400 per
sq.m. per month for 10 years.
Power Plant to be N+M configuration as per DTR
1+1 Configuration as per DTR, Each Battery sets in
parallel should cater for 100% load at stipulated
backup time.
Configuration as per DTR

2.1.9

DC power requirement at full load

Amp per set

In Amps at 50V DC, Loading In Rs for 10 Years


@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
To be loaded at national average of Rs 40 per sq.
ft. per month for 10 years.
Power Plant to be N+M configuration as per DTR

2.1.10

Sq. meters

2.1.11

Floor Area Requirement (Height of


rack not more than 2 meter)
Power plant

Per Unit

13

2.1.12

Battery

Per set
(2 units)

13

2.1.13

CAT-C H/W

Per Unit

2.1.14

CAT-C S/W

Per Unit

2.1.15

DC power requirement at full load

Amp per set

2.1.16

Sq.meter

2.1.17

Floor Area Requirement (Height of


rack not more than 2 meter)
Power plant

Per Unit

2.1.18

Battery

Per Set
(2 Units)

1+1 Configuration as per DTR, Each Battery sets in


parallel should cater for 100% load at stipulated
backup time.

2.2

Media Gateway (MGW)

2.2.1

CAT-A H/W

Per Unit

10

Configuration as per DTR

2.2.2

CAT-A S/W

Per Unit

10

2.2.3

DC power requirement at full load

Amp per set

2.2.4

Sq.meter

2.2.5

Floor Area Requirement (Height of


rack not more than 2 meter)
Power plant

Per Unit

10

2.2.6

Battery

Per Set
(2 Units)

10

2.2.7

CAT-B H/W

Per Unit

36

2.2.8

CAT-B S/W

Per Unit

36

2.2.9

DC power requirement at full load

Amp per set

1+1 Configuration as per DTR, Each Battery sets in


parallel should cater for 100% load at stipulated
backup time.
Configuration as per DTR
In Amps at 50V DC, Loading In Rs for 10 Years
@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
To be loaded at national average of Rs 40 per sq.
ft. per month for 10 years.
Power Plant to be N+M configuration as per DTR

In Amps at 50V DC, Loading In Rs for 10 Years


@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
To be loaded at national average of Rs 40 per sq.
ft. per month for 10 years.
Power Plant to be N+M configuration as per DTR
1+1 Configuration as per DTR, Each Battery sets in
parallel should cater for 100% load at stipulated
backup time.
Configuration as per DTR
In Amps at 50V DC, Loading In Rs for 10 Years
@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

252/337

2.2.10

Sq.meter

2.2.11

Floor Area Requirement (Height of


rack not more than 2 meter)
Power plant

Per Unit

36

2.2.12

Battery

Per Set
(2 Units)

36

2.2.13

CAT-C H/W

Per Unit

2.2.14

CAT-C S/W

Per Unit

2.2.15

DC power requirement at full load

Amp per set

2.2.16

Sq.meter

2.2.17

Floor Area Requirement (Height of


rack not more than 2 meter)
Power plant

Per Unit

2.2.18

Battery

Per Set
(2 Units)

2.2.19

CAT-D H/W

Per Unit

12

2.2.20

CAT-D S/W

Per Unit

12

2.2.21

DC power requirement at full load

Amp per set

2.2.22

Sq.meter

2.2.23

Floor Area Requirement (Height of


rack not more than 2 meter)
Power plant

Per Unit

12

2.2.24

Battery

Per Set
(2 Units)

12

2.2.25

CAT-E H/W

Per Unit

2.2.26

CAT-E S/W

Per Unit

2.2.27

DC power requirement at full load

Amp per set

2.2.28

Floor Area Requirement (Height of


rack not more than 2 meter)
GMSC & GMGW

Sq.meters

2.3

To be loaded at national average of Rs 40 per sq.


ft. per month for 10 years.
Power Plant to be N+M configuration as per DTR
1+1 Configuration as per DTR, Each Battery sets in
parallel should cater for 100% load at stipulated
backup time.
Configuration as per DTR
In Amps at 50V DC, Loading In Rs for 10 Years
@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
To be loaded at national average of Rs 40 per sq.
ft. per month for 10 years.
Power Plant to be N+M configuration as per DTR
1+1 Configuration as per DTR, Each Battery sets in
parallel should cater for 100% load at stipulated
backup time.
Configuration as per DTR
In Amps at 50V DC, Loading In Rs for 10 Years
@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
To be loaded at national average of Rs 40 per sq.
ft. per month for 10 years.
Power Plant to be N+M configuration as per DTR
1+1 Configuration as per DTR, Each Battery sets in
parallel should cater for 100% load at stipulated
backup time.
Configuration as per DTR
In Amps at 50V DC, Loading In Rs for 10 Years
@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
To be loaded at national average of Rs 40 per sq.
ft. per month for 10 years.

253/337

2.3.1

GMSC Server

2.3.1.1

CAT-A H/W

Per Unit

2.3.1.2

CAT-A S/W

Per Unit

2.3.1.3

DC power requirement at full load

Amp per set

2.3.1.4

Sq.meter

2.3.1.5

Floor Area Requirement (Height of


rack not more than 2 meter)
Power plant

Per Unit

2.3.1.6

Battery

Per Set
(2 Units)

2.3.1.7

CAT-B H/W

Per Unit

14

2.3.1.8

CAT-B S/W

Per Unit

14

2.3.1.9

DC power requirement at full load

Amp per set

2.3.1.10

Sq.meter

2.3.1.11

Floor Area Requirement (Height of


rack not more than 2 meter)
Power plant

Per Unit

14

2.3.1.12

Battery

Per Set
(2 Units)

14

2.3.1.13

CAT-C H/W

Per Unit

25

2.3.1.14

CAT-C S/W

Per Unit

25

2.3.1.15

DC power requirement at full load

Amp per set

In Amps at 50V DC, Loading In Rs for 10 Years


@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

2.3.1.16

Sq.meter

2.3.1.17

Floor Area Requirement (Height of


rack not more than 2 meter)
Power plant

Per Unit

25

To be loaded at national average of Rs 40 per sq.


ft. per month for 10 years.
Power Plant to be N+M configuration as per DTR

2.3.1.18

Battery

Per Set
(2 Units)

25

254/337

Configuration as per DTR


In Amps at 50V DC, Loading In Rs for 10 Years
@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
To be loaded at national average of Rs 40 per sq.
ft. per month for 10 years.
Power Plant to be N+M configuration as per DTR
1+1 Configuration as per DTR, Each Battery sets in
parallel should cater for 100% load at stipulated
backup time.
Configuration as per DTR
In Amps at 50V DC, Loading In Rs for 10 Years
@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
To be loaded at national average of Rs 40 per sq.
ft. per month for 10 years.
Power Plant to be N+M configuration as per DTR
1+1 Configuration as per DTR, Each Battery sets in
parallel should cater for 100% load at stipulated
backup time.
Configuration as per DTR

1+1 Configuration as per DTR, Each Battery sets in


parallel should cater for 100% load at stipulated
backup time.

2.3.2

GMGW

2.3.2.1

CAT-A H/W

Per Unit

2.3.2.2

CAT-A S/W

Per Unit

2.3.2.3

DC power requirement at full load

Amp per set

2.3.2.4

Sq.meter

2.3.2.5

Floor Area Requirement (Height of


rack not more than 2 meter)
Power plant

Per Unit

2.3.2.6

Battery

Per Set
(2 Units)

2.3.2.7

CAT-B H/W

Per Unit

14

2.3.2.8

CAT-B S/W

Per Unit

14

2.3.2.9

DC power requirement at full load

Amp per set

2.3.2.10

Floor Area Requirement (Height of


rack not more than 2 meter)

Sq.meter

2.3.2.11

Power plant

Per Unit

14

Power Plant to be N+M configuration as per DTR

2.3.2.12

Battery

Per Set
(2 Units)

14

2.3.2.13

CAT-C H/W

Per Unit

25

1+1 Configuration as per DTR, Each Battery sets in


parallel should cater for 100% load at stipulated
backup time.
Configuration as per DTR

2.3.2.14

CAT-C S/W

Per Unit

25

2.3.2.15

DC power requirement at full load

Amp per set

2.3.2.16

Floor Area Requirement (Height of


rack not more than 2 meter)

Sq.meter

2.3.2.17

Power plant

Per Unit

25

Power Plant to be N+M configuration as per DTR

2.3.2.18

Battery

Per Set
(2 Units)

25

1+1 Configuration as per DTR, Each Battery sets in


parallel should cater for 100% load at stipulated
backup time.

Configuration as per DTR


In Amps at 50V DC, Loading In Rs for 10 Years
@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
To be loaded at national average of Rs 40 per sq.
ft. per month for 10 years.
Power Plant to be N+M configuration as per DTR
1+1 Configuration as per DTR, Each Battery sets in
parallel should cater for 100% load at stipulated
backup time.
Configuration as per DTR
In Amps at 50V DC, Loading In Rs for 10 Years
@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
To be loaded at national average of Rs 40 per sq.
ft. per month for 10 years.

In Amps at 50V DC, Loading In Rs for 10 Years


@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
To be loaded at national average of Rs 40 per sq.
ft. per month for 10 years.

255/337

2.4

Standalone HSS/AuC (HW & SW)

2.4.1

Stand Alone HSS/ AUC (HW & SW)

1.0 million

13

2.4.2

Stand Alone HSS/ AUC (HW & SW)

2.0 million

The cost of expansion will be on the basis of


incremental price.

2.4.3

Stand Alone HSS/ AUC (HW & SW)

3.0 million

The cost of expansion will be on the basis of


incremental price.

2.4.4

Stand Alone HSS/ AUC (HW & SW)

4.0 million

The cost of expansion will be on the basis of


incremental price.

2.4.5

Stand Alone HSS/ AUC (HW & SW)

5.0 million

The cost of expansion will be on the basis of


incremental price.

2.4.6

Stand Alone HSS/ AUC (HW & SW)

6.0 million

The cost of expansion will be on the basis of


incremental price.

2.5

EIR

2.5.1

EIR(5 million capacity)

Per unit

2.5.2

EIR Expansion (5M)

Per unit

3.0

Core Network- PS

3.1

SGSN

3.1.1

CAT-A H/W

Per unit

3.1.2

CAT-A S/W

Per Unit

3.1.3

DC power requirement at full load

Amp per set

3.1.4

Floor Area Requirement

Sq.meter

3.1.5

Power plant

Per Unit

3.1.6

Battery

Per Set
(2 Units)

3.1.7

CAT-B H/W

Per unit

13

3.1.8

CAT-B H/W

Per Unit

13

256/337

Configuration as per DTR


In Amps at 50V DC, Loading In Rs for 10 Years
@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
To be loaded at national average of Rs 40 per sq.
ft. per month for 10 years.
Power Plant to be N+M configuration as per DTR
1+1 Configuration as per DTR, Each Battery sets in
parallel should cater for 100% load at stipulated
backup time.
Configuration as per DTR

3.1.9

DC power requirement at full load

Amp per set

3.1.10

Floor Area Requirement

Sq.meter

3.1.11

Power plant

Per Unit

13

3.1.12

Battery

Per Set
(2 Units)

13

3.1.13

CAT-C H/W

Per unit

3.1.14

CAT-C S/W

Per Unit

3.1.15

DC power requirement at full load

Amp per set

3.1.16

Floor Area Requirement

Sq.meter

3.1.17

Power plant

Per Unit

3.1.18

Battery

Per Set
(2 Units)

3.2

GGSN

3.2.1

H/W

Per unit

3.2.2

S/W

Per Unit

3.2.3

DC power requirement at full load

Amp per set

3.2.4

Floor Area Requirement

Sq.meter

3.2.5

Power plant

Per Unit

3.2.6

Battery

Per Set
(2 Units)

3.3

Border Gateway Router

Per Unit

22

257/337

In Amps at 50V DC, Loading In Rs for 10 Years


@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
To be loaded at national average of Rs 40 per sq.
ft. per month for 10 years.
Power Plant to be N+M configuration as per DTR
1+1 Configuration as per DTR, Each Battery sets in
parallel should cater for 100% load at stipulated
backup time.
Configuration as per DTR
In Amps at 50V DC, Loading In Rs for 10 Years
@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
To be loaded at national average of Rs 40 per sq.
ft. per month for 10 years.
Power Plant to be N+M configuration as per DTR
1+1 Configuration as per DTR, Each Battery sets in
parallel should cater for 100% load at stipulated
backup time.
The price quoted shall include all requisite H/W &
S/W for DNS, DHCP, NTP, Firewall, LAN switches
etc.
License shall include all software components
required for services like POC etc
In Amps at 50V DC, Loading In Rs for 10 Years
@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
To be loaded at national average of Rs 40 per sq.
ft. per month for 10 years.
Power Plant to be N+M configuration as per DTR
1+1 Configuration as per DTR, Each Battery sets in
parallel should cater for 100% load at stipulated
backup time.
The configuration as per the network design

3.4

OMC for GPRS nodes

Per Unit

22

3.5

GRX

Per Unit

4.

Radio Network
UTRAN

4.1

RNC

Per Unit

4.1.1

DC power requirement at full load

Amp per set

4.2

Node-B (Micro) with I/D solution

Per Unit

4.2.1

DC power requirement at full load

Amp per set

4.3

Node-B (Macro) Outdoor

Per Unit

4.3.1

DC power requirement at full load

Amp per set

4.4

Node-B (Macro) Indoor

Per Unit

4.4.1

DC power requirement at full load

Amp per set

4.5

RRF Head- Base Unit

Per Unit

4.5.1

DC power requirement at full load

Amp per set

4.6

RRF Head- Remote Unit

Per Unit

258/337

*Quantity to be decided by the bidder based on


coverage and capacity requirement, From SOR
Sl. No. 4.1 to 4.16 quantities may be quoted by
bidder as per the design proposed for the
network to meet the coverage & capacity
requirements subject to minimum 15,000 Macro
three sectors with minimum 128 channel
elements Node Bs for the cities, maps and other
details enclosed.
For design & min. number of RNCs refers to clause
No. 4.3.1 & 4.3.24 of DTR.
In Amps at 50V DC, Loading In Rs for 10 Years
@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
In Amps at 50V DC, Loading In Rs for 10 Years
@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
Minimum 15,000 Macro three sectors with
minimum 128 channel elements Node Bs 50-50%
of Node B may be quoted as Outdoor & Indoor
for evaluation Purpose. All new Node-B sites will
be with Out-door Node-Bs only.
In Amps at 50V DC, Loading In Rs for 10 Years
@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
In Amps at 50V DC, Loading In Rs for 10 Years
@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
5% of total Node B (Macro) quoted shall be
counted for this quantity
In Amps at 50V DC, Loading In Rs for 10 Years
@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

4.7

Truck Mounted BTS/NodeB

Per Unit

4.8

Highway Node-B

Per unit

4.81

DC power requirement at full load

Amp per set

4.9
4.9.1

Installation Material
Installation Material for Macro NodeB
Installation Material for Micro NodeB with I/D solution

Per Unit

Per Unit

4.9.2
4.9.3

Installation Material for RRF Head

Per Unit

4.9.4

Installation Material for RNC

Per Unit

4.9.5

Feeder Cable 7/8

Per Meter

4.9.6

Feeder Cable (part of Annex-I)

Per Meter

4.9.7

Iron Cage Grill structure for Outdoor


Node-B
Antennae for Node-B (All cross
polarized)

Per Unit

Antenna with 65 beam width with


0-10 remote electrical tilt with 18
db gain UMTS band
Antenna with 33 beam with 0-8
remote electrical tilt with 21 db
gain- UMTS band
Antenna with 65 beam width with
0-10 remote electrical tilt with 18
db gain Triple band
Antenna with 33 beam with 0-8
remote electrical tilt with 21 db
gain- Triple band
Battery

Per Antenna

Per Antenna

Per Antenna

Per Antenna

4.10
4.10.1

4.10.2

4.10.3

4.10.4

4.11

In Amps at 50V DC, Loading In Rs for 10 Years


@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

Item wise details as listed except feeder cable to


be quoted.

50m/run for each Node-B sites

UMTS Band: UL-1920-1980, DL-2110-2170 MHz

259/337

80% of the total Antenna quantity

20% of the total Antenna quantity

4.11.1

Battery for Node-B (Macro) Indoor

Per Set

4.11.2

Per Set

4.11.3
4.11.4

Outdoor Battery for Node-B (Macro)


Outdoor
Battery for Node-B HW/RLW
Battery for Node-B (Micro)

Per Set
Per Set

*
*

4.11.5

Battery for RNC

Per Set

4.12
4.12.1

Per Set

Per Set

4.12.3

Power Plant
Power Plant for Node-B (Macro)
Indoor
Power Plant Battery for Node-B
(Macro) Outdoor
Power Plant for Node-B HW/RLW

Per Set

4.12.4

Power Plant for Node-B (Micro)

Per Set

4.12.5

Power Plant for RNC

Per Set

4.13
4.13.1

Tower
Roof Top 10 Meter ( TEC Approved)

Per Set

4.13.2

Roof Top 15 Meter ( TEC Approved)

Per Set

4.13.3

Roof Top 20 Meter ( TEC Approved)

Per Set

4.13.4

Roof Top 25 Meter ( TEC Approved

Per Set

4.13.5

Poles set for roof top

4.13.5.1

Arrangement for 3 Poles

Per Set

4.13.5.2

Arrangement for 6 Poles

Per Set

4.13.6

Poles set for wall

4.13.6.1

Arrangement for 3 Poles

Per Set

4.13.6.2

Arrangement for 6 Poles

Per Set

4.13.7

Antenna Mount ( single antenna )

Per Set

4.12.2

260/337

The quantity may be quoted only for new Node-B


site proposed by the bidder

4.13.8

Antenna Mount ( dual Antenna )

4.14
4.14.1

E/A
Multi cylinder air / water cooled
electric start Ready to Use (RTU)
type, diesel E.A. set in an acoustic
enclosure along with AMF Control
Panel, as per the specifications in
DTR. Minimum full load capacity of
15 KVA. at site conditions with diesel
engine of minimum 20 BHP at 1500
RPM .
Multi cylinder air / water cooled
electric start Ready to Use (RTU)
type, diesel E.A. set in an acoustic
enclosure along with AMF Control
Panel , as per the specifications
mentioned in DTR. Minimum full load
capacity of 30 KVA. at site
conditions with diesel engine of
minimum 42 BHP at 1500 RPM.
SERVICES
Installation of RNC
Installation of Node-B (Micro) with
I/D solution
Installation of Node-B (Macro)
Outdoor
Installation of Node-B (Macro)
Indoor
Installation of RRF Head- Base Unit
Installation of RRF Head- Remote
Unit
Installation Truck Mounted
BTS/NodeB
Installation Highway Node-B

4.14.2

4.15
4.15.1
4.15.2
4.15.3
4.15.4
4.15.5
4.15.6
4.15.7
4.15.8

Per Set

Per Set

Per Set

The quantity may be quoted only for new Node-B


site proposed by the bidder

The quantity to be matched with supply


Per Unit

Per Unit

Per Unit

Per Unit
Per Unit

Per Unit

Per Unit

Per unit

261/337

4.15.9

Installation of Battery for Node-B


(Macro) Indoor
Installation of Outdoor Battery for
Node-B (Macro) Outdoor
Installation of Battery for Node-B
HW/RLW
Installation of Battery for Node-B
(Micro)
Installation of Battery for RNC

Per Set

Per Set

Per Set

Per Set

Per Set

Installation of Power Plant for NodeB (Macro) Indoor


Installation of Outdoor Power Plant
Battery for Node-B (Macro) Outdoor
Installation of Power Plant for NodeB HW/RLW
Installation of Power Plant for NodeB (Micro)
Installation of Power Plant for RNC

Per Set

Per Set

Per Set

Per Set

Per Set

10 Meter (

Per Set

15 Meter (

Per Set

20 Meter (

Per Set

25 Meter (

Per Set

4.15.23

Installation of Roof Top


TEC Approved)
Installation of Roof Top
TEC Approved)
Installation of Roof Top
TEC Approved)
Installation of Roof Top
TEC Approved
Installation of Poles set

4.15.23.1

Arrangement for 3 Poles

Per Set

4.15.23.2

Arrangement for 6 Poles

Per Set

4.15.24

Installation of Poles set for wall

4.15.24.1

Arrangement for 3 Poles

Per Set

4.15.24.2

Arrangement for 6 Poles

Per Set

4.15.10
4.15.11
4.15.12
4.15.13
4.15.14
4.15.15
4.15.16
4.15.17
4.15.18
4.15.19
4.15.20
4.15.21
4.15.22

for roof top

262/337

The quantity may be quoted only for new Node-B


site proposed by the bidder

4.15.25

4.15.26

4.15.27

4.16

Multi cylinder air / water cooled


electric start Ready to Use (RTU)
type, diesel E.A. set in an acoustic
enclosure along with AMF Control
Panel, as per the specifications in
DTR. Minimum full load capacity of
15 KVA. at site conditions with diesel
engine of minimum 20 BHP at 1500
RPM .
Multi cylinder air / water cooled
electric start Ready to Use (RTU)
type, diesel E.A. set in an acoustic
enclosure along with AMF Control
Panel , as per the specifications
mentioned in DTR. Minimum full load
capacity of 30 KVA. at site
conditions with diesel engine of
minimum 42 BHP at 1500 RPM.
Redeployment of existing Genset to
new BTS location including
decommissioning, transportation
and installation with civil wirks & A/T
at new site
Earthing at Node B sites

Per Set

Per Set

Per Set

Existing co-located BTS sites to be upgraded


with enhanced E/A capacity wherever required.

Per Unit

Only for new Node-B sites proposed by the


bidder.

Per BSC
Configuration

19000 E1s
distributed in 3
BSC
configurations.
BSC
configuration
wise number to
be quoted.

Configuration of BSC shall be for min 512 TRX and


Minimum number of BSCs shall be 160. Actual
number of BSCs with terminations will be
indicated by BSNL while ordering.
Min. One BSC is planned in each LDCA which is
LA/RA. The Maximum BSC configuration shall be
1000 TRX.

The quantity may be quoted only for new Node-B


site proposed by the bidder

GERAN
4.17

BSC/TRC

4.17.1

BSC Hardware with


Collocated/integrated PCU/PDU

263/337

4.17.2

BSC Software

Per TRX

110000

4.17.3

DC power requirement at full load

Amp per set

4.17.4

Power plant

Per Unit

4.17.5

Battery

Per Set
(2 Units)

4.17.6
4.18

Transcoder (HW+SW)
BTS

Per TRC

Quantity to be
indicated by
the bidder as
per number of
different BSCs
proposed by
bidder
Quantity to be
indicated by
the bidder as
per number of
different BSCs
proposed by
bidder
600K

4.18.1

BTS 3+3+3 Configuration (Indoor)

Per BTS

3000

4.18.1.1

DC power requirement at full load

Amp per set

3000

4.18.1.2

Power plant

Per Unit

3000

4.18.1.3

Battery

Per Set
(2 Units)

3000

4.18.2

Per BTS

1000

4.18.2.1

BTS 3+3+3 Configuration outdoor


unit
DC power requirement at full load

Amp per set

1000

4.18.2.2

Out door Power plant

Per Unit

1000

4.18.2.3

Out door Battery

Per Set
(2 Units)

1000

264/337

In Amps at 50V DC, Loading In Rs for 10 Years


@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
Power Plant to be N+M configuration as per DTR

1+1 Configuration as per DTR, Each Battery sets in


parallel should cater for 100% load at stipulated
backup time.

In Amps at 50V DC, Loading In Rs for 10 Years


@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
Power Plant to be N+M configuration as per DTR
1+1 Configuration as per DTR, Each Battery sets in
parallel should cater for 100% load at stipulated
backup time.

In Amps at 50V DC, Loading In Rs for 10 Years


@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
Power Plant to be N+M configuration as per DTR
1+1 Configuration as per DTR, Each Battery sets in
parallel should cater for 100% load at stipulated

backup time.
4.18.3
4.18.3.1

BTS 4+4+4 Configuration (Indoor)


DC power requirement at full load

Per BTS
Amp per set

2600
2600

4.18.3.2

Power plant

Per Unit

2600

4.18.3.3

Battery

Per Set
(2 Units)

2600

4.18.4

Per BTS

800

4.18.4.1

BTS 4+4+4 Configuration - outdoor


unit
DC power requirement at full load

Amp per set

800

4.18.4.2

Out door Power plant

Per Unit

800

4.18.4.3

Out door Battery

Per Set
(2 Units)

800

4.18.5
4.18.5.1

BTS 6+6+6 Configuration (Indoor)


DC power requirement at full load

Per BTS
Amp per set

1000
1000

4.18.5.2

Power plant

Per Unit

1000

4.18.5.3

Battery

Per Set
(2 Units)

1000

4.18.6

Per BTS

400

4.18.6.1

BTS 6+6+6 Configuration - outdoor


unit
DC power requirement at full load

Amp per set

400

4.18.6.2

Outdoor Power plant

Per Unit

400

4.18.6.3

Outdoor Battery

Per Set
(2 Units)

400

4.18.7

BTS 2+2 Configuration for HW/RLW


(Indoor)

Per BTS

800

265/337

In Amps at 50V DC, Loading In Rs for 10 Years


@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
Power Plant to be N+M configuration as per DTR
1+1 Configuration as per DTR, Each Battery sets in
parallel should cater for 100% load at stipulated
backup time.

In Amps at 50V DC, Loading In Rs for 10 Years


@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
Power Plant to be N+M configuration as per DTR
1+1 Configuration as per DTR, Each Battery sets in
parallel should cater for 100% load at stipulated
backup time.
In Amps at 50V DC, Loading In Rs for 10 Years
@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
Power Plant to be N+M configuration as per DTR
1+1 Configuration as per DTR, Each Battery sets in
parallel should cater for 100% load at stipulated
backup time.

In Amps at 50V DC, Loading In Rs for 10 Years


@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
Power Plant to be N+M configuration as per DTR
1+1 Configuration as per DTR, Each Battery sets in
parallel should cater for 100% load at stipulated
backup time.

4.18.7.1

DC power requirement at full load

Amp per set

800

4.18.7.2

Power plant

Per Unit

800

4.18.7.3

Battery

Per Set
(2 Units)

800

4.18.8

Per BTS

200

4.18.8.1

BTS 2+2 Configuration for HW/RLW outdoor unit


DC power requirement at full load

Amp per set

200

4.18.8.2

Outdoor Power plant

Per Unit

200

4.18.8.3

Outdoor Battery

Per Set
(2 Units)

200

4.18.9

Iron Cage Grill structure for Outdoor


BTSs
Cost of Expansion TRU
Cost of Rack(capable of housing at
least 6/6/6

Per Unit

2400

Per TRU
Per Rack

6000
500

Per BTS

500

4.18.13
4.18.13.1

BTS 2 Sector to 3 Sector conversion


kit with 4TRX in 3rd sector
Micro BTS with I/D solution (5W min)
Power plant

Per BTS
Per Unit

400
800

4.18.13.2

Battery

Per Set
(2 Units)

800

4.18.14

Frequency selective Repeater

Per Repeater

100

4.19

BTS Installation Material

4.19.1
4.19.2

BTS Installation Material


BTS Installation Material for 2+2
HW/RLW

Per BTS
Per BTS

8800
1000

4.18.10
4.18.11
4.18.12

266/337

In Amps at 50V DC, Loading In Rs for 10 Years


@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
Power Plant to be N+M configuration as per DTR
1+1 Configuration as per DTR, Each Battery sets in
parallel should cater for 100% load at stipulated
backup time.

In Amps at 50V DC, Loading In Rs for 10 Years


@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
Power Plant to be N+M configuration as per DTR
1+1 Configuration as per DTR, Each Battery sets in
parallel should cater for 100% load at stipulated
backup time.

The cost BTSs should be possible to be derived


from rack & TRU prices.

Power Plant to be N+M configuration as per DTR


1+1 Configuration as per DTR, Each Battery sets in
parallel should cater for 100% load at stipulated
backup time.

4.19.3

BTS Installation Material for 2 to 3


sector conversion

Per BTS

500

4.19.4

Installation Material for Micro Site


with I/D solution

Per BTS

400

Item wise details as listed in annex-I except


feeder cable to be quoted.

4.19.5

Feeder Cable 7/8

Per Meter

2940000m

50m/run (6 Run)

4.19.6

Feeder Cable (part of Annex-I)

Per Meter

520000

4.19.7

Antenna Mounting Fixture

Per Antenna
mount

32600

4.20

Antennae for BTSs (All cross


polarized)
30/33 degree Bandwidth,
highgain(>= 20 dBi)

Per Antenna

2000

HW BTS

4.20.1
4.20.2

90 degree beamwidth Gain(>=17


dbi) Single Band

Per Antenna

500

Conversion of 2 to 3 sector.

4.20.3

65 degree beamwidth Gain(>=17


dbi) Dual Band with electrical Tilt

Per Antenna

20100

BTS sites of cities

4.20.4

90 degree beamwidth Gain(>=17


dbi) Dual Band

Per Antenna

6300

For Rural sites to avoid Null area.

5.

User End Devices

5.1

User Equipment

5.1.1

Category-1

Per set

2000

Category as per TEC GR

5.1.2

Category-2

Per set

8000

Category as per TEC GR

5.2

USIM

5.2.1

(U/I) SIM 128 KB with Co-processor

Per Unit

3,20,000

5.2.2

(U/I) SIM 128 KB without Coprocessor

Per Unit

12,80,000

5.2.3

(U/I) SIM 256 KB with Co-processor

Per Unit

80,000

5.2.4

(U/I) SIM 256 KB without Co-

Per Unit

3,20,000

267/337

processor
5.3

PCMCIA Card

5.3.1

PCMCIA, Type-II Card

6.

Intelligent Network

6.1

SCP/IN (Pre Paid) Cat-A

6.1.1

SCP/IN (Pre Paid) (H/W)

6.1.2

SCP/IN (Pre Paid) (S/W)

6.1.3

Per unit

200

6.0 Million
subscribers
6.0 Million
subscribers

As per the specification of DTR from 6.1.1 to 6.1.46

As per the specification of DTR from 6.1.1 to 6.1.46

DC power requirement at full load

6.1.4

Floor Area Requirement

6.1.5

Power plant

6.1.6

Battery

2
2

In Amps at 50V DC, Loading In Rs for 10 Years


@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
To be loaded at national average of Rs 40 per sq.
ft. per month for 10 years.
Power Plant to be N+M configuration as per DTR

6.2

SCP/IN (Pre Paid) Cat-B

6.2.1

SCP/IN (Pre Paid) (H/W)

6.2.2

SCP/IN (Pre Paid) (S/W)

6.2.3

5.0 Million
subscribers
5.0 Million
subscribers

1+1 Configuration as per DTR, Each Battery sets in


parallel should cater for 100% load at stipulated
backup time.

As per the specification of DTR from 6.1.1 to 6.1.46

As per the specification of DTR from 6.1.1 to 6.1.46

DC power requirement at full load

6.2.4

Floor Area Requirement

6.2.5

Power plant

6.2.6

Battery

1
1

In Amps at 50V DC, Loading In Rs for 10 Years


@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
To be loaded at national average of Rs 40 per sq.
ft. per month for 10 years.
Power Plant to be N+M configuration as per DTR

6.3

SCP/IN (Pre Paid) Cat-C

6.3.1

SCP/IN (Pre Paid) (H/W)

1.0 Million
subscribers

268/337

1+1 Configuration as per DTR, Each Battery sets in


parallel should cater for 100% load at stipulated
backup time.
Expansion

6.3.2

SCP/IN (Pre Paid) (S/W)

6.3.3

DC power requirement at full load

6.3.4

Floor Area Requirement

6.3.5

Power plant

6.3.6

Battery

1
1

6.4

Central SCP\IN

6.4.1

6.4.3

Central SCP\IN (H/W) Mix of Other


IN Services
Central SCP\IN (S/W) Mix of Other
IN Services
DC power requirement at full load

6.4.4

Floor Area Requirement

6.4.5

Power plant

Per Unit

6.4.6

Battery

Per Set
(2 Units)

6.5

VOMS Expansion

6.5.1

7.

VOMS Expansion for Cat-A IN


capacity
VOMS Expansion for Cat-B IN
capacity
VOMS Expansion for Cat-C IN
capacity
Central Voucher management
system for inter-zone roamers
VAS Elements

7.1(a)

SMSC

6.4.2

6.5.2
6.5.3
6.6

1.0 Million
subscribers

3 Million
subscriber
3 Million
subscriber
Amp per set

1
In Amps at 50V DC, Loading In Rs for 10 Years
@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
To be loaded at national average of Rs 40 per sq.
ft. per month for 10 years.
Power Plant to be N+M configuration as per DTR
1+1 Configuration as per DTR, Each Battery sets in
parallel should cater for 100% load at stipulated
backup time.

1
1
1
1

In Amps at 50V DC, Loading In Rs for 10 Years


@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
To be loaded at national average of Rs 40 per sq.
ft. per month for 10 years.
Power Plant to be N+M configuration as per DTR
1+1 Configuration as per DTR, Each Battery sets in
parallel should cater for 100% load at stipulated
backup time.

2
1
1
1

269/337

5 lakh inter-zonal roaming subscribers

7.1(a).1

SMS (Hardware)

2500K BHSM

7.1(a).2
7.1(a).3

SMS (Software)
DC power requirement at full load

2500K BHSM

3
3

7.1(a).4

Floor Area Requirement

7.1(a).5

Power plant

7.1(a).6

Battery

3
3

7.1(b).1

SMS (Hardware) Expansion

500K BHSM

7.1(b).2
7.1(c)

SMS (Software) Expansion


SMS-MO Gateway

500K BHSM

7.1(c).1

SMS-MO (Hardware)

75000 K SM

7.1(c).2
7.1(c).3

SMS-MO (Software)
DC power requirement at full load

75000 K SM

3
3

7.1(c).4

Floor Area Requirement

7.1(c).5

Power plant

7.1(c).6

Battery

3
3

7.1(d).1

SMS (Hardware)

15000K SM

7.1(d).2
7.1(e).1

SMS (Software)
SMS-IVR

15000K SM
Per Unit

1
21

270/337

Including Firewall & Intrusion Detection System for


UMS to protect SMSC & MMSC.
In Amps at 50V DC, Loading In Rs for 10 Years
@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
To be loaded at national average of Rs 40 per sq.
ft. per month for 10 years.
Power Plant to be N+M configuration as per DTR
1+1 Configuration as per DTR, Each Battery sets in
parallel should cater for 100% load at stipulated
backup time.
Expansion Price: Including Firewall & Intrusion
Detection System for UMS to protect SMSC &
MMSC.

Including Firewall & Intrusion Detection System for


UMS to protect SMSC & MMSC.
In Amps at 50V DC, Loading In Rs for 10 Years
@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
To be loaded at national average of Rs 40 per sq.
ft. per month for 10 years.
Power Plant to be N+M configuration as per DTR
1+1 Configuration as per DTR, Each Battery sets in
parallel should cater for 100% load at stipulated
backup time.
Expansion Price: Including Firewall & Intrusion
Detection System for UMS to protect SMSC &
MMSC.
As per clause 7.1.9 of DTR

7.2

SMS-CBC

7.2.1

Per Unit

Dimensioning & configuration as per DTR

DC power requirement at full load

7.2.2

Floor Area Requirement

7.2.3

Power plant

7.2.4

Battery

3
3

In Amps at 50V DC, Loading In Rs for 10 Years


@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
To be loaded at national average of Rs 40 per sq.
ft. per month for 10 years.
Power Plant to be N+M configuration as per DTR

7.3

MMSC

Per Unit

7.3.1
7.3.2
7.3.3

MMS (HW)
MMS (SW)
DC power requirement at full load

600 K BHMM
600 K BHMM

7.3.4

Floor Area Requirement

7.3.5

Power plant

7.3.6

Battery

3
3

7.4

MMS-Library

Per unit

7.5

UMS

Per Unit

7.5.1

DC power requirement at full load

7.5.2

Floor Area Requirement

7.5.3

Power plant

7.5.4

Battery

3
3

7.6

LBS

7.6.1

GMLC

Per unit

3
3
3

271/337

1+1 Configuration as per DTR, Each Battery sets in


parallel should cater for 100% load at stipulated
backup time.
Configuration as per DTR
Configuration as per DTR
In Amps at 50V DC, Loading In Rs for 10 Years
@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
To be loaded at national average of Rs 40 per sq.
ft. per month for 10 years.
Power Plant to be N+M configuration as per DTR
1+1 Configuration as per DTR, Each Battery sets in
parallel should cater for 100% load at stipulated
backup time.
Separate prices are required. Specifications as
per DTR clause 7.3.9
Configuration & Dimensioning as per DTR
In Amps at 50V DC, Loading In Rs for 10 Years
@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
To be loaded at national average of Rs 40 per sq.
ft. per month for 10 years.
Power Plant to be N+M configuration as per DTR
1+1 Configuration as per DTR, Each Battery sets in
parallel should cater for 100% load at stipulated
backup time.

7.6.1.1

DC power requirement at full load

7.6.1.2

Floor Area Requirement

7.6.1.3

Power plant

7.6.1.4

Battery

3
3

7.6.2
7.6.2.1

SMLC
DC power requirement at full load

7.6.2.2

Floor Area Requirement

21

7.6.2.3

Power plant

7.6.2.4

Battery

21
21

7.6.3

LBA

7.6.3.1

7.7.1

Application Server (Fleet


Management server+ LBGS, DBS,
Digital Map server with point of
interest and other configurations as
per DTR)
Over the Air platform and
applications
DC power requirement at full load

7.7.2

Floor Area Requirement

7.7.3

Power plant

7.7.4

Battery

3
3

7.7

Per unit

21
21

In Amps at 50V DC, Loading In Rs for 10 Years


@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
To be loaded at national average of Rs 40 per sq.
ft. per month for 10 years.
Power Plant to be N+M configuration as per DTR
1+1 Configuration as per DTR, Each Battery sets in
parallel should cater for 100% load at stipulated
backup time.
In Amps at 50V DC, Loading In Rs for 10 Years
@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
To be loaded at national average of Rs 40 per sq.
ft. per month for 10 years.
Power Plant to be N+M configuration as per DTR
1+1 Configuration as per DTR, Each Battery sets in
parallel should cater for 100% load at stipulated
backup time.

Per unit

Including firewall

Per Unit

Configuration as per DTR

In Amps at 50V DC, Loading In Rs for 10 Years


@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
To be loaded at national average of Rs 40 per sq.
ft. per month for 10 years.
Power Plant to be N+M configuration as per DTR

272/337

1+1 Configuration as per DTR, Each Battery sets in


parallel should cater for 100% load at stipulated
backup time.

7.8

Advertisement Push Server

7.9

WAP

7.9.1
7.9.2

WAP Application Gateway


including Push proxy G/W
functionality
DC power requirement at full load

7.9.3

Floor Area Requirement

7.9.4

Power plant

7.9.5

Battery

3
3

7.10

7.11.1

Push to Talk over Cellular (PoC)


Video Gateway and Streaming
Server
DC power requirement at full load

7.11.2

Floor Area Requirement

7.11.3

Power plant

7.11.4

Battery

3
3

7.12
7.12.1

Streaming Solution
DC power requirement at full load

7.12.2

Floor Area Requirement

7.12.3

Power plant

7.12.4

Battery

3
3

7.11

Per Unit

Configuration as per DTR

Per unit

Configuration as per DTR

In Amps at 50V DC, Loading In Rs for 10 Years


@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
To be loaded at national average of Rs 40 per sq.
ft. per month for 10 years.
Power Plant to be N+M configuration as per DTR

Per Unit

1+1 Configuration as per DTR, Each Battery sets in


parallel should cater for 100% load at stipulated
backup time.
Configuration as per DTR

Per Unit

Configuration as per DTR

In Amps at 50V DC, Loading In Rs for 10 Years


@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
To be loaded at national average of Rs 40 per sq.
ft. per month for 10 years.
Power Plant to be N+M configuration as per DTR

Per Unit

3
3

273/337

1+1 Configuration as per DTR, Each Battery sets in


parallel should cater for 100% load at stipulated
backup time.
Configuration as per DTR
In Amps at 50V DC, Loading In Rs for 10 Years
@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
To be loaded at national average of Rs 40 per sq.
ft. per month for 10 years.
Power Plant to be N+M configuration as per DTR
1+1 Configuration as per DTR, Each Battery sets in
parallel should cater for 100% load at stipulated

backup time.
7.13

Service Delivery Platform (SDP)

7.13.1

DC power requirement at full load

7.13.2

Floor Area Requirement

7.13.3

Power plant

7.13.4

Battery

3
3

7.14

Per Unit

8.0

Geographical Information System


(GIS)
Training Model

Per Model

9.0

FMCC System

10.0

Decision Support System (DSS)

11.0
12.

DISASTER RECOVERY AND BUSINESS


CONTINUITY SYSTEM
Lawful Interception

Complete
System
Complete
System
Complete
System

As per the definition in the Section IV of this


tender document
For whole CMTS network including West Zone as
envisaged in the DTR
For whole CMTS network including West Zone as
envisaged in the DTR
As per the specifications of the DTR

12.1

Category-A

Configuration as per DTR

12.1.1

DC power requirement at full load

12.1.2

Floor Area Requirement

12.1.3

Power plant

12.1.4

Battery

8
8

In Amps at 50V DC, Loading In Rs for 10 Years


@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
To be loaded at national average of Rs 40 per sq.
ft. per month for 10 years.
Power Plant to be N+M configuration as per DTR

12.2

Category-B

12.2.1

DC power requirement at full load

Per Unit

Per Unit

Per Unit

5
5

274/337

Comprehensive Configuration as per DTR under


clause 7.12
In Amps at 50V DC, Loading In Rs for 10 Years
@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
To be loaded at national average of Rs 40 per sq.
ft. per month for 10 years.
Power Plant to be N+M configuration as per DTR
1+1 Configuration as per DTR, Each Battery sets in
parallel should cater for 100% load at stipulated
backup time.

1+1 Configuration as per DTR, Each Battery sets in


parallel should cater for 100% load at stipulated
backup time.
Configuration as per DTR
In Amps at 50V DC, Loading In Rs for 10 Years
@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000

12.2.2

Floor Area Requirement

12.2.3

Power plant

12.2.4

Battery

5
5

12.3

Category-C

12.3.1

DC power requirement at full load

12.3.2

Floor Area Requirement

12.3.3

Power plant

12.3.4

Battery

5
5

13.

Tools & Testers

13.1

Traffic Generator
Tool Kit

13.2
13.2.1

13.2.3

13.4
13.5
13.6
13.7
13.8
13.9
13.10

Per Unit

42

Per BTS/Node
B

RF Planning Tool
Drive Test Tool
Post Processing Tool
Protocol Analyzers
Protocol Analyzer- PC based
BTS Testers
Engineering Handsets
GPS Receiver

1+1 Configuration as per DTR, Each Battery sets in


parallel should cater for 100% load at stipulated
backup time.
Configuration as per DTR
In Amps at 50V DC, Loading In Rs for 10 Years
@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
To be loaded at national average of Rs 40 per sq.
ft. per month for 10 years.
Power Plant to be N+M configuration as per DTR
1+1 Configuration as per DTR, Each Battery sets in
parallel should cater for 100% load at stipulated
backup time.
As defined in clause 14.1.7 of DTR
As defined in clause 14.1.8 of DTR

Per MSC
server/MGW
Per BSC/RNC

13.2.2

13.3

Per Unit

To be loaded at national average of Rs 40 per sq.


ft. per month for 10 years.
Power Plant to be N+M configuration as per DTR

21
125
42
63
21
100
1000
200

275/337

14.

Thru Line Digital Power Meter


Up-gradation of Existing Planning
tool
Up-gradation of Existing Post
processing tool
Up-gradation of Existing Drive test
tool
Up-gradation of Existing Protocol
Analyzer
Automatic Network Monitoring
System(ANMS)
OSS

14.1
14.1.1
14.1.2

OSS (HW)
OSS (SW)
DC power requirement at full load

14.1.3

Floor Area Requirement

14.1.4
14.1.5

Power plant

14.3

OMC-S Hardware Main server.

Per LSA

21

14.3.1

Remote OMC-S terminals (H/W+S/W)

per MSC
Server/MGW

Total quantity as per Total MSC Server/MGW

14.3.2

OMCS expansion

Total quantity as per Total MSC Server/MGW

14.4
14.5

OMC-S Software
OMC-R Hardware Main Server.

per MSC
Server/MGW
per circle
Per circle

14.6

Remote OMC-R terminals


(H/W+S/W)

Per LDCA

250

13.11
13.12

13.13
13.14
13.15
13.16

200
21
21

100
100
42

Per Circle
Per Circle

21
21

21
21

Battery

The bidder shall quote prices for probes


separately

21
21

276/337

In Amps at 50V DC, Loading In Rs for 10 Years


@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
To be loaded at national average of Rs 40 per sq.
ft. per month for 10 years.
Power Plant to be N+M configuration as per DTR
1+1 Configuration as per DTR, Each Battery sets in
parallel should cater for 100% load at stipulated
backup time.

14.7
15.

OMC-R Software
B&CCS

15.1
15.1.1
15.1.2
15.1.2.1

Billing System- North Zone-V.1


Hardware implementation cost
Hardware Cost
Per Core/CPU cost derived based
on overall HW, SW and Network
requirement

15.1.2.2
15.1.2.3

Per 146 GB storage cost to be


quoted based on HW, SW and
Network requirement
DC power requirement at full load

15.1.2.4

Floor Area Requirement

15.1.2.5

Power plant

15.1.2.6

Battery

15.1.3
15.1.3.1
15.1.3.2
15.1.3.3
15.1.3.4
15.1.3.5
15.1.3.6

Billing Networking Components


Level I Routers
Level II Routers
Level III Routers
PC CCNs
Printers 20 IPM
Modem/Converters and
Installation Material for CCNs
LAN Components/Cabling
Router / converter for collection of
CDRs by billing system from various
N/W elements

15.1.3.7
15.1.3.8

per Circle

21

Per lot

7.5M

Per CPU

200 (HP Itanium


2 or equivalent
or better
version)
500 GB

Per 146 GB

In Amps at 50V DC, Loading In Rs for 10 Years


@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
To be loaded at national average of Rs 40 per sq.
ft. per month for 10 years.
Power Plant to be N+M configuration as per DTR
1+1 Configuration as per DTR, Each Battery sets in
parallel should cater for 100% load at stipulated
backup time.

Per Unit
Per Unit
Per Unit
Per Unit
Per Unit
Per CCN

Per BCCS
Per set

50
500
550
550
550

277/337

Details of numbers of routers/ converters


required for the purpose may be indicated

15.1.4

15.1.5
15.1.5.1

15.1.5.2
15.1.6
15.1.7
15.1.8

15.1.9

15.1.10

15.1.11

The prices for third party software


as mentioned in Table-3 for the
expanded capacity
Professional services charges
Performance tuning of the
Expanded billing system as
defined in Table-2
Integration of New Network
element with the billing system.
Integration of B&CCS and other
components to give a single
customer care.
Integration of Total care and
Revenue settlement as mentioned
in Table 1, new modules of B&CCS.
Revenue assurance application
through Commercial off the shelf
(COTS) software implementation
and integration is required. HW
requirements for the same need
also to be considered
Commercial off the shelf (COTS)
Software for campaign
management to be implemented,
HW requirement for the same to
be considered
Web based application with
customizable GUI for data analysis,
formatting and presentation using
Commercial off the shelf (COTS)
package to be implemented and
integrated with B&CCS
Commercial off the shelf (COTS)

The prices shall be quoted on as per unit


(CPU/User/Host-ID etc.) basis and the same
shall be clearly indicated in the quote.
Total

In person days
Per Unit
Per Unit
Per Unit

Per Unit

Per Unit

Per Unit
278/337

Number of person-days be indicated as per actual.

15.2
15.2.1
15.2.2
15.2.2.1

15.2.2.2

package for scheduling and


automating tasks, jobs and
processes of all BSS applications as
mentioned in Table 1 for CMTS
operations
Phase V.2
Services for Version up-grade of
Billing platform in Phase V.2
Hardware Cost
Per Core/CPU cost derived at based
on overall HW, SW and Network
requirement

7.5 M

15M

Per CPU

400 (HP Itanium


2 or equivalent
or better
version)
1000 GB

15.2.2.3

Per 146 GB storage cost to be


quoted based on HW, SW and
Network requirement
DC power requirement at full load

15.2.2.4

Floor Area Requirement

15.2.2.5

Power plant

15.2.2.6

Battery

15.2.3

Router / converter for collection of


CDRs by billing system from various
N/W elements
The prices for third party software
as mentioned in Table-3 for the
expanded system.

Per set

Integration of New Network


element with the billing system.
Buy Back prices of existing Billing

In person
days
Total

15.2.4

15.2.5
15.2.6

Per 146 GB

In Amps at 50V DC, Loading In Rs for 10 Years


@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
To be loaded at national average of Rs 40 per sq.
ft. per month for 10 years.
Power Plant to be N+M configuration as per DTR

1+1 Configuration as per DTR, Each Battery sets in


parallel should cater for 100% load at stipulated
backup time.
Details of numbers of routers/ converters
required for the purpose may be indicated

The prices shall be quoted on as per unit


(CPU/User/Host ID etc.) basis and the same
shall be clearly indicated in the quote.
Number of person-days be indicated as per
actual.

279/337

15.3.2.3

HW
Phase V.3
Services for the Expansion of
Existing billing system
Hardware Cost
Per Core/CPU cost derived at based
on overall HW, SW and Network
requirement
Per 146 GB storage cost to be
quoted based on HW, SW and
Network requirement
DC power requirement at full load

15.3.2.4

Floor Area Requirement

15.3.2.5

Power plant

15.3.2.6

Battery

15.3.3

The prices for third party software


as mentioned in Table-3 for the
expanded system.

15.3.4
15.3.4.1

Professional services charges


Performance tuning of the
Expanded billing system as
defined in Table-2
Integration of New Network
element with the billing system.

15.3

15.3.1
15.3.2
15.3.2.1
15.3.2.2

15.3.4.2
15.4
15.4.1
15.4.2

Billing System- South Zone-V.1


Hardware implementation cost
Hardware Cost

7.5 M

7.5 M

Per CPU

200 (HP Itanium


2 or equivalent
or better)
500 GB

Per 146 GB

In Amps at 50V DC, Loading In Rs for 10 Years


@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
To be loaded at national average of Rs 40 per sq.
ft. per month for 10 years.
Power Plant to be N+M configuration as per DTR
1+1 Configuration as per DTR, Each Battery sets in
parallel should cater for 100% load at stipulated
backup time.
The prices shall be quoted on as per unit
(CPU/User/Host ID etc.) basis and the same
shall be clearly indicated in the quote.

Total

In person days

Per lot

Number of person-days be indicated as per actual.

7.5

280/337

15.4.2.1

Per Core/CPU cost derived based


on overall HW, SW and Network
requirement

Per CPU

15.4.2.2

Per 146 GB

15.4.2.3

Per 146 GB storage cost to be


quoted based on HW, SW and
Network requirement
DC power requirement at full load

15.4.2.4

Floor Area Requirement

15.4.2.5

Power plant

15.4.2.6

Battery

15.4.3
15.4.3.1
15.4.3.2
15.4.3.3
15.4.3.4
15.4.3.5
15.4.3.6

Billing Networking Components


Level I Routers
Level II Routers
Level III Routers
PC CCNs
Printers 20 IPM
Modem/Converters and
Installation Material for CCNs
LAN Components/Cabling
Router / converter for collection of
CDRs by billing system from various
N/W elements
The prices for third party software
as mentioned in Table-3 for the
expanded capacity

15.4.3.7
15.4.3.8
15.4.4

15.4.5
15.4.5.1

400 (SUN ultra


Sparc IV+ or
equivalent or
better)
500 GB
In Amps at 50V DC, Loading In Rs for 10 Years
@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
To be loaded at national average of Rs 40 per sq.
ft. per month for 10 years.
Power Plant to be N+M configuration as per DTR
1+1 Configuration as per DTR, Each Battery sets in
parallel should cater for 100% load at stipulated
backup time.

Per Unit
Per Unit
Per Unit
Per Unit
Per Unit
Per CCN

Per BCCS
Per set

50
500
550
550
550

Professional services charges


Performance tuning of the

281/337

Details of numbers of routers/ converters


required for the purpose may be indicated

15.4.5.2
15.4.6
15.4.7
15.4.8

15.4.9

15.4.10

15.4.11

15.5

Expanded billing system as


defined in Table-2
Integration of New Network
element with the billing system.
Integration of B&CCS and other
components to give a single
customer care.
Integration of Total care and
Revenue settlement as mentioned
in Table 1, new modules of B&CCS.
Revenue assurance application
through Commercial off the shelf
(COTS) software implementation
and integration is required. HW
requirements for the same need
also to be considered
Commercial off the shelf (COTS)
Software for campaign
management to be implemented,
HW requirement for the same to
be considered
Web based application with
customizable GUI for data analysis,
formatting and presentation using
Commercial off the shelf (COTS)
package to be implemented and
integrated with B&CCS
Commercial off the shelf (COTS)
package for scheduling and
automating tasks, jobs and
processes of all BSS applications as
mentioned in Table 1 for CMTS
operations
Phase V.2

Per Unit

Per Unit

282/337

15.5.1
15.5.2
15.5.2.1

15.5.2.2

Services for Version up-grade of


Billing platform in Phase V.2
Hardware Cost
Per Core/CPU cost derived at based
on overall HW, SW and Network
requirement

15.5.2.3

Per 146 GB storage cost to be


quoted based on HW, SW and
Network requirement
DC power requirement at full load

15.5.2.4

Floor Area Requirement

15.5.2.5

Power plant

15.5.2.6

Battery

15.5.3

Router / converter for collection of


CDRs by billing system from various
N/W elements
The prices for third party software
as mentioned in Table-3 for the
expanded system.
Integration of New Network
element with the billing system.
Buy Back prices of existing Billing
HW
Phase V.3
Services for the Expansion of
Existing billing system
Hardware Cost
Per Core/CPU cost derived at based
on overall HW, SW and Network

15.5.4

15.5.5
15.5.6
15.6

15.6.1
15.6.2
15.6.2.1

7.5 M

15M

Per CPU

800 (SUN Ultra


Sparc IV+ or
equivalent or
better)
1000 GB

Per 146 GB

In Amps at 50V DC, Loading In Rs for 10 Years


@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
To be loaded at national average of Rs 40 per sq.
ft. per month for 10 years.
Power Plant to be N+M configuration as per DTR

Per set

1+1 Configuration as per DTR, Each Battery sets in


parallel should cater for 100% load at stipulated
backup time.
Details of numbers of routers/ converters
required for the purpose may be indicated

The prices shall be quoted on as per unit


(CPU/User/Host ID etc.) basis and the same
shall be clearly indicated in the quote.
Number of person-days be indicated as per
actual.

In person
days
Total

7.5 M

7.5 M

Per CPU

400 (SUN Ultra


Sparc IV+ or

283/337

requirement
15.6.2.2
15.6.2.3

Per 146 GB storage cost to be


quoted based on HW, SW and
Network requirement
DC power requirement at full load

15.6.2.4

Floor Area Requirement

15.6.2.5

Power plant

15.6.2.6

Battery

15.6.3

The prices for third party software


as mentioned in Table-3 for the
expanded system.

15.6.4
15.6.4.1

Professional services charges


Performance tuning of the
Expanded billing system as
defined in Table-2
Integration of New Network
element with the billing system.

15.6.4.2
15.7
15.7.1
15.7.2
15.7.2.1

Billing System- East Zone-V.1


Hardware implementation cost
Hardware Cost
Per Core/CPU cost derived based
on overall HW, SW and Network
requirement

15.7.2.2

Per 146 GB storage cost to be


quoted based on HW, SW and

equivalent or
better)
500 GB

Per 146 GB

In Amps at 50V DC, Loading In Rs for 10 Years


@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
To be loaded at national average of Rs 40 per sq.
ft. per month for 10 years.
Power Plant to be N+M configuration as per DTR
1+1 Configuration as per DTR, Each Battery sets in
parallel should cater for 100% load at stipulated
backup time.
The prices shall be quoted on as per unit
(CPU/User/Host ID etc.) basis and the same
shall be clearly indicated in the quote.

Total

In person days

Number of person-days be indicated as per actual.

Per lot

6M

Per CPU

150 (HP Itanium


2 or equivalent
or better
version)
500 GB

Per 146 GB

284/337

Network requirement
15.7.2.3

DC power requirement at full load

15.7.2.4

Floor Area Requirement

15.7.2.5

Power plant

15.7.2.6

Battery

15.7.3
15.7.3.1
15.7.3.2
15.7.3.3
15.7.3.4
15.7.3.5
15.7.3.6

Billing Networking Components


Level I Routers
Level II Routers
Level III Routers
PC CCNs
Printers 20 IPM
Modem/Converters and
Installation Material for CCNs
LAN Components/Cabling
Router / converter for collection of
CDRs by billing system from various
N/W elements
The prices for third party software
as mentioned in Table-3 for the
expanded capacity
Professional services charges
Performance tuning of the
Expanded billing system as
defined in Table-2
Integration of New Network
element with the billing system.
Integration of B&CCS and other
components to give a single

15.7.3.7
15.7.3.8
15.7.4

15.7.5
15.7.5.1

15.7.5.2
15.7.6

1
1

Per Unit
Per Unit
Per Unit
Per Unit
Per Unit
Per CCN

Per BCCS
Per set

In Amps at 50V DC, Loading In Rs for 10 Years


@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
To be loaded at national average of Rs 40 per sq.
ft. per month for 10 years.
Power Plant to be N+M configuration as per DTR
1+1 Configuration as per DTR, Each Battery sets in
parallel should cater for 100% load at stipulated
backup time.

50
500
550
550
550

Details of numbers of routers/ converters


required for the purpose may be indicated
The prices shall be quoted on as per unit
(CPU/User/Host-ID etc.) basis and the same
shall be clearly indicated in the quote.

Total

In person days
Per Unit

285/337

Number of person-days be indicated as per actual.

15.7.7
15.7.8

15.7.9

15.7.10

15.7.11

15.8
15.8.1
15.8.2
15.8.2.1

customer care.
Integration of Total care and
Revenue settlement as mentioned
in Table 1, new modules of B&CCS.
Revenue assurance application
through Commercial off the shelf
(COTS) software implementation
and integration is required. HW
requirements for the same need
also to be considered
Commercial off the shelf (COTS)
Software for campaign
management to be implemented,
HW requirement for the same to
be considered
Web based application with
customizable GUI for data analysis,
formatting and presentation using
Commercial off the shelf (COTS)
package to be implemented and
integrated with B&CCS
Commercial off the shelf (COTS)
package for scheduling and
automating tasks, jobs and
processes of all BSS applications as
mentioned in Table 1 for CMTS
operations
Phase V.2
Services for Version up-grade of
Billing platform in Phase V.2
Hardware Cost
Per Core/CPU cost derived at based
on overall HW, SW and Network

Per Unit
Per Unit

Per Unit

Per Unit

Per Unit

6M

12M

Per CPU

300 (HP Itanium


2 or equivalent

286/337

requirement
15.8.2.2
15.8.2.3

Per 146 GB storage cost to be


quoted based on HW, SW and
Network requirement
DC power requirement at full load

15.8.2.4

Floor Area Requirement

15.8.2.5

Power plant

15.8.2.6

Battery

15.8.3

Router / converter for collection of


CDRs by billing system from various
N/W elements
The prices for third party software
as mentioned in Table-3 for the
expanded system.

Per set

Integration of New Network


element with the billing system.
Buy Back prices of existing Billing
HW
Phase V.3
Services for the Expansion of
Existing billing system
Hardware Cost
Per Core/CPU cost derived at based
on overall HW, SW and Network
requirement
Per 146 GB storage cost to be
quoted based on HW, SW and
Network requirement

In person
days
Total

15.8.4

15.8.5
15.8.6
15.9

15.9.1
15.9.2
15.9.2.1
15.9.2.2

Per 146 GB

or better
version)
1000 GB
In Amps at 50V DC, Loading In Rs for 10 Years
@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
To be loaded at national average of Rs 40 per sq.
ft. per month for 10 years.
Power Plant to be N+M configuration as per DTR

1+1 Configuration as per DTR, Each Battery sets in


parallel should cater for 100% load at stipulated
backup time.
Details of numbers of routers/ converters
required for the purpose may be indicated

The prices shall be quoted on as per unit


(CPU/User/Host ID etc.) basis and the same
shall be clearly indicated in the quote.
Number of person-days be indicated as per
actual.

6M

6M

Per CPU

150 (HP Itanium


2 or equivalent
or better)
500 GB

Per 146 GB

287/337

15.9.2.3

DC power requirement at full load

15.9.2.4

Floor Area Requirement

15.9.2.5

Power plant

15.9.2.6

Battery

15.9.3

The prices for third party software


as mentioned in Table-3 for the
expanded system.

15.9.4

Professional services charges


Performance tuning of the
Expanded billing system as
defined in Table-2
Integration of New Network
element with the billing system.
Infrastructure Civil
Tower
Ground base tower 60 Meter (180
KMPH , SERC Approved)
Ground Base Tower 60 Meter (200
KMPH , TEC approved)
Ground base Tower 40 Meter
narrow base flood light(170 KMPH ,
TEC Approved
Ground base tower 40 Meter narrow
base (200 KMPH ,TEC approved)
Ground base tower 30Meter (200
KMPH ,TEC approved)
Ground base tower 20Meter (200
KMPH , TEC approved)

15.9.4.1

15.9.4.2
16.0
16.1

16.1.1
16.1.2

16.1.3
16.1.4
16.1.5
16.1.6

In Amps at 50V DC, Loading In Rs for 10 Years


@10 Rs. per KWH i.e. by 50* Amp*24*365*10/1000
To be loaded at national average of Rs 40 per sq.
ft. per month for 10 years.
Power Plant to be N+M configuration as per DTR
1+1 Configuration as per DTR, Each Battery sets in
parallel should cater for 100% load at stipulated
backup time.
The prices shall be quoted on as per unit
(CPU/User/Host ID etc.) basis and the same
shall be clearly indicated in the quote.

Total

In person days

Number of person-days be indicated as per actual.

Per Unit

600

Per Unit

100

Per Unit

1500

Per Unit

400

Per Unit

1000

Per Unit

400

288/337

16.1.7

Roof Top 10 Meter ( TEC Approved)

Per Unit

1520

16.1.8

Roof Top 15 Meter ( TEC Approved)

Per Unit

1710

16.1.9

Roof Top 20 Meter ( TEC Approved)

Per Unit

570

16.1.10

Poles set of poles for roof top

16.1.10.1

Arrangement for 3 Poles

Per Unit

300

16.1.10.2

Arrangement for 6 Poles

Per Unit

300

16.1.11

Poles set for wall

16.1.11.1

Arrangement for 3 Poles

Per Unit

100

16.1.11.2

Arrangement for 6 Poles

Per Unit

120

16.2

Pre-Fab

16.2.1

Prefab BTS shelter, Type I for Normal


conditions

Per Unit

2800

16.2.2

Prefab BTS shelter, Type II for Normal


conditions

Per Unit

1000

16.2.3

Prefab BTS shelter, Type III for Normal


conditions

Per Unit

800

16.2.4

Prefab BTS shelter, Type I for Harsh


conditions

Per Unit

200

16.2.5

Prefab BTS shelter, Type II for Harsh


conditions

Per Unit

150

16.2.6

Prefab BTS shelter, Type III for Harsh


conditions

Per Unit

50

17.

Infrastructure Electrical

17.1

Power Plant

17.1.1
17.1.2
17.1.3

SMPS P/P 1000A- Indoor


SMPS P/P 2000A- Indoor
SMPS P/P 3000A- Indoor

Per Unit
Per Unit
Per Unit

10
10
10

17.2

Battery

17.2.1

Battery of configuration 3000 AH @-

Per Set (Two

20

289/337

48V

banks of
3000AH each)
Per Set(Two
banks of
4000AH each)
Per Set(Two
banks of 5000
AH each)

17.2.2

Battery of configuration 4000 AH @48V

17.2.3

Battery of configuration 5000 AH @48V

17.3

Air Conditioners

17.3.1

Per Set (2
Units)

4000

Per Set (2
Units)

1000

17.4

Supply of high sensible heat type


(Sensible heat factor > 0.9) AirCooled A/C units of as per the
specifications attached.
--2 x 1.5 TR capacity
Supply of high sensible heat type
(Sensible heat factor > 0.9) AirCooled A/C units of as per the
specifications attached.
--2 X 2 TR capacity.
UPS/Inverters

17.4.1
17.5

UPS for CCNs (With 1 hour backup)


E/A

Per Unit

400

17.5.1

Supply of multi cylinder air / water


cooled electric start Ready to Use
(RTU) type, diesel E.A. set in an
acoustic enclosure along with AMF
Control Panel, as per the
specifications attached.
Minimum full load capacity of 15
KVA. At site conditions with diesel
engine of minimum 20 BHP at 1500
RPM .
Supply of multi cylinder air / water
cooled electric start Ready to Use
(RTU) type, diesel E.A. set in an

Per Set

4000

Per Set

1000

17.3.2

17.5.2

20
20

290/337

As per DTR specifications

18.

acoustic enclosure along with AMF


Control Panel , as per the
specifications attached.
Minimum full load capacity of 30
KVA. At site conditions with diesel
engine of minimum 42 BHP at 1500
RPM.
Voltage Stabilizer
Supply of Toroidal core sleek
stabilizer of 5 KVA capacity as per
the specifications in DTR.
Infrastructure Telecom

18.1

Transmission Media

18.1.1
18.1.2

Minilink (HW+SW)-15 GHz


Minilink Installation Material
including Antennae, cables, BITE
etc.
Minilink (HW+SW)- 18 GHz

Per Hop
Per Hop

1600
1600

Each shall be in 1+Hot Standby mode

Per Hop

1000

Each shall be in 1+Hot Standby mode

Minilink Installation Material


including Antennae, cables, BITE
etc.
Redeployment of existing radio link
including Decommissioning, &
installation at new site

Per Hop

1000

Per Hop

1000

17.6
17.6.1

18.2.1
18.2.2
18.2.3

19

Spares

20

Redeployment of 6000 BTS(existing)

21.

Earthing System
Earthing at BTS sites

Per Unit

5000

As defined in Section IV annexure II (AMC), The


details of each spare unit with price shall be
indicated.
Bidder shall quote the prices as per clauses in
SCC
5000

Including services

SERVICES
291/337

22.0

SERVICES

22.1

MSC Server/VLR including SSF

22.1.1(a)

CAT-A

Per Unit

26

22.1.1(b)

Power plant

Per Unit

26

22.1.1(c)

Battery

26

22.1.2(a)

CAT-B

Per set
(2 units)
Per Unit

22.1.2(b)

Power plant

Per Unit

13

22.1.2(c)

Battery

13

22.1.3(a)

CAT-C

Per set
(2 units)
Per Unit

22.1.3(b)

Power plant

Per Unit

22.1.3(c)

Battery

Per Set
(2 Units)

22.2

Media Gateway (MGW)

22.2.1(a)

CAT-A

Per Unit

10

22.2.1(b)

Power plant

Per Unit

10

22.2.1(c)

Battery

10

22.2.2(a)

CAT-B

Per Set
(2 Units)
Per Unit

22.2.2(b)

Power plant

Per Unit

36

22.2.2(c)

Battery

36

22.2.3(a)

CAT-C

Per Set
(2 Units)
Per Unit

22.2.3(b)

Power plant

Per Unit

22.2.3(c)

Battery

22.2.4(a)

CAT-D

Per Set
(2 Units)
Per Unit

22.2.4(b)

Power plant

Per Unit

12

22.2.4(c)

Battery

Per Set
(2 Units)

12

13

36

12

292/337

22.2.5

CAT-E

Per Unit

22.3

GMSC Server

22.3.1(a)

CAT-A

Per Unit

22.3.1(b)

Power plant

Per Unit

22.3.1(c)

Battery

22.3.2(a)

CAT-B

Per Set
(2 Units)
Per Unit

22.3.2(b)

Power plant

Per Unit

14

22.3.2(c)

Battery

14

22.3.3(a)

CAT-C

Per Set
(2 Units)
Per Unit

22.3.3(b)

Power plant

Per Unit

25

22.3.3(c)

Battery

Per Set
(2 Units)

25

22.4

GMGW

22.4.1(a)

CAT-A

Per Unit

22.4.1(b)

Power plant

Per Unit

22.4.1(c)

Battery

22.4.2(a)

CAT-B

Per Set
(2 Units)
Per Unit

22.4.2(b)

Power plant

Per Unit

14

22.4.2(c)

Battery

14

22.4.3(a)

CAT-C

Per Set
(2 Units)
Per Unit

22.4.3(b)

Power plant

Per Unit

25

22.4.3(c)

Battery

Per Set
(2 Units)

25

22.5

Standalone HSS/AuC (HW & SW)

22.5.1

Stand Alone HSS/ AUC (HW & SW)

1.0 million

13

22.5.2

Stand Alone HSS/ AUC (HW & SW)

2.0 million

14

25

14

25

293/337

22.5.3

Stand Alone HSS/ AUC (HW & SW)

3.0 million

22.5.4

Stand Alone HSS/ AUC (HW & SW)

4.0 million

22.5.5

Stand Alone HSS/ AUC (HW & SW)

5.0 million

22.5.6

Stand Alone HSS/ AUC (HW & SW)

6.0 million

22.6

EIR

22.6.1

EIR(5 million capacity)

Per unit

22.6.2

EIR Expansion (5M)

Per unit

22.7

SGSN

22.7.1(a)

CAT-A

Per unit

22.7.1(b)

Power plant

Per Unit

22.7.1(c)

Battery

22.7.2(a)

CAT-B

Per Set
(2 Units)
Per unit

22.7.2(b)

Power plant

Per Unit

13

22.7.2(c)

Battery

13

22.7.3(a)

CAT-C

Per Set
(2 Units)
Per unit

22.7.3(b)

Power plant

Per Unit

22.7.3(c)

Battery

Per Set
(2 Units)

22.8

GGSN

22.8.1(a)

GGSN

Per unit

22.8.1(b)

Power plant

Per Unit

22.8.1(c)

Battery

22.9

Border Gateway Router

Per Set
(2 Units)
Per Unit

22.10

OMC for GPRS nodes

Per Unit

22

22.11

GRX

Per Unit

22.12

BSC/TRC

13

22

294/337

22.12.1

BSC Hardware with


Collocated/integrated PCU/PDU

Per BSC
Configuration

22.12.2

Power plant

Per Unit

22.12.3

Battery

Per Set
(2 Units)

22.13
22.14

Transcoder (HW+SW)
BTS

Per TRC

19000 E1s
distributed in 3
BSC
configurations.
BSC
configuration
wise number to
be quoted.
Quantity to be
indicated by
the bidder as
per number of
different BSCs
proposed by
bidder
Quantity to be
indicated by
the bidder as
per number of
different BSCs
proposed by
bidder
600K

22.14.1(a)

BTS 3+3+3 Configuration (Indoor)

Per BTS

3000

22.14.1(b)

Power plant

Per Unit

3000

22.14.1(c)

Battery

3000

22.14.2(a)

BTS 3+3+3 Configuration outdoor


unit

Per Set
(2 Units)
Per BTS

22.14.2(b)

Out door Power plant

Per Unit

1000

22.14.2(c)

Out door Battery

Per Set
(2 Units)

1000

1000

295/337

22.14.3(a)
22.14.3(b)

BTS 4+4+4 Configuration (Indoor)


Power plant

Per BTS
Per Unit

2600
2600

22.14.3(c)

Battery

2600

22.14.4(a)
22.14.4(b)

BTS 4+4+4 Configuration outdoor


unit
Out door Power plant

Per Set
(2 Units)
Per BTS
Per Unit

800

22.14.4(c)

Out door Battery

800

22.14.5(a)
22.14.5(b)

BTS 6+6+6 Configuration (Indoor)


Power plant

Per Set
(2 Units)
Per BTS
Per Unit

22.14.5(c)

Battery

1000

22.14.6(a)

BTS 6+6+6 Configuration outdoor


unit

Per Set
(2 Units)
Per BTS

22.14.6(b)

Outdoor Power plant

Per Unit

400

22.14.6(c)

Outdoor Battery

400

22.14.7(a)

BTS 2+2 Configuration for HW/RLW


(Indoor)

Per Set
(2 Units)
Per BTS

22.14.7(b)

Power plant

Per Unit

800

22.14.7(c)

Battery

800

22.14.8(a)

BTS 2+2 Configuration for HW/RLW


outdoor unit

Per Set
(2 Units)
Per BTS

22.14.8(b)

Outdoor Power plant

Per Unit

200

22.14.8(c)

Outdoor Battery

200

22.14.9

BTS 2 Sector to 3 Sector conversion


kit with 4TRX in 3rd sector

Per Set
(2 Units)
Per BTS

22.14.10(a)

Micro BTS with I/D solution (5W min)

Per BTS

400

800

1000
1000

400

800

200

500

296/337

22.14.10(b)

Power plant

Per Unit

800

22.14.10(c)

Battery

800

22.14.11

Frequency selective Repeater

Per Set
(2 Units)
Per Repeater

6.0 Million
subscribers

100

Intelligent Network
22.15

SCP/IN (Pre Paid) Cat-A

22.15.1(a)

SCP/IN (Pre Paid) (H/W)

22.15.1(b)

Power plant

22.15.1(c)

Battery

22.16

SCP/IN (Pre Paid) Cat-B

22.16.1(a)

SCP/IN (Pre Paid) (H/W)

22.16.1(b)

Power plant

22.16.1(c)

Battery

22.17

SCP/IN (Pre Paid) Cat-C

22.17.1(a)

SCP/IN (Pre Paid) (H/W)

22.17.1(b)

Power plant

22.17.1(c)

Battery

22.18

Central SCP\IN

22.18.1(a)

3 Million
subscriber
Per Unit

22.18.1(b)

Central SCP\IN (H/W) Mix of Other


IN Services
Power plant

22.18.1(c)

Battery

Per Set
(2 Units)

22.19

VOMS Expansion

22.19.1(a)

VOMS Expansion for Cat-A IN


capacity
VOMS Expansion for Cat-B IN
capacity

22.19.1(b)

2
2
5.0 Million
subscribers

1
1
1.0 Million
subscribers

1
1

2
1

297/337

22.19.1(c)
22.20

VOMS Expansion for Cat-C IN


capacity
Central Voucher management
system for inter-zone roamers
VAS Elements

22.21

SMSC

22.21.1(a)

SMS (Hardware)

22.21.1(b)

Power plant

22.21.1(c)

Battery

22.21.1(d)

SMS (Hardware)

22.22

SMS-MO Gateway

22.22.1(a)

SMS-MO (Hardware)

22.22.1(b)

Power plant

22.22.1(c)

Battery

22.22.1(d)

SMS (Hardware)

22.23

SMS-IVR

22.23.1

SMS-IVR

22.24

SMS-CBC

22.24.1

SMS-CBC

22.24.2

Power plant

22.24.3

Battery

22.25

MMSC

Per Unit

22.25.1
22.25.2

MMS (HW)
Power plant

600 K BHMM

22.25.3

Battery

22.26
22.27(a)

MMS-Library
UMS

22.27(b)

Power plant

2500K BHSM

500K BHSM

3
3
1

75000 K SM

15000K SM

3
3
1

Per unit

21

Per Unit

3
3

Per unit
Per Unit

3
3

3
3
3
3

298/337

22.27(c)

Battery

22.28

LBS

22.29(a)
22.29(b)

GMLC
Power plant

22.29(c)

Battery

22.30(a)
22.30(b)

SMLC
Power plant

22.30(c)

Battery

22.31

LBA

22.31.1

22.32(b)

Application Server (Fleet


Management server+ LBGS, DBS,
Digital Map server with point of
interest and other configurations as
per DTR)
Over the Air platform and
applications
Power plant

22.32(c)

Battery

22.33
22.34

Advertisement Push Server


WAP
WAP Application Gateway
including Push proxy G/W
functionality
Power plant
Battery
Push to Talk over Cellular (PoC)
Video Gateway and Streaming
Server
Power plant
Battery

22.32(a)

22.34.1
22.34.2
22.34.3
22.35
22.36(a)
22.36(b)
22.36(c)

3
Per unit

Per unit

3
3
21
21
21

Per unit

Per Unit

Per Unit

3
3
3

Per unit

Per Unit
Per Unit

3
3
3
3
3
3

22.37

Blank row

299/337

Streaming Solution
Power plant
Battery

Per Unit

Per Unit

22.41

Service Delivery Platform (SDP)


Power plant
Battery
Geographical Information System
(GIS)
FMCC System

22.42

Decision Support System (DSS)

22.43
22.44

DISASTER RECOVERY AND BUSINESS


CONTINUITY SYSTEM
Lawful Interception

22.44.1(a)

Category-A

22.44.1(b)

Power plant

22.44.1(c)

Battery

22.44.2(a)

Category-B

22.44.2(b)

Power plant

22.44.2(c)

Battery

22.44.3(a)

Category-C

22.44.3(b)

Power plant

22.44.3(c)

Battery

22.45

Tools & Testers

22.45.1

RF Planning Tool
Drive Test Tool
Post Processing Tool
Automatic Network Monitoring
System (ANMS)

22.38(a)
22.38(b)
22.38(c)
22.39(a)
22.39(b)
22.39(c)
22.40

22.45.2
22.45.3
22.45.4

3
3

Per Unit

3
3
3

Complete
System
Complete
System
Complete
System
Per Unit

Per Unit

Per Unit

8
8
5
5
5
5
5
5
21
125
42

300/337

22.46

OSS

22.46.1(a)
22.46.1(b)
22.46.1(c)
22.47

OSS
Power plant
Battery
OMC-S Hardware Main server.

Per Circle

22.48

Remote OMC-S terminals (H/W+S/W)

per MSC
Server/MGW

22.49

OMCS expansion

22.50
22.51

OMC-R Main Server.


Remote OMC-R terminals
(H/W+S/W)

per MSC
Server/MGW
Per circle
Per LDCA

22.52

Tower

22.52.1

Installation & Commissioning of


Ground base tower 60 Meter (180
KMPH , SERC Approved)
Installation & Commissioning of
Ground Base Tower 60 Meter (200
KMPH , TEC approved)
Installation & Commissioning of
Ground base Tower 40 Meter
narrow base flood light(170 KMPH ,
TEC Approved
Installation & Commissioning of
Ground base tower 40 Meter narrow
base (200 KMPH ,TEC approved)
Installation & Commissioning of
Ground base tower 30Meter (200
KMPH ,TEC approved)
Installation & Commissioning of
Ground base tower 20Meter (200
KMPH , TEC approved)
Installation & Commissioning of Roof

Per Unit

600

Per Unit

100

Per Unit

1500

Per Unit

400

Per Unit

1000

Per Unit

400

Per Unit

1520

22.52.2
22.52.3

22.52.4
22.52.5
22.52.6
22.52.7

per LSA

21
21
21
21

21
250

301/337

Top 10 Meter ( TEC Approved)


22.52.8

Per Unit

1710

Per Unit

570

22.52.10.1

Installation & Commissioning of Roof


Top 15 Meter ( TEC Approved)
Installation & Commissioning of Roof
Top 20 Meter ( TEC Approved)
Installation & Commissioning of Poles
set of poles for roof top
Arrangement for 3 Poles

Per Unit

300

22.52.10.2

Arrangement for 6 Poles

Per Unit

300

22.52.11
22.52.11.1

Installation & Commissioning of Poles


set for wall
Arrangement for 3 Poles

Per Unit

100

22.52.11.2

Arrangement for 6 Poles

Per Unit

120

22.52.12

Decommissioning of RTT from one


site and commissioning the same at
another site including transportation
and foundation etc. at new site (9
Meter)
Decommissioning of RTT from one
site and commissioning the same at
another site including transportation
and foundation etc. at new site (9
Meter)
Decommissioning of RTT from one
site and commissioning the same at
another site including transportation
and foundation etc. at new site (12
Meter)
Decommissioning of RTT from one
site and commissioning the same at
another site including transportation
and foundation etc. at new site (15
Meter)
Decommissioning of RTT from one

Per Unit

50

Per Unit

50

Per Unit

50

Per Unit

50

Per Unit

50

22.52.9
22.52.10

22.52.13

22.52.14

22.52.15

22.52.16

302/337

22.52.17

22.52.18

22.52.19

22.52.20

22.53

site and commissioning the same at


another site including transportation
and foundation etc. at new site (18
Meter)
Decommissioning of RTT from one
site and commissioning the same at
another site including transportation
and foundation etc. at new site (21
Meter)
Decommissioning of RTT from one
site and commissioning the same at
another site including transportation
and foundation etc. at new site (24
Meter)
Decommissioning of RTT from one
site and commissioning the same at
another site including transportation
and foundation etc. at new site (24
Meter)
Decommissioning of RTT from one
site and commissioning the same at
another site including transportation
and foundation etc. at new site (27
Meter)
Pre-Fab

Per Unit

50

Per Unit

50

Per Unit

50

Per Unit

50

22.53.1

Prefab BTS shelter, Type I for Normal


conditions

Per Unit

2800

22.53.2

Prefab BTS shelter, Type II for Normal


conditions

Per Unit

1000

22.53.3

Prefab BTS shelter, Type III for Normal


conditions

Per Unit

800

22.53.4

Prefab BTS shelter, Type I for Harsh


conditions

Per Unit

200

303/337

22.53.5

Prefab BTS shelter, Type II for Harsh


conditions

Per Unit

150

22.53.6

Prefab BTS shelter, Type III for Harsh


conditions

Per Unit

50

22.54

Infrastructure Electrical

22.54.1

Power Plant

22.54.1.1
22.54.1.2
22.54.1.3

SMPS P/P 1000A- Indoor


SMPS P/P 2000A- Indoor
SMPS P/P 3000A- Indoor

Per Unit
Per Unit
Per Unit

10
10
10

22.54.2

Battery

22.54.2.1

Battery of configuration 3000 AH @48 V

20

22.54.2.2

Battery of configuration 4000 AH @ 48V

22.54.2.3

Battery of configuration 5000 AH @ 48V

Per Set (Two


banks of
3000AH each)
Per Set(Two
banks of
4000AH each)
Per Set(Two
banks of 5000
AH each)

22.54.3

Air Conditioners

22.54.3.1

Per Set (2
Units)

4000

Per Set (2
Units)

1000

22.54.4

ITC of high sensible heat type


(Sensible heat factor > 0.9) AirCooled A/C units of 2 x 1.5 TR
capacity as per attached
specifications.
ITC of high sensible heat type
(Sensible heat factor > 0.9) AirCooled A/C units of 2 X 2 TR
capacity as per attached
specifications.
UPS/Inverters

22.54.4.1

UPS for CCNs (With 1 hour backup)

Per Unit

400

22.54.3.2

20
20

304/337

22.54.5

E/A

22.54.5.1

ITC of the above mentioned Diesel


engine Alternator set along with
acoustic enclosure and AMF control
Panel ,as per the specifications
attached.
15 KVA EA set.
ITC of the above mentioned Diesel
engine Alternator set along with
acoustic enclosure and AMF control
Panel ,as per the specifications
attached.
30KVA EA set.
Voltage Stabilizer

Per Set

4000

Per Set

1000

22.54.6.1

Supply of Toroidal core sleek


stabilizer of 5 KVA capacity as per
the specifications in DTR.
Infrastructure Telecom

Per Unit

5000

22.55

Transmission Media

22.55.1
22.55.2

Minilink (HW+SW)-15 GHz


Minilink Installation Material
including Antennae, cables, BITE
etc.

Per Hop
Per Hop

1600
1600

22.55.3

Minilink (HW+SW)- 18 GHz

Per Hop

1000

22.55.4

Minilink Installation Material


including Antennae, cables, BITE
etc.
Redeployment of existing radio link
including Decommissioning, &
installation at new site
TRX Expansion
RF Survey

Per Hop

1000

Per Hop

1000

per TRX
Per BTS

6000
500

22.54.5.2

22.54.6

22.55.5
22.56
22.57

305/337

22.58

RF Optimisation

Per BTS

10,000

22.59
22.60
23.0

Project Management
Training Model as per Section IV
Annual Maintenance Contract

Per LSA
Per Model

21
4

23.1

1st Installment to be paid after two


years of commissioning of phase -3
at end of warranty for 1st year of
AMC.
2nd Installment to be paid after three
years of commissioning of phase -3
at end of warranty for 2nd year of
AMC.
3rd Installment to be paid after four
years of commissioning of phase -3
at end of warranty for 3rd of AMC.

23.2

23.3

Note:
1. The bidder shall include any other hardware/software item required for installing, commissioning the system.
2. The circle wise bill of Material shall be finalised by the respective CMTS wing in consultation with the bidder.
3. DTR provides a detailed requirements of the purchaser. The bidder needs to provide detailed bill of material that shall be required and to
quote itemised prices of each such identifiable item. Every effort should be made to quote all such items which if needed at later point of
time can be ordered at the itemised prices. Absence of itemised prices of any such items, if found essential to be ordered in addition, shall
have to be supplied free of cost.
4. We hereby declare that in quoting the above prices, we have taken into account the entire, credit on inputs available under the
MODVAT Scheme introduce w.e.f. 1.3.1986 and further extended on additional items till date.
5. Any other item not covered above but essential for successful completion of project should also be added in the price schedule. In case,
such items not provided in BOM but essential for successful implementation will have to be supplied by the bidder free of cost.
6. The power consumption and floor area indicated in Phase V.1 for each network element shall be taken for Phase V.2 & Phase V.3 for
evaluation purpose.
7. The SoR of Phase V.2 & Phase V.3 indicates only the main network elements. However bidders shall offer discounts for each network elements
along with all their sub-items as per the SoR of Phase V.1.

306/337

SECTION V
SCHEDULE OF REQUIREMENTS (PHASE V.2)
S. No

Description

1.0

General

2.0

Core Network CS

3.0

Core Network- PS

4.

Radio Network

4.1

Radio Network-UMTS

Unit

Quantity

Remarks
1. It shall be responsibility of the bidder to upgrade the UMTS
& GSM network for the HSDPA, HSUPA and IMS functionalities
or with features mentioned in DTR or in case it is necessary to
implement.
1. The Bidder shall quote the discount offered on phase V.1
prices.
2. It shall be the responsibility of the bidder to supply the
network elements dimensioned for 50% GSM and 50% UMTS
subscribers as per the calculations mentioned in DTR. In DTR
network elements has been designed for 75% GSM and 25%
UMTS subscribers.
1. The Bidder shall quote the discount offered on phase V.1
prices.
2. It shall be the responsibility of the bidder to supply the
network elements dimensioned for 50% GSM and 50% UMTS
subscribers as per the calculations mentioned in DTR. In DTR
network elements has been designed for 75% GSM and 25%
UMTS subscribers.

1. The Bidder shall quote the discount offered on phase V.1


prices.
2. It shall be the responsibility of the bidder to supply the
network elements dimensioned for 50% GSM and 50% UMTS
subscribers as per the calculations mentioned in DTR. In DTR
network elements has been designed for 75% GSM and 25%
UMTS
subscribers.
3. The quantities of RNC quoted in phase V.1 shall be same
for
phase
V.2
also
for
evaluation.
4.
15,000 three sectors min. 128 channel Node Bs &

Sl. No. 4.1 to 4.16

307/337

4.2

Radio Network-GSM

5.

User End Devices

6.

Intelligent Network

7.

VAS Elements

8.0

Training Model

9.0

FMCC System

10.0

Decision Support System


(DSS)

associated infrastructure material shall be taken for


evaluation purpose.
1. The Bidder shall quote the discount offered on phase V.1
prices.
2. It shall be the responsibility of the bidder to supply the
network elements dimensioned for 50% GSM and 50% UMTS
subscribers as per the calculations mentioned in DTR. In DTR
network elements has been designed for 75% GSM and 25%
UMTS subscribers.
3. Since the GSM subscribers ratio shall become from 75% to
50% in phase V.2, the price arrived after discount shall be
multiplied by a factor of (2/3) for evaluation purposes.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
2. It shall be the responsibility of the bidder to supply the
network elements dimensioned for 50% GSM and 50% UMTS
subscribers as per the calculations mentioned in DTR. In DTR
network elements has been designed for 75% GSM and 25%
UMTS subscribers.
1. The Bidder shall quote the discount offered on phase V.1
prices.
2. It shall be the responsibility of the bidder to supply the
network elements dimensioned for 50% GSM and 50% UMTS
subscribers as per the calculations mentioned in DTR. In DTR
network elements has been designed for 75% GSM and 25%
UMTS subscribers.
Not Required
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.

Sl. No. 4.17 to


4.20

Per Model
Complete
System
Complete
System

308/337

11.0

DISASTER
RECOVERY
Complete
AND
BUSINESS
System
CONTINUITY SYSTEM

12.

Lawful Interception

13.

Tools & Testers

14.

OSS

15.

B&CCS

16.

Infrastructure Civil

17.

Infrastructure Electrical

18.

Infrastructure Telecom

1. The Bidder shall quote the discount offered on phase V.1


prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
2. It shall be the responsibility of the bidder to supply the
network elements dimensioned for 50% GSM and 50% UMTS
subscribers as per the calculations mentioned in DTR. In DTR
network elements has been designed for 75% GSM and 25%
UMTS subscribers.
1. The Bidder shall quote the discount offered on phase V.1
prices.
2. It shall be the responsibility of the bidder to supply the
network elements dimensioned for 50% GSM and 50% UMTS
subscribers as per the calculations mentioned in DTR. In DTR
network elements has been designed for 75% GSM and 25%
UMTS subscribers.
1. The methodology for this has been mentioned in SOR of
Phase V.1, the prices for phase V.2 may be quoted separately
for all the three zones.
1. The Bidder shall quote the discount offered on phase V.1
prices.
2. Since the GSM subscribers ratio shall become from 75% to
50% in phase V.2, the price arrived after discount shall be
multiplied by a factor of (2/3) for evaluation purposes.
1. The Bidder shall quote the discount offered on phase V.1
prices.
2. Since the GSM subscribers ratio shall become from 75% to
50% in phase V.2, the price arrived after discount shall be
multiplied by a factor of (2/3) for evaluation purposes.
1. The Bidder shall quote the discount offered on phase V.1
prices.

309/337

19.
20.
21.

2. Since the GSM subscribers ratio shall become from 75% to


50% in phase V.2, the price arrived after discount shall be
multiplied by a factor of (2/3) for evaluation purposes.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.

Spares
Redeployment of 6000
BTS(existing)
Earthing System
Earthing at BTS sites

3000

Including services

SERVICES
22.0

SERVICES

22.1

MSC
Server/VLR
including SSF

22.2

Media Gateway (MGW)

22.3

GMSC Server

22.4

GMGW

22.5

Standalone
(HW & SW)

22.6

EIR

22.7

SGSN

22.8

GGSN

22.9

Border Gateway Router

Per Unit

22

22.10

OMC for GPRS nodes

Per Unit

22

22.11

GRX

Per Unit

1. The Bidder shall quote the discount offered on phase V.1


prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.

HSS/AuC

310/337

22.12

BSC/TRC

22.13

Transcoder (HW+SW)

22.14

BTS

Per TRC

1. The Bidder shall quote the discount offered on phase V.1


prices.
2. Since the GSM subscribers ratio shall become from 75% to
50% in phase V.2, the price arrived after discount shall be
multiplied by a factor of (2/3) for evaluation purposes.
1. The Bidder shall quote the discount offered on phase V.1
prices.
2. Since the GSM subscribers ratio shall become from 75% to
50% in phase V.2, the price arrived after discount shall be
multiplied by a factor of (2/3) for evaluation purposes.
1. The Bidder shall quote the discount offered on phase V.1
prices.
2. Since the GSM subscribers ratio shall become from 75% to
50% in phase V.2, the price arrived after discount shall be
multiplied by a factor of (2/3) for evaluation purposes.

600K

Intelligent Network
22.15

SCP/IN (Pre Paid) Cat-A

22.16

SCP/IN (Pre Paid) Cat-B

22.17

SCP/IN (Pre Paid) Cat-C

22.18

Central SCP\IN

22.19

VOMS Expansion

22.20

Central
Voucher
management system for
inter-zone roamers
VAS Elements

22.21

SMSC

22.22

SMS-MO Gateway

1. The Bidder shall quote the discount offered on phase V.1


prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.

1. The Bidder shall quote the discount offered on phase V.1


prices.
1. The Bidder shall quote the discount offered on phase V.1

311/337

22.23

SMS-IVR

22.24

SMS-CBC

22.25

MMSC

22.25.1

MMS (HW)

600 K BHMM

22.26

MMS-Library

Per unit

22.27(a)

UMS

Per Unit

22.28

LBS

22.29(a)

GMLC

Per unit

22.30(a)

SMLC

Per unit

21

22.31

LBA

22.31.1

22.32(a)
22.33
22.34

Application Server (Fleet


Management
server+
LBGS, DBS, Digital Map
server with point of Per unit
interest
and
other
configurations as per
DTR)
Over the Air platform
Per Unit
and applications
Advertisement
Push
Per Unit
Server

prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.

1. The Bidder shall quote the discount offered on phase V.1


prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.

3
3

WAP

312/337

22.34.1
22.35
22.36(a)

WAP
Application
Gateway including Push Per unit
proxy G/W functionality
Push to Talk over
Per Unit
Cellular (PoC)
Video Gateway and
Per Unit
Streaming Server

1. The Bidder shall quote the discount offered on phase V.1


prices.

1. The Bidder shall quote the discount offered on phase V.1


prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
Blank Row
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.

3
3

22.37
22.38(a)

Streaming Solution

Per Unit

22.44

Service
Delivery
Per Unit
Platform (SDP)
Geographical
Per Unit
Information System (GIS)
Complete
FMCC System
System
Decision Support System Complete
(DSS)
System
DISASTER
RECOVERY
Complete
AND
BUSINESS
System
CONTINUITY SYSTEM
Lawful Interception

22.44.1(a)

Category-A

Per Unit

22.44.2(a)

Category-B

Per Unit

22.44.3(a)

Category-C

Per Unit

22.45

Tools & Testers


RF Planning Tool

22.39(a)
22.40
22.41
22.42
22.43

22.45.1
22.45.2

Drive Test Tool

1. The Bidder shall quote the discount offered on phase V.1


prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.

21
125

313/337

22.45.3

Post Processing Tool

22.46

Automatic
Monitoring
(ANMS)
OSS

22.46.1(a)

OSS

22.47

OMC-S Hardware Main


per LSA
server.

21

22.48

Remote
OMC-S
terminals (H/W+S/W)

per MSC
Server/MGW

22.49

OMCS expansion

per MSC
Server/MGW

22.50

OMC-R Main Server.

Per circle

21

22.51

Remote
OMC-R
Per LDCA
terminals (H/W+S/W)

22.52

Tower

22.53

Pre-Fab

22.54

Infrastructure Electrical

22.45.4

1. The Bidder shall quote the discount offered on phase V.1


prices.

42

Network
System

Per Circle

1. The Bidder shall quote the discount offered on phase V.1


prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.

21

1. The Bidder shall quote the discount offered on phase V.1


prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
2. Since the GSM subscribers ratio shall become from 75% to
50% in phase V.2, the price arrived after discount shall be
multiplied by a factor of (2/3) for evaluation purposes.
1. The Bidder shall quote the discount offered on phase V.1
prices.
2. Since the GSM subscribers ratio shall become from 75% to
50% in phase V.2, the price arrived after discount shall be
multiplied by a factor of (2/3) for evaluation purposes.
1. The Bidder shall quote the discount offered on phase V.1
prices.
2. Since the GSM subscribers ratio shall become from 75% to
50% in phase V.2, the price arrived after discount shall be
multiplied by a factor of (2/3) for evaluation purposes.

250

314/337

22.54.1

Power Plant

22.54.2

Battery

22.54.3

Air Conditioners

22.54.4

UPS/Inverters

22.54.5

E/A

22.54.6

Voltage Stabilizer

1. The Bidder shall quote the discount offered on phase V.1


prices.
2. Since the GSM subscribers ratio shall become from 75% to
50% in phase V.2, the price arrived after discount shall be
multiplied by a factor of (2/3) for evaluation purposes.
1. The Bidder shall quote the discount offered on phase V.1
prices.
2. Since the GSM subscribers ratio shall become from 75% to
50% in phase V.2, the price arrived after discount shall be
multiplied by a factor of (2/3) for evaluation purposes.
1. The Bidder shall quote the discount offered on phase V.1
prices.
2. Since the GSM subscribers ratio shall become from 75% to
50% in phase V.2, the price arrived after discount shall be
multiplied by a factor of (2/3) for evaluation purposes.
1. The Bidder shall quote the discount offered on phase V.1
prices.
2. Since the GSM subscribers ratio shall become from 75% to
50% in phase V.2, the price arrived after discount shall be
multiplied by a factor of (2/3) for evaluation purposes.
1. The Bidder shall quote the discount offered on phase V.1
prices.
2. Since the GSM subscribers ratio shall become from 75% to
50% in phase V.2, the price arrived after discount shall be
multiplied by a factor of (2/3) for evaluation purposes.
1. The Bidder shall quote the discount offered on phase V.1
prices.
2. Since the GSM subscribers ratio shall become from 75% to
50% in phase V.2, the price arrived after discount shall be
multiplied by a factor of (2/3) for evaluation purposes.

Infrastructure Telecom
22.55

1. The Bidder shall quote the discount offered on phase V.1


prices.
2. Since the GSM subscribers ratio shall become from 75% to

Transmission Media

315/337

50% in phase V.2, the price arrived after discount shall be


multiplied by a factor of (2/3) for evaluation purposes.
22.56

TRX Expansion

per TRX

6000

22.57

RF Survey

Per BTS

500

22.58

RF Optimisation

Per BTS

10,000

22.59

Project Management

Per LSA

21

22.60

Training Model as per


Section IV

Per Model

1. The Bidder shall quote the discount offered on phase V.1


prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
Not Required

Note:
1. The bidder shall include any other hardware/software item required for installing, commissioning the system.
2. The circle wise bill of Material shall be finalised by the respective CMTS wing in consultation with the bidder.
3. DTR provides a detailed requirements of the purchaser. The bidder needs to provide detailed bill of material that shall be required and to
quote itemised prices of each such identifiable item. Every effort should be made to quote all such items which if needed at later point of time
can be ordered at the itemised prices. Absence of itemised prices of any such items, if found essential to be ordered in addition, shall have to
be supplied free of cost.
4. We hereby declare that in quoting the above prices, we have taken into account the entire, credit on inputs available under the MODVAT
Scheme introduce w.e.f. 1.3.1986 and further extended on additional items till date.
5. Any other item not covered above but essential for successful completion of project should also be added in the price schedule. In case,
such items not provided in BOM but essential for successful implementation will have to be supplied by the bidder free of cost.
6. The power consumption and floor area indicated in Phase V.1 for each network element shall be taken for Phase V.2 & Phase V.3 for
evaluation purpose.
7. The SoR of Phase V.2 & Phase V.3 indicates only the main network elements. However bidders shall offer discounts for each network elements
along with all their sub-items as per the SoR of Phase V.1.

316/337

SECTION V
SCHEDULE OF REQUIREMENTS (PHASE V.3)
S. No

Description

1.0

General

2.0

Core Network CS

3.0

Core Network- PS

4.

Radio Network

4.1

Radio Network-UMTS

Unit

Quantity

Remarks
1. It shall be responsibility of the bidder to upgrade the UMTS
& GSM network for the HSDPA, HSUPA and IMS functionalities
or with features mentioned in DTR or in case it is necessary to
implement.
1. The Bidder shall quote the discount offered on phase V.1
prices.
2. It shall be the responsibility of the bidder to supply the
network elements dimensioned for 25% GSM and 75% UMTS
subscribers as per the calculations mentioned in DTR. In DTR
network elements has been designed for 75% GSM and 25%
UMTS subscribers.
1. The Bidder shall quote the discount offered on phase V.1
prices.
2. It shall be the responsibility of the bidder to supply the
network elements dimensioned for 25% GSM and 75% UMTS
subscribers as per the calculations mentioned in DTR. In DTR
network elements has been designed for 75% GSM and 25%
UMTS subscribers.

1. The Bidder shall quote the discount offered on phase V.1


prices.
2. It shall be the responsibility of the bidder to supply the
network elements dimensioned for 25% GSM and 75% UMTS
subscribers as per the calculations mentioned in DTR. In DTR
network elements has been designed for 75% GSM and 25%
UMTS
subscribers.
3. The quantities of RNC quoted in phase V.1 shall be same
for
phase
V.3
also
for
evaluation.
4.
15,000 three sectors min. 128 channel Node Bs &

Sl. No. 4.1 to


4.16

317/337

4.2

Radio Network-GSM

5.

User End Devices

6.

Intelligent Network

7.

VAS Elements

8.0

Training Model

9.0

FMCC System

10.0

Decision Support System


(DSS)

associated infrastructure material shall be taken for


evaluation purpose.
1. The Bidder shall quote the discount offered on phase V.1
prices.
2. It shall be the responsibility of the bidder to supply the
network elements dimensioned for 25% GSM and 75% UMTS
subscribers as per the calculations mentioned in DTR. In DTR
network elements has been designed for 75% GSM and 25%
UMTS
subscribers.
3. Since the GSM subscribers ratio shall become from 75% to
25% in phase V.3, the price arrived after discount shall be
multiplied by a factor of (1/3) for evaluation purposes.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
2. It shall be the responsibility of the bidder to supply the
network elements dimensioned for 25% GSM and 75% UMTS
subscribers as per the calculations mentioned in DTR. In DTR
network elements has been designed for 75% GSM and 25%
UMTS subscribers.
1. The Bidder shall quote the discount offered on phase V.1
prices.
2. It shall be the responsibility of the bidder to supply the
network elements dimensioned for 25% GSM and 75% UMTS
subscribers as per the calculations mentioned in DTR. In DTR
network elements has been designed for 75% GSM and 25%
UMTS subscribers.
Not Required
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.

Sl. No. 4.17 to


4.20

Per Model
Complete
System
Complete
System

318/337

11.0

DISASTER
RECOVERY
AND
BUSINESS
CONTINUITY SYSTEM

12.

Lawful Interception

13.

Tools & Testers

14.

OSS

15.

B&CCS

16.0

Infrastructure Civil

17.

Infrastructure Electrical

18.

Infrastructure Telecom

1. The Bidder shall quote the discount offered on phase V.1


prices.

Complete
System

1. The Bidder shall quote the discount offered on phase V.1


prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
2. It shall be the responsibility of the bidder to supply the
network elements dimensioned for 25% GSM and 75% UMTS
subscribers as per the calculations mentioned in DTR. In DTR
network elements has been designed for 75% GSM and 25%
UMTS subscribers.
1. The Bidder shall quote the discount offered on phase V.1
prices.
2. It shall be the responsibility of the bidder to supply the
network elements dimensioned for 25% GSM and 75% UMTS
subscribers as per the calculations mentioned in DTR. In DTR
network elements has been designed for 75% GSM and 25%
UMTS subscribers.
1. The methodology for this has been mentioned in SOR of Phase
V.1, the prices for phase V.3 may be quoted separately for all
the three zones.
1. The Bidder shall quote the discount offered on phase V.1
prices.
2. Since the GSM subscribers ratio shall become from 75% to
25% in phase V.3, the price arrived after discount shall be
multiplied by a factor of (1/3) for evaluation purposes.
1. The Bidder shall quote the discount offered on phase V.1
prices.
2. Since the GSM subscribers ratio shall become from 75% to
25% in phase V.3, the price arrived after discount shall be
multiplied by a factor of (1/3) for evaluation purposes.
1. The Bidder shall quote the discount offered on phase V.1
prices.

319/337

19.
20.
21.

2. Since the GSM subscribers ratio shall become from 75% to


25% in phase V.3, the price arrived after discount shall be
multiplied by a factor of (1/3) for evaluation purposes.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.

Spares
Redeployment of 6000
BTS(existing)
Earthing System
Earthing at BTS sites

1000

Including services

SERVICES
22.0
22.1

SERVICES
MSC
Server/VLR
including SSF

22.2

Media Gateway (MGW)

22.3

GMSC Server

22.4

GMGW

22.5

Standalone
(HW & SW)

22.6

EIR

22.7

SGSN

22.8

GGSN

22.9

Border Gateway Router

Per Unit

22

22.10

OMC for GPRS nodes

Per Unit

22

22.11

GRX

Per Unit

1. The Bidder shall quote the discount offered on phase V.1


prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.

HSS/AuC

320/337

22.12

BSC/TRC

22.13

Transcoder (HW+SW)

22.14

BTS

Per TRC

1. The Bidder shall quote the discount offered on phase V.1


prices.
2. Since the GSM subscribers ratio shall become from 75% to
25% in phase V.3, the price arrived after discount shall be
multiplied by a factor of (1/3) for evaluation purposes.
1. The Bidder shall quote the discount offered on phase V.1
prices.
2. Since the GSM subscribers ratio shall become from 75% to
25% in phase V.3, the price arrived after discount shall be
multiplied by a factor of (1/3) for evaluation purposes.
1. The Bidder shall quote the discount offered on phase V.1
prices.
2. Since the GSM subscribers ratio shall become from 75% to
25% in phase V.3, the price arrived after discount shall be
multiplied by a factor of (1/3) for evaluation purposes.

600K

Intelligent Network
22.15

SCP/IN (Pre Paid) Cat-A

22.16

SCP/IN (Pre Paid) Cat-B

22.17

SCP/IN (Pre Paid) Cat-C

22.18

Central SCP\IN

22.19

VOMS Expansion

22.20

Central
Voucher
management system for
inter-zone roamers
VAS Elements

22.21

SMSC

22.22

SMS-MO Gateway

1. The Bidder shall quote the discount offered on phase V.1


prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.

1. The Bidder shall quote the discount offered on phase V.1


prices.
1. The Bidder shall quote the discount offered on phase V.1

321/337

prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.

22.23

SMS-IVR

22.24

SMS-CBC

22.25

MMSC

Per Unit

22.25.1

MMS (HW)

600 K BHMM

22.26

MMS-Library

Per unit

22.27(a)

UMS

Per Unit

22.28

LBS

22.29(a)

GMLC

Per unit

22.30(a)

SMLC

Per unit

21

22.31

LBA

Per unit

Per Unit

Per Unit

22.31.1

22.32(a)
22.33

Application Server (Fleet


Management
server+
LBGS, DBS, Digital Map
server with point of
interest
and
other
configurations as per
DTR)
Over the Air platform
and applications
Advertisement
Push
Server

1. The Bidder shall quote the discount offered on phase V.1


prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.

1. The Bidder shall quote the discount offered on phase V.1


prices.

1. The Bidder shall quote the discount offered on phase V.1


prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.

322/337

22.34
22.34.1
22.35
22.36(a)

1. The Bidder shall quote the discount offered on phase V.1


prices.

WAP
WAP
Application
Gateway including Push
proxy G/W functionality
Push to Talk over
Cellular (PoC)
Video Gateway and
Streaming Server

Per unit

Per Unit

Per Unit

Per Unit

1. The Bidder shall quote the discount offered on phase V.1


prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
Blank Row
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.

22.37
22.38(a)

Streaming Solution

22.44

Service
Delivery
Per Unit
Platform (SDP)
Geographical
Per Unit
Information System (GIS)
Complete
FMCC System
System
Decision Support System Complete
(DSS)
System
DISASTER
RECOVERY
Complete
AND
BUSINESS
System
CONTINUITY SYSTEM
Lawful Interception

22.44.1(a)

Category-A

Per Unit

22.44.2(a)

Category-B

Per Unit

22.44.3(a)

Category-C

Per Unit

22.45

Tools & Testers


RF Planning Tool

22.39(a)
22.40
22.41
22.42
22.43

22.45.1

1. The Bidder shall quote the discount offered on phase V.1


prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.

21

323/337

22.45.2
22.45.3

Drive Test Tool


Post Processing Tool

42

22.46

Automatic
Monitoring
(ANMS)
OSS

22.46.1(a)

OSS

Per Circle

21

22.47

OMC-S Hardware Main


server.

per LSA

21

22.48

Remote
OMC-S
terminals (H/W+S/W)

per MSC
Server/MGW

22.49

OMCS expansion

per MSC
Server/MGW

22.50

OMC-R Main Server.

Per circle

21

22.51

Remote
OMC-R
terminals (H/W+S/W)

Per LDCA

250

22.52

Tower

22.53

Pre-Fab

22.54

Infrastructure Electrical

22.45.4

1. The Bidder shall quote the discount offered on phase V.1


prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.

125

Network
System

1. The Bidder shall quote the discount offered on phase V.1


prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
2. Since the GSM subscribers ratio shall become from 75% to
25% in phase V.3, the price arrived after discount shall be
multiplied by a factor of (1/3) for evaluation purposes.
1. The Bidder shall quote the discount offered on phase V.1
prices.
2. Since the GSM subscribers ratio shall become from 75% to
25% in phase V.3, the price arrived after discount shall be
multiplied by a factor of (1/3) for evaluation purposes.
1. The Bidder shall quote the discount offered on phase V.1
prices.
2. Since the GSM subscribers ratio shall become from 75% to

324/337

22.54.1

Power Plant

22.54.2

Battery

22.54.3

Air Conditioners

22.54.4

UPS/Inverters

22.54.5

E/A

22.54.6

Voltage Stabilizer

25% in phase V.3, the price arrived after discount shall be


multiplied by a factor of (1/3) for evaluation purposes.
1. The Bidder shall quote the discount offered on phase V.1
prices.
2. Since the GSM subscribers ratio shall become from 75% to
25% in phase V.3, the price arrived after discount shall be
multiplied by a factor of (1/3) for evaluation purposes.
1. The Bidder shall quote the discount offered on phase V.1
prices.
2. Since the GSM subscribers ratio shall become from 75% to
25% in phase V.3, the price arrived after discount shall be
multiplied by a factor of (1/3) for evaluation purposes.
1. The Bidder shall quote the discount offered on phase V.1
prices.
2. Since the GSM subscribers ratio shall become from 75% to
25% in phase V.3, the price arrived after discount shall be
multiplied by a factor of (1/3) for evaluation purposes.
1. The Bidder shall quote the discount offered on phase V.1
prices.
2. Since the GSM subscribers ratio shall become from 75% to
25% in phase V.3, the price arrived after discount shall be
multiplied by a factor of (1/3) for evaluation purposes.
1. The Bidder shall quote the discount offered on phase V.1
prices.
2. Since the GSM subscribers ratio shall become from 75% to
25% in phase V.3, the price arrived after discount shall be
multiplied by a factor of (1/3) for evaluation purposes.
1. The Bidder shall quote the discount offered on phase V.1
prices.
2. Since the GSM subscribers ratio shall become from 75% to
25% in phase V.3, the price arrived after discount shall be
multiplied by a factor of (1/3) for evaluation purposes.

Infrastructure Telecom

325/337

22.55

Transmission Media

22.56

TRX Expansion

per TRX

6000

22.57

RF Survey

Per BTS

500

22.58

RF Optimisation

Per BTS

10,000

22.59

Project Management

Per LSA

21

22.60

Training Model as per


Section IV

Per Model

1. The Bidder shall quote the discount offered on phase V.1


prices.
2. Since the GSM subscribers ratio shall become from 75% to
25% in phase V.3, the price arrived after discount shall be
multiplied by a factor of (1/3) for evaluation purposes.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
1. The Bidder shall quote the discount offered on phase V.1
prices.
Not Required

Note:
1. The bidder shall include any other hardware/software item required for installing, commissioning the system.
2. The circle wise bill of Material shall be finalised by the respective CMTS wing in consultation with the bidder.
3. DTR provides a detailed requirements of the purchaser. The bidder needs to provide detailed bill of material that shall be required and to
quote itemised prices of each such identifiable item. Every effort should be made to quote all such items which if needed at later point of time
can be ordered at the itemised prices. Absence of itemised prices of any such items, if found essential to be ordered in addition, shall have to
be supplied free of cost.
4. We hereby declare that in quoting the above prices, we have taken into account the entire, credit on inputs available under the MODVAT
Scheme introduce w.e.f. 1.3.1986 and further extended on additional items till date.
5. Any other item not covered above but essential for successful completion of project should also be added in the price schedule. In case,
such items not provided in BOM but essential for successful implementation will have to be supplied by the bidder free of cost.
6. The power consumption and floor area indicated in Phase V.1 for each network element shall be taken for Phase V.2 & Phase V.3 for
evaluation purpose.
7. The SoR of Phase V.2 & Phase V.3 indicates only the main network elements. However bidders shall offer discounts for each network elements
along with all their sub-items as per the SoR of Phase V.1.

326/337

SECTION - VI
Some of the important specifications are as follows:
!
"

% !&

'( &() *" +,,

$ #

% !+

+% &

'( &(

-(.+

% !+

+% &

'( &(

-(.+

% !+

+% &"

% !+

+% &" #!'( &( *4 -(2+

" # '

" # '!

"

7 4 8
8

1
33

% !&

!
0

'(/&(

% !&7

'( &(

-(2+

! )((2

'( &( 9 *

-)((5

% !&

#'( &(2+

! )((/

< 8
,

% !&

3 % ! >"

"
)

'( &()9 " % -)((/+

33

>"

% !&"

0 4

'( &(

% !&

'()&(

3 ?

" % )(((+
#+)((.+

@ 4

% &@

'( &()+

% &A

'( &( +*" -)(((+

% !

% !&% !'( &( +

!+)(()

/% % !

% !&% !'( &()+

+)((2

% & % '( &( *

% !&

'( &(

% !&

'( &( +

)(

'

% !+

% !&

))

%&

)/
).

%&
"

)2

0
3

>

>"

.: B7 ?

% !&"

+% &

! )((.

-)((.
#-)((/
8 )(()

'( &(

'( &( +
'( &(2 *
#'( &(/

-()+
!+)((2

)((2+
)((.

'( &()+ *4 -)(()

% !& 7'( &(.+

-)((2

)5

2 %C;

33

%&

A ' 2&()+

)((.

)6

: %C;

33

%&

A ' (/&(.+ *

)((.

):
),
/(
/

'
@

% !& # '( &( +

43

% !&@A '( &( +


3

327/337

% !&

'( &( + @

% !&

'( &(

+)(()
)(()
)((/
-)((.

/)

% !&

'( &(

-)((.

%&

'( &()+

- )((/

3
//
/.

3
.(
>4

0
0

/2

.(9 /(9 )(
3 3

/6

/:

%
#

.(

&
%

! D4
D4
0 1

.)

5(
)((1

./

.2

.5

.6

.,

= @<

D4
1

4
#

0
1

<
#

%
80

33
#
# 0

)(((

% !&#A !'

-)((.

% !&
8

,((& :((

C;

% !&

-)((

'(2&(/

& # '(/&(

C '( &( *

% !&@ !' /&( *


% !&

<

! )((.
-)((

% !&!

% '( &()9

-)((.

% !& # '( &(/

% !&

&( +

% !&#A !' (&( '

8
%

% !&#A !'(.&( +

% !&#A !'(,&( + @

D4
33 4

% !&#A !' )&( + *4 -)((2

>.( ?
0

..

3 3
?

# 0

.:

80

3 # 0

/5

/,

6( B

-)(((
)((.
)((5
)((/

#') &(
'( &(

% !&@ !' .&(

8
=

328/337

% !&

A '( &(

% !&

#') &( *

)((/

SECTION VII
PART-I
BID FORM
#

+ +++++++++++++++++++++++++++++

E +++++++++++++++++

#
*

% >

#?
8

>

?
)8@
18

3
!

C 43 9
0
8 F

( (( +

9
+

<
8
3
3
3
4
3++++++++++++++++++++++ 8
08 8 3 8
4
1 0
9 0 9
4
3
9
34
++++++++++++++++++++++++++++++++++++++++++++++
0 8 8 3
0
39
3
3
3
8 34
38 0
8 38 4
3
8 8
0 8
83
+

)+

1 9

9
8

/+

83

34

3
G 2H

.+

'''''''

<

"
0 8

4
8

83

>

<

43

4 8 3
4 0

3
4

8
0

34

3
8

83

4
8

>

0 8

4 8 3

8
4

38

5+

334

2+

33

8
90

30 8

<

4
0

9 83
38

8
3 4

43+

43 3

34 3 D4

+
6+

0 3

+
8 3 ++++++++++++++++++++++++++++++

4
8
4
0

++++++++++++++++++++++++ )((

''''''''''''''''''''''''
''''''''''''''''''''''

4 8

++++++++++++++++++++++++++++++++++++++++++++++

33 +++++++++++++++++++++++++++++++++++++++++
33 ++++++++++++++++++++++++++++++++++++++
4

329/337

SECTION VII

PART-II
PRICE SCHEDULE FOR INDIGENOUS EQUIPMENT (including partly imported) & service cost

Amt.

10

Customs Tariff Head

%age of Custom duty

Amt.

Import Content as % of
basic unit price (Indicated in
Col. 4)

Total Discounted Price (1314)

Amt
.

Discount offered if any

Freight,
Forwarding,
Packing &
Insurance

Total Price inclusive of all


levies & charges (3 x 12)

Ex-factory price (Basic Unit


Price exclusive of all levies &
charges)

Quantity
3

Sales Tax

Unit Price inclusive of all


levies & charges
(4+6+8+10+11)

Excise Duty

Any other levies/charges

Item Description

Sl.No.

(1)

11

12

13

14

15

16

17

18

The equipment as listed in schedule of requirements ( Section V) and forming part of indigenous equipment supplies may be priced in the above
format strictly as per the serial order in section V.
We hereby declare that in quoting the above prices, we have taken into account the entire credit on inputs available under the MODVAT
SCHEME introduced w.e.f. 1st March 1986 and further extended on more items till date.
Note:
1. The bidder shall quote separately for hardware and software as per special conditions of the contract.
2. DTR provides a detailed requirements of the purchaser. The bidder needs to provide detailed bill of material that shall be required and to
quote itemised prices of each such identifiable item. Every effort should be made to quote all such items which if needed at later point of
time can be ordered at the itemised prices. Absence of itemised prices of any such items, if found essential to be ordered in addition, shall
have to be supplied free of cost.
3. The services cost as listed in Schedule of requirements (Section V) may be quoted in a separate sheet(no 3) but in the above mentioned
format.
4. A consolidated price schedule including indigenous, imported & services cost may be submitted keeping the sanctity of serial numbers as
appearing in SOR intact.

330/337

SECTION VII

10

11

12

13

14

15

Custom Tariff Head (CTH)

Total Discounted Price [(1314)x3]

Discount if any

Amount

Amount

Amount

Packing &
Inland
Freight

%
Price per Unit CIF

Ex-Factory price per


unit

Quantity

Item Description

Sl.No.

Custom
Duty

Price per unit FOR site


inclusive of all taxes and levies
(5+7+9+11+12)

(2)
Sales Tax

Other levies and charges if any

PART-II
PRICE SCHEDULE FOR IMPORTED EQUIPMENT ( For 100 % imports)

16

The equipment as listed in schedule of requirements ( Section V) and forming part of indigenous equipment supplies may be priced in the above format
strictly as per the serial order in section V.
We hereby declare that in quoting the above prices, we have taken into account the entire credit on inputs available under the MODVAT SCHEME
introduced w.e.f. 1st March 1986 and further extended on more items till date.
Note:
1. The bidder shall quote separately for hardware and software as per special conditions of the contract.
2. DTR provides a detailed requirements of the purchaser. The bidder needs to provide detailed bill of material that shall be required and to quote
itemised prices of each such identifiable item. Every effort should be made to quote all such items which if needed at later point of time can be
ordered at the itemised prices. Absence of itemised prices of any such items, if found essential to be ordered in addition, shall have to be supplied
free of cost.

3. The services cost as listed in Schedule of requirements (Section V) may be quoted in a separate sheet(no 3) but in the above
mentioned format.
4. A consolidated price schedule including indigenous, imported & services cost may be submitted keeping the sanctity of serial numbers
as appearing in SOR intact.

331/337

SECTION VIII
BID SECURITY FORM
Whereas .................................. (hereinafter called the Bidder) has submitted its bid
dated............for the supply

of ........................ vide Tender No

dated............ KNOW ALL MEN by these presents that WE ....................... OF ....................


having our registered office at .................(hereinafter called the Bank) are bound
unto Bharat Sanchar Nigam Limited (hereinafter called the Purchaser) in the sum of
Rs.................... for which payment will and truly to be made of the said Purchaser, the
Bank binds itself, its successors and assigns by these present.
THE CONDITIONS of the obligation are :
1.

If the Bidder withdraws his bid during the period of bid validity specified by the
Bidder on the Bid form or

2.

If the Bidder, having been notified of the acceptance of his bid by the
Purchaser during the period of bid validity
(a)

fails or refuses to execute the Contract, if required; or

(b)

fails or refuses to furnish the Performance Security, in accordance with


the instructions to Bidders.

We undertake to pay to the Purchaser up to the above amount upon receipt of its
first written demand, without the purchaser having to substantiate its demand,
provided that in its demand, the purchaser will note that the amount claimed by it is
due to it owning to the occurrence of one or both of the two conditions, specifying
the occurred condition or conditions.
This guarantee will remain in force as specified in clauses 12 and 28.2 of section II of
the Bid Document upto and including THIRTY (30) days after the Period of bid validity
and any demand in respect thereof should reach the Bank not later than the
specified date/dates.
4
4 8

=
33

4
0

33

@4

33

332/337

33

@ <

8
8
8

SECTION IX (PART-I)
PERFORMANCE SECURITY GUARANTEE BOND
In consideration of the CMD, BSNL (hereinafter called BSNL) having agreed
to exempt ___________________ (hereinafter called the said contractor(s))
from the demand under the terms and conditions of an agreement/Advance
Purchase Order No ________________ dated ____________ made between
_____________________
and
__________________
for
the
supply
of
_______________________ (hereinafter called the said agreement ), of
security deposit for the due fulfillment by the said contractor (s) of the terms
and conditions contained in the said Agreement, on production of the bank
guarantee for _____________________________________we, (name of the bank)
_________________________ ( hereinafter refer to as the bank) at the request
of ___________________________________ (contractor(s)) do hereby undertake
to pay to the BSNL an amount not exceeding ___________________ against
any loss or damage caused to or suffered or would be caused to or suffered
by BSNL by reason of any breach by the said Contractor(s) of any of the terms
or conditions contained in the said Agreement.
2.
We (name of the bank) ____________________ do hereby undertake to
pay the amounts due and payable under this guarantee without any
demure, merely on a demand from the BSNL by reason of breach by the said
contractor(s) of any of the terms or conditions contained in the said
Agreement or by reason of the contractors(s) failure to perform the said
Agreement. Any such demand made on the bank shall be conclusive as
regards the amount due and payable by the Bank under this guarantee
where the decision of BSNL in these counts shall be final and binding on the
bank. However, our liability under this guarantee shall be restricted to an
amount not exceeding ___________________________________.
3.
We under take to pay to the BSNL any money so demanded
notwithstanding
any
dispute
or
disputes
raised
by
the
contractor(s)/supplier(s) in any suit or proceeding pending before any court
or tribunal relating thereto our liability under this present being absolute and
unequivocal. The payment so made by us under this bond shall be valid
discharge of our liability for payment there under and the
contractor(s)/supplier(s) shall have no claim against us for making such
payment.
4.
We( name of the bank)_________________________ further agree that
the guarantee herein contained shall remain in full force and effect during
the period that would be taken for the performance of the said agreement
and that it shall continue to be enforceable till all the dues of the BSNL under
or by virtue of the said Agreement have been fully paid and its claims
satisfied or discharged or till ________________________(office/Department)
BSNL certifies that the terms and conditions of the said Agreement have been
fully or properly carried out by the said contractor(s) and accordingly
discharges this guarantee. Unless a demand or claim under this guarantee is
made on us in writing on or before the expiry of TWO/TWO AND HALF/THREE

333/337

YEARS (as specified in P.O) from the date hereof, we shall be discharged from
all liabilities under this guarantee thereafter.
5.
We (name of the bank)_________________________ further agree with
the BSNL that the BSNL shall have the fullest liberty without our consent and
without affecting in any manner our obligations hereunder to vary any of the
terms and conditions of the said Agreement or to extend time of
performance by the said contractor(s) from time to time or to postpone for
any time or from time to time any of the powers exercisable by the BSNL
against the said Contractor(s) and to forbear or enforce any of the terms and
conditions relating to the said agreement and we shall not be relieved from
our liability by reason of any such variation, or extension being granted to the
said Contractor(s) or for any forbearance, act or omission on the part of the
BSNL or any indulgence by the BSNL to the said Contractor(s) or by any such
matter or thing whatsoever which under the law relating to sureties would, but
for this provision, have effect of so relieving us.
6.
This guarantee will not be discharged due to the change in the
constitution of the Bank or the Contractor(s)/supplier(s).
7.
We (name of the bank) ____________________ lastly undertake not to
revoke this guarantee during its currency except with the previous consent of
the BSNL in writing.

Dated the ________________ day of


_______
for
__________________________________
(indicate the name of bank)

***

334/337

SECTION IX (PART-II)
MANUFACTURING BANK GUARANTEE BOND
In consideration of the Bharat Sanchar Nigam Limited (hereinafter called BSNL
which expression unless otherwise repugnant to the context and meaning
thereof shall mean and include its permitted successors and assigns) having
awarded/placed
Advance
Purchase
Order
No.____________________dated__________on M/s_____________ (hereinafter called
Supplier/Vendor) for the supply of GSM equipment as stated in the bid document
No._______________________ . (The said APO and the bid document are
hereinafter referred as the Contract). The terms of the said Contract inter-alia
stipulate that the Supplier shall start manufacture of core element of the goods in
India being supplied or to be supplied under this Contract. The Supplier have
unconditionally agreed to the said stipulation and to secure adherence to its
commitment to start indigenous manufacturing, the Supplier have agreed to
furnish a Manufacturing Bank Guarantee Bond for a sum of Rs._____________.
2. We, _________________________ [ indicate full name ,address and other
particulars of Bank (hereinafter refer to as the bank, which expressing unless
otherwise repugnant to the context and meaning thereof, shall mean and
include its permitted successors and assignees)] at the request of M/s
___________________________________
Supplier(s) do hereby irrevocably and
unconditionally guarantee and undertake to pay to BSNL an amount not
exceeding Rs._______________ against failure of the supplier to perform the
contractual obligation towards indigenous manufacturing or any breach by the
said Supplier of any of the terms & conditions as contained in the said Contract.
3.
We (name and address of the bank) ____________________ do hereby
undertake to pay the amounts due and payable under this guarantee without
any demure, merely on a demand from the BSNL by reason of breach by the
said supplier(s) of any of the terms or conditions contained in the said contract or
by reason of failure of the Supplier to perform the contractual obligation towards
indigenous manufacturing or loss or damage caused to be suffered or would be
caused to be suffered by BSNL by reason of any breach by Supplier of any of the
terms & conditions as contained in the said Contract including by reasons of any
failure of supplier to the extent of validity of guarantee. Any such demand made
on the bank shall be conclusive as regards the amount due and payable by the
Bank under this guarantee where the decision of BSNL in these counts shall be
final and binding on the bank. However, our liability under this guarantee shall be
restricted to an amount not exceeding ___________________________________.
4.
We undertake to pay to the BSNL any money so demanded
notwithstanding any dispute or disputes raised by the Supplier(s) in any suit or
proceeding pending before any court or tribunal relating thereto our liability
under this present being absolute and unequivocal. The payment so made by us
under this bond shall be valid discharge of our liability for payment thereunder
and the Supplier(s) shall have no claim against us for making such payment.

335/337

5.
We (name of the bank)_________________________ further agree that the
guarantee herein contained shall remain in full force and effect during the
period that would be taken for the execution of the effective implementation of
manufacturing and value addition and for the performance of the said contract
and that it shall continue to be enforceable till all the dues of the BSNL under or
by virtue of the said contract have been fully paid and its claims satisfied or
discharged or till ________________________(Office/Department) BSNL certifies that
the terms and conditions of the said contract have been fully or properly carried
out by the said Supplier(s) and accordingly discharges this guarantee. Unless a
demand or claim under this guarantee is made on us in writing on or before the
expiry of the period as specified in P.O from the date hereof, we shall be
discharged from all liabilities under this guarantee thereafter.
6.
We (name of the bank)_________________________ further agree with the
BSNL that the BSNL shall have the fullest liberty without our consent and without
affecting in any manner our obligations hereunder to vary any of the terms and
conditions of the said contract or to extend time of performance by the said
Supplier(s) from time to time or to postpone for any time or from time to time any
of the powers exercisable by the BSNL against the said Supplier(s) and to forbear
or enforce any of the terms and conditions relating to the said contract and we
shall not be relieved from our liability by reason of any such variation, or extension
being granted to the said Supplier(s) or for any forbearance, act or omission on
the part of the BSNL or any indulgence by the BSNL to the said Supplier(s) or by
any such matter or thing whatsoever which under the law relating to sureties
would, but for this provision, have effect of so relieving us.
7.
This guarantee will not be discharged due to the change in the
constitution of the Bank or the Supplier(s) and guarantee shall be irrevocable
and obligations of Bank herein shall not be conditional to any prior notice by
BSNL.
8.
We (name of the bank) ____________________ lastly undertake not to
revoke this guarantee during its currency except with the prior consent of the
BSNL in writing.
Dated the ________________ day of _______
for __________________________________
(indicate the name of bank)
***

336/337

SECTION X

LETTER OF AUTHORISATION FOR ATTENDING BID OPENING


>#

8*

% >

#?

To
The Jt DDG (MMT),
Bharat Sanchar Nigam Limited,
(Corporate Office),
12th Floor, Statesman House,
Barakhamba Road, New Delhi 110 001
Subject : Authorisation for attending bid opening on
________________________________(date) in the Tender of
_________________________________________________________.
Following persons are hereby authorised to attend the bid opening for
the
tender
mentioned
above
on
behalf
of
______________________________________________
(Bidder)
in
order
of
preference given below.
Order of Preference
Signatures

Name

Specimen

I.
II.
Alternate
Representative
Signatures of bidder
Or
Officer authorized to sign the bid
Documents on behalf of the bidder.
Note : 1. Maximum of two representatives will be permitted to attend bid
opening. In cases where it is restricted to one, first preference will
be allowed. Alternate representative will be permitted when
regular representatives are not able to attend.
2. Permission for entry to the hall where bids are opened, may be
refused in case authorization as prescribed above is not recovered.

337/337

You might also like