Anda di halaman 1dari 189

T.E.No.MTNL/20-80 (401)/2011-MM/2G-3G Expansion Dated 01.03.2012 To Ref: Tender Enquiry No. MTNL/20-80(401)/2011-MM/2G-3G Expansion Dated 01.03.

2012

Dear Sir, Please find enclosed the following bid documents in original to be used for submission of the bid. Sl. No. TITLE 1 2 3 4 5 6 7 8 9 10 11 12 13 Notice Inviting Tender (NIT) Instructions to bidders General Conditions of Contract Special Conditions of Contract Schedule of Requirements Technical Specifications Bid Form & Price Schedules Performa for Bid Security Performa for Performance Bank Guarantee Performa for Additional Bank Guarantee Performa for Security Bank Guarantee Integrity Pact Guidelines of MTNL on Banning of Business Dealings Section No. Section -I Section -II Section - III Section IV Section - V Section -VI Section - VII Section - VIII Section - IX Section-X-A Section-X-B Section - XI Section - XII Page No. 1 2-19 20-31 32-113 114-120 121-156 157-162 163 164-165 166-167 168-170 171-175 176-183

Tender shall be submitted through e-tendering system on website https://epsdelhi.mtnldelhi.in. Your offer complete in all respects as per enclosed documents must be submitted latest by 15:00 hrs of 12.04.2012. One hard copy of your offer complete in all respects as per enclosed documents must reach latest by 15:00 Hrs of 12.04.2012 at the following address: Sh. Balveer Singh Manager (MM-I) Mahanagar Telephone Nigam Limited, Corporate Office, 13th floor, Room No. 1314, Jeevan Bharati Building, Tower-I, 124, Connaught Circus, New Delhi - 110 001. The Instructions to Bidder and General (Commercial) conditions are applicable for this Tender. However, the clauses mentioned in the Special Conditions of Contract & Technical Specifications will supersede the General (Commercial) Conditions. Tender bids shall be opened on line at 15:00 Hrs. on next day i.e. 13.04.2012. The representatives of the bidders may attend the bid opening either online after logging on to the MTNL's e-procurement portal or at MTNL premises. Thanking you, Yours faithfully, Mukesh Kumar) Dy. General Manager (MM-I)

SECTION - I
NOTICE INVITING TENDER Tender Enquiry No. MTNL/20-80(401)/2011-MM/2G-3G Expansion Dated 01.03.2012 Due date of receipt Due date of opening : 12.04.2012 (Upto 15.00 hrs) : 13.04.2012 (At 15.00 hrs)

1. MTNL is a Government of India owned telecom service provider and is offering telecom services i.e fixed, wireless and Broadband etc to its esteemed customers in Delhi and Mumbai. MTNL is on the forefront of technology introduction starting from Electronic Fixed Line Exchange, Mobile Services, IPDSLAM, IP-MPLS, IPTAX, 3G etc. It is offering full range of telecom services / solutions like Voice, Data, Internet, Broadband, VOIP, IPTV etc. from its vast fixed & mobile networks in its license service areas of Delhi & Mumbai. 2. Global e-Tenders under Two-Bid system (Techno-commercial bid & financial bid) are invited from reputed Vendors fulfilling the qualifying requirements as given in Clause 3 of SectionII, for Supply, Installation, Testing, Commissioning and Integration of their 2G/3G network equipments to MTNL, Delhi & Mumbai to meet its existing & future network requirements. 3. Bid security in the form of bank guarantee will be Rs. 2 Crore (Rupees Two Crore only). The bid security shall be submitted before the scheduled date and time of opening of the bids. A scanned copy of the bid security shall be uploaded along with the technocommercial bid. 4. Intending bidders may download the tender document from the website by making on line payment of Rs.8,400/- as cost of tender document. The cost of tender document can also be paid off line in the form of DD/pay order of Rs.8,400/- before scheduled date and time of opening of bids. 5. The tender is covered under the Integrity Pact Programme. The bidders participating in the tender shall sign an MOU with the Purchaser as per the MOU document given in Section XI of the tender document. The bidders can send their grievances to the Independent External Monitors through the Nodal Officer on the following address: Nodal Officer-Independent External Monitoring Cell (IEMC) Sr. Manager (Pers-I) 6th Floor, Mahanagar Doorsanchar Bhawan Jawahar Lal Nehru Marg New Delhi-110 001 Tel. No. 011-23212529 E-Mail: noiemc@bol.net.in 6. Any issue/grievances on the tenders covered by IPP should be addressed to IEMs only. DGM (MM-I)

SECTION II INSTRUCTIONS TO BIDDERS 1. Introduction MTNL is a Government of India owned telecom service provider and is offering telecom services i.e fixed, wireless and Broadband etc to its esteemed customers in Delhi and Mumbai. MTNL is on the forefront of technology introduction starting from Electronic Fixed Line Exchange, Mobile Services, IPDSLAM, IP-MPLS, IPTAX, 3G etc. It is offering full range of telecom services / solutions like Voice, Data, Internet, Broadband, VOIP, IPTV etc. from its vast fixed & mobile networks in its license service areas of Delhi & Mumbai. 1.1 In its quest to offer world class services and enhance user experience MTNL continuously work towards upgradation / augmentation of its existing networks as well induct / deploy latest development / upcoming technologies. Currently, MTNL is in the process of expanding/upgrading its existing GSM / 3G networks in Delhi and Mumbai. MTNL intends to upgrade / augment its existing 2G/3G network of MTNL Delhi & Mumbai to support IP capability and higher data rates / throughput in its BSS (BSC & BTS), Radio network subsystem (RNC & Node B) and Packet Data network (SGSN & GGSN). The Current 3G network of MTNL Delhi & Mumbai comprises of 720 Macro and 100 Micro Node Bs in each city .The Current 3G network which supports Release 4 i.e 3.6Mbps in DL & 384 Kbps in UL. MTNL is in process of upgrading the current 3G network to release 7 i.e 21.1 Mbps in DL & 5.76 Mbps in UL. In addition, 2G network of MTNL Delhi comprises of around 1000 Macro and 90 Micro BTSs and MTNL Mumbai comprises of around 890 Macro and 220 Micro BTSs. The Objective of this Tender is to invite GSM & WCDMA equipment manufacturers/suppliers to provide Technical and Commercial proposals for the Supply, Installation, Testing, Redeployment of exiting network elements, Commissioning and Integration of ordered 2G/3G network elements given under Schedule of Requirements in Section-V & as per the broad technical specifications given under Section-VI of this document with the exiting 2G/3G network. Bidder will also be required to redeploy / relocate / re-parent the existing 2G/3G BTSs / Node Bs BSCs / RNCs along with required associated elements at the time of deployment of ordered systems as per the field / network requirements. DEFINITIONS: (a) (b) (c) (d) The Purchaser means the Mahanagar Telephone Nigam Limited (M.T.N.L.). The Bidder means the individual or firm who participates in this tender and submits its bid. The Supplier means the individual or firm supplying the goods/providing services under the contract. The Goods mean all the Hardware, Software and other materials which the supplier is required to supply/provide to the purchaser under the contract for commissioning/proper operation of the system and also includes any spares for the equipment. Advance Purchase Order (APO) means letter indicating the intention of the purchaser to place Purchase Order on the bidder. The Purchase Order means the order placed by the Purchaser on the Supplier, duly signed by the Purchaser and includes all attachments and appendices hereto

1.2

1.3

2.

(e) (f)

and all documents incorporated by reference therein. The purchase order shall be deemed to be the contract, which is defined below. (g) Contract means the agreement between MTNL and the successful bidder called Contractor for the execution of the works including supply of all documents to which reference may be made in order to ascertain the rights and obligations of the parties and shall include the Instructions to bidders, General Terms and Conditions of the Contract, Addenda, Supplementary Agreement(s) (if any) as part of the Contract. The Contract Price means the price payable to the supplier under the purchase order for the complete fulfillment and proper performance of its contractual obligations to the satisfaction of MTNL. Contract Date means the date on which the Contract comes into effect in accordance with clause No.31 of Section II. Certificate of Acceptance means the certificate issued by MTNL to the Contractor upon completion of the acceptance tests of the Equipment/works. Progress Report means the reports prepared by the contractor containing details of the progress and implementation of the project as required by MTNL. Site means the place(s) other than the Contractors premises, to which the Equipment(s) and System(s) are to be delivered and installed. Variation Orders means a written agreement entered between the parties varying the items mentioned in the Schedule of Prices. Works means the jobs undertaken by the Contractor in order to complete the tasks falling within the scope of the Contract. OEM for this tender means manufacturer company) of the Goods referred in this tender. (including its subsidiaries/ parent

(h)

(i) (j) (k) (l) (m) (n) (o) (p)

Commissioning means successful completion of acceptance testing procedures as may be prescribed by MTNL and one months of trial operation (Stabilization Period) thereafter.

3.

ELIGIBILITY CRITERIA: The bidder should meet all the following eligibility conditions:

(i)

The bidder should be a reputed OEM (Original Equipment Manufacturer) of GSM & WCDMA equipment i.e. NSS (core for 2G & 3G), 2G & 3G RAN and Packet core. In Case OEM is a foreign company, its Indian subsidiary is also authorized to bid.
OR

Registered Indian companies involved in manufacturing of Telecom equipments having TOT (Transfer of Technology) agreement with OEM meeting the above eligibility requirements given in para (i) above are also eligible to bid. A copy of the TOT agreement & MoU agreement for meeting the tender conditions is required to be enclosed with the bid. In case of an OEM submitting bid directly as well as through an Indian Registered Company having TOT agreement with OEM, or OEM having TOT agreements with more than one firm in this tender then all such bids will be summarily rejected, however, OEM can have multiple MOU agreements for the cases, where expansions of the existing equipments are required as per the scope of this tender. (ii) The bidder or their earlier/present collaborators whose equipments are in operation in the MTNL cellular networks shall be eligible to bid only if they furnish an undertaking to the

effect that (a) they shall undertake the up-gradation / expansion of the existing network elements at the prices to be determined/ finalised through this tender, even if they are not the successful bidder and (b) they shall not charge higher cost over & above quoted in this tender from other bidders for expansion requirements envisaged in this tender. (iii) The bidders or their parent company having any equity stake or operating partnership with any of the existing unified license/cellular operators in Delhi & Mumbai except BSNL in India shall not be eligible to participate in the tender. Successful bidder shall not have equity share/enter into partnership with any cellular mobile operator in Delhi & Mumbai for a period of 2 years from the date of submission of bid. The bidder shall furnish a certificate in this regard, which shall form the part of the bid. GSM EXPERIENCE The bidder or their parent company or the OEM with whom Bidder has TOT / MoU for this tender, must possess experience of planning, engineering, supply, installation, commissioning of at least a total of 5 million lines of GSM 900 and/or GSM 1800 network equipment including GPRS or EDGE in not less than 3 countries. As project may involve swapping / relocation of existing 2G / 3G BSS Network elements, the bidder should also possess experience of swapping / relocation works of BSS (BSC/RNC & BTS/Node-B) Network elements of other OEMs of at least 200 BTS / Node B in any of the telecom operator network . The experience shall include among other activities de-commissioning, de-installation, re-installation and re-commissioning of the swapped BSS and implement full inter-working in a multi-vendor environment. Only successfully completed contracts of the Bidder or its parent company shall be counted towards such experience. Out of above mentioned 5 million lines, the bidder or their parent company should also have supplied, installed and commissioned at least one GSM network and working satisfactory for a minimum period of 2 years at the time of NIT. (v) WCDMA EXPERIENCE The bidder or their parent company should have supplied, installed & commissioned a minimum of 1000 Node Bs. The name and address of the Operator of these 1000 Node B with date of commercial launch is to be included in the bid. These 1000 node Bs should be from not more than three networks and should be other than the country of origin. The bidder or parent company should have successfully completed IOT test of their NSS/ UTRAN / GERAN / Packet core with vendors existing in the MTNL network(Alcatel, Motorola / Huawei etc). An IOT Matrix showing IOT tests conducted with different vendors equipment should be submitted with the bid. The bidder shall submit references in the form of an original certificate with company seal from the of the company (including name, designation, telephone number, fax numbers and email 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. MTNL reserves the right to verify network operator signed by the senior official the same by visiting such references for which necessary arrangements to be made by the bidder. However, the cost of TA/DA shall be borne by MTNL. Bidder shall give an undertaking for network elements to support both 2G & 3G technologies for next 7 years with a product portfolio and roadmap till 3GPP R10 for committed deliveries and its implementation in the entire network.

(iv)

(vi)

(vii)

(viii)

(ix)

The bidder should submit an undertaking to set up necessary infrastructure in Delhi & Mumbai for project implementation, O&M support and annual maintenance contract within 3 months of issue of LoI. The Bidder shall be a company having a minimum turnover of Rs 200 crores each in the last two financial years (i.e. 2009-10 and 2010-11). In case the audited report for FY 10-11 is not available, the audited reports of the two earlier financial years namely FY 08-09 and FY 09-10 may be submitted. Such audited reports shall be substantiated by the audited profit and loss account. The turnover of the parent company in case of an Indian subsidiary would be taken into consideration. Necessary certificate from the relevant network operator as specified above shall be submitted by the Bidder as part of the technical and commercial Bid to establish the proveness of the Equipment offered. All documents submitted in the Bid should be in English. In case the certificate viz experience, registration etc. is issued in any other language other than English, the Bidder shall attach an English translation of the same duly attested by the Bidder & the translator to be true copy in addition to the relevant certificate. All computer generated documents should be duly attested/ signed by the Bidder. The Bidder shall submit an irrevocable undertaking duly signed by it and its collaborator (if applicable) stating that both of them i.e. the Bidder and its collaborator shall be liable for due performance of the Contract jointly and severally, failing which both of them shall be liable to be barred from having any business dealing with MTNL for a period of three years The Bidder shall provide an undertaking to undertake the annual maintenance as per the provisions of Annexure-I of Section IV in this Tender Document. The experience of OEM would be taken into consideration for meeting eligibility requirement vide clauses mentioned above. 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.

(x)

(xi)

(xii)

(xiii)

(xiv) (xv) 4.

5. 5.1

BID DOCUMENTS: The goods and services required, bidding procedures and contract terms are prescribed in the Bid Document. The Bid Documents include the following: Sl. No. TITLE 1 2 3 4 5 6 7 8 9 10 Notice Inviting Tender (NIT) Instructions to bidders General Conditions of Contract Special Conditions of Contract Schedule of Requirements Technical Specifications Bid Form & Price Schedules Performa for Bid Security Performa for Performance Bank Guarantee Performa for Additional Bank Guarantee Section No. Section -I Section -II Section - III Section -IV Section - V Section -VI Section - VII Section - VIII Section - IX Section-X-A Page No.

11 12 13 5.2

Performa for Security Bank Guarantee Integrity Pact Guidelines of MTNL on Banning of Business Dealings

Section-X-B Section - XI Section - XII

The Bidder is expected to examine all instructions, forms, terms and specifications in the Bid Documents. Failure to furnish all information required per the Bid Documents or submission of bids which are not substantially responsive to the Bid Documents in every respect may result in rejection of the bid. In respect of interpretation/clarification of each and every clause of this tender and in respect of any matter relating to this tender, the decision of MTNL will be final. CLARIFICATION OF BID DOCUMENTS A prospective bidder, requiring any clarification on the Bid Documents shall notify the Purchaser on line by using the e-procurement site of MTNL. The Purchaser shall respond in writing to any request for the clarification of the Bid Documents, which it receives latest by 15.03.2012. The query (without identifying the source) and clarifications by the Purchaser shall be posted on MTNLs website for information of all the prospective bidders. Any clarification issued by MTNL in response to query raised by prospective bidders shall form an integral part of bid documents and it may amount to an amendment of relevant clauses of the bid documents. The bidders are required to keep a watch on the MTNL Web Site w.r.t. 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. MTNL reserves the right for rejection of 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. MTNL, if required, may hold a Pre-Bid conference to discuss the queries raised by the prospective bidders. Venue, Date and time of the conference shall be displayed on the website. The commercial and technical requirements of the tender are subject to revision depending upon the outcome of Pre-Bid conference. The prospective bidders are required to keep a watch on MTNL website for any such revision. AMENDMENT TO BID DOCUMENTS 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/alter any terms & conditions of the bid documents by amendments as long as they are uniformly applied to all. The amendments shall be displayed on MTNLs website and these amendments will be binding on all bidders. In order to give prospective bidders reasonable time to take the amendments into account while preparing their bids or for any other reason, the Purchaser may, at its discretion, extend the last date / time for the submission of bids.

6. 6.1

6.2

6.3

6.4

6.5

7. 7.1

7.2 7.3

8. 8.1

PREPARATION OF BIDS Language of Bid: The Bid prepared by the Bidder and all correspondence and documents relating to the bid exchanged by the bidder and the purchaser shall be written in English language, provided that any printed literature furnished by the bidder may be written in another language but it is to be accompanied by an English translation of its pertinent passage(s) duly signed and verified as true English translation. The responsibility for the correctness of the translation will be solely and completely on the bidder and MTNL shall not be responsible for any loss/likely loss due to error in translation whatsoever. In such cases, for the purpose of interpretation of the bid, the English translation shall only govern.

8.2

Documents comprising the bid The bid prepared by the bidder shall comprise the following components: (a) Documentary evidence to establish the eligibility in accordance with Clause-3 and Clause 11 indicating that the bidder is eligible to bid and is qualified to perform the contract if his bid is accepted. Bid Security furnished in accordance with Clause-13, Section II. A clause-by-clause compliance of the goods/services offered (Sec. II, III, and IV) as per Clause-12, Section II. A bid form and bid price completed in accordance with Clause-9 & 10, Section II A copy of price schedule (Section VII) with all relevant tables duly filled indicating the quantity of each item with price column blanked out must be enclosed with TechnoCommercial bid. Certificates to be submitted in support of eligibility conditions as per Clause 3, SectionII of tender document: (i) Audited Annual reports for Years 2008-09, 2009-10 and 2010-11. (ii) Experience Certificate: The experience certificate shall be submitted as per the following format: a) Experience Certificate must be issued by Service Provider/Operator only. b) Certificate should be on the letter head of the Company containing registered office address of the company. c) Certificate should indicate the date of issue. d) Certificate should contain name and designation of the signatory. e) Certificate should contain Contact Telephone Number or Fax Number or e-mail id of the signatory. f) Certificate should clearly indicate the model and version No. of equipment (hardware) and name and version of software(s) used.

(b) (c) (d) (e)

(f)

g) Date of commissioning of system and period of operation should be mentioned. h) Certificate issued by Bidder, Product (OEM/OD) vendor, or any other third party shall not be considered. i) Press release, website information shall not be considered. j) All certificates should be valid on the date of submission of the bid. No new certificate will be considered after date of submission of the bid. 9. BID FORM: The bidder shall complete the Bid form and the appropriate Price Schedule strictly in the format furnished in the Bid Documents, indicating the goods to be supplied/jobs to be undertaken along with a brief description of the goods, services, quantity and prices as per Section -V & Section -VII. 10. 10.1 BID PRICES: The bidder shall give the total composite price inclusive of all non CENVAT-able Levies & Taxes i.e. Sales Tax/VAT, Packing, forwarding, freight and insurance etc. but excluding Octroi/Entry Tax which will be paid extra as per actuals, wherever applicable. CENVAT-able duties shall be mentioned separately which will be paid extra as per actuals on production of proof of payment. The basic unit price and all other components of the price need to be individually indicated against the goods it proposes to supply under the contract as per the price schedule given in Section VII. The offer shall be firm in Indian Rupees. Prices indicated in the Price Schedule shall be entered in the following manner: (i) The Basic Unit price (Ex-Factory Price) of the goods, Sales Tax/VAT Freight, Forwarding, Packing, Insurance and any other non CENVAT-able Levies/Charges already paid or payable by the supplier shall be quoted separately item-wise. CENVAT-able Levies/charges shall also be quoted separately item-wise. (ii) The supplier shall quote as per price schedule given in Section VII for all the items given in schedule of requirement. 10.3 The Basic Unit Price quoted by the bidder shall remain fixed during the entire period of contract. A bid submitted with an adjustable price quotation (basic and/or non-CENVATable duties) will be treated as non - responsive and rejected. The prices quoted by the bidder shall be in sufficient detail (including details of CENVATable & non CENVAT-able duties) to enable the Purchaser to arrive at the price of equipment/system offered. It is mandatory to quote CENVAT-able duties as per prevailing duties at the time of submission of the bid. DISCOUNT, if any, offered by the bidders shall not be considered unless specifically indicated in the price schedule. Bidders desiring to offer discount shall therefore modify their offers suitably while quoting and shall quote clearly net price taking all such factors like Discount, free supply, etc, into account. The price approved by MTNL for procurement will be inclusive of non CENVAT-able Levies and Taxes, packing, forwarding, freight and insurance as mentioned in para 10.1 above but excluding CENVAT-able duties which will be paid extra on production of proof of payment. Break up in various heads of non CENVAT-able duties i.e., Sales tax, insurance, freight and

10.2

10.4

10.5

10.6

other taxes paid/payable as per clause 10.2 (i) is for the information of the purchaser and any change in these shall have no effect on price during the scheduled delivery period. 10.7 (a) Benefit in custom duty, if any, on account of infrastructure projects shall be passed on to MTNL. The bidder is expected to take action for arranging infrastructure benefits available for telecom sector. It is the responsibility of the bidder to avail the reduced rate of custom duty as applicable. The goods may be shipped in the name of MTNL. The vendor shall be responsible for custom clearance, transportation and insurance till the commissioning and handing over of the system to MTNL etc. on behalf of MTNL, including payment of custom duty, insurance, freight and other charges, if any. MTNL will issue necessary letter of authorization, if required, for the purpose of claiming concessional custom duty as per 10.7(a) whenever applicable.

(b)

11 11.1

DOCUMENTS ESTABLISHING BIDDERS ELIGIBILITY AND QUALIFICATION: The bidder shall furnish, as part of the bid documents establishing the bidders eligibility, the following documents or which ever is required/applicable 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 wherever applicable. (iv) Approval from Reserve Bank of India /SIA in case of foreign collaboration wherever applicable. (v) MOU for third party items quoted by the bidder for maintenance support. (vi) Authorization to bid in the tender. (vii) Eligibility requirement as per clause 3 Section II of tender. The bidder should give audited balance sheets and audited financial statements for the last 2 years (2009-10 & 2010-11) for assessing their financial strength in terms of their turnover of minimum Rs. 200 Crores in each of the last two financial years. Pursuant to Clause 3 & 8.2, the bidder shall furnish, as part of the bid, documents establishing the bidders eligibility to bid, and its financial, technical and production capability to perform the contract. Any subsequent correspondence in this regard shall be treated as post tender offer/clarification and shall not be entertained. The bidders shall have a Nodal Centre in Delhi to facilitate the support for meeting the contractual obligation. In case such support centre is not existing, the bidder will give an undertaking to establish such nodal centre within three months after placement of LoI which shall form part of contractual commitment. The services of the Centre shall be available throughout the period of contract. If any document is not submitted by bidder at the time of submission of bid in support of Bidders Eligibility Criteria, evaluation of bids will be based on available documents in the bid and non submission of documents will be treated as non availability of documents.

11.3

11.4

11.5

11.6

10

12 12.1

DOCUMENTS FOR ESTABLISHING CONFORMITY TO BID DOCUMENTS.

GOODS/SERVICES

ELIGIBILITY

AND

Pursuant to Clause 8.2 the bidder shall furnish as part of his bid, documents establishing the conformity of Bid Documents to all goods and services which the bidder proposes to supply under the contract, by clearly indicating complied or not complied. No ambiguity in compliance should be there in the bids. The documentary evidence of the goods and services shall be to the purchasers satisfaction and the bidder shall state that they will comply with all conditions specified in technical specs and other conditions of this tender. The documentary evidence of the goods and services in conformity to the Bidding document may be in the form of literature, drawings and data. It may comprise of: (a) A detailed description of the goods with essential technical and performance characteristics and sketches, drawings and circuit diagram, physical and technical parameters for all equipments offered including constituent of set of maintenance spares. (b) A list, giving full particulars including available sources and current prices, of all spare parts, special tools, etc. which are necessary for the proper and continuing functioning of the goods. (c) Detailed project implementation schedule covering all the activities of the work and Bar/Pert Chart. (d) A clause-by-clause compliance on the purchasers Technical Specifications and Commercial Conditions demonstrating substantial responsiveness to the Technical Specifications and Commercial Conditions. In case of deviations, a statement of the deviations and exception to the provision of the Technical Specifications and Commercial Conditions shall be given by the bidder. In case there is no deviation, NIL deviation statement shall be given. A bid without clause-by-clause compliance of the Technical Specifications (Section VI), Commercial Conditions (Section III) and Special Conditions (Section IV) shall not be considered. Further, wherever specifications indicate a specific parameter to be met, vendor shall indicate the actual value of the parameter.

12.2

12.3

12.4

For the purpose of compliance to be furnished, pursuant to clause 12.3 above, the bidder shall note that the standard for workmanship, material and equipment and reference to brand names or catalogue number, designated by the Purchaser in its Technical Specifications are intended to be descriptive only and not restrictive. The bidders may substitute alternative brand name and/or catalogue numbers in their bid, provided, that they demonstrate to the purchasers satisfaction that the substitutions are substantially equivalent or superior to those designated in the Technical Specifications and give as reference, the names of organizations or operating companies using similar equipment in the public telecom network. BID SECURITY Pursuant to clause 8.2(c), the bidder shall furnish, as part of his bid, a bid security in the form of Bank Guarantee for an amount of Rs. 2 Crores (Rupees Two 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. In case of bidders

13. 13.1

11

having monetary limit as NO LIMIT, WITHOUT LIMIT, or MORE THAN Rs. 50 LAKHS, the exemption will be limited to Rs.50,00,000/- (Rupees Fifty Lakhs) only. A proof regarding current registration with NSIC for the TENDERED ITEMS will have to be attached along with the bid. (For details of return/adjustment and forfeiting refer to clause 13.5, 13.6 and 13.7 below.) The scanned copy of the bank guarantee for bid security and NSIC certificate shall be enclosed by the bidder in its bid and original copy of bank guarantee shall be submitted to Manager(MM-I), MTNL Corporate Office , Room No. 1314 Jeevan Bharti Building, Tower 1, Connaught circus , New Delhi -110001, before scheduled date and time of opening of the bids. 13.2 13.3 The bid security is required to protect the Purchaser against the risk of bidders conduct, which would warrant the forfeiture of the security, pursuant to Para 13.7. The bid security shall be in the form of a Bank Guarantee as per enclosed format issued by a Scheduled Bank of India in favor of the Purchaser, valid for a period of 180 days from the date of tender opening. A bid not secured in accordance with Para 13.1 and 13.3 shall not be opened by the Purchaser as it is non-responsive and the bid will be returned unopened. The bid security of the unsuccessful bidder will be returned as promptly as possible, but not later than 45 days after the placement of firm Purchase Order by the purchaser or on expiry of the Bid-validity pursuant to clause 14 whichever is earlier. The successful bidders bid security will be discharged upon the bidders acceptance of the Advance Purchase Order (APO) satisfactorily pursuant to the clause 32 and furnishing the performance security. The bid security may be forfeited:

13.4 13.5

13.6

13.7

(a) (b) (c)

If a bidder withdraws his bid during the period of validity specified by the bidder on the Bid form or In the case of a successful bidder, if the bidder fails to sign the contract and furnish performance security in accordance with clause 32 & 33. In both the above cases, i.e. 13.7 (a) & (b), the bidder will not be eligible to participate in the tender for same item for one year from the date of issue of APO. The bidder will not approach the court against the decision of MTNL in this regard.

14. 14.1

PERIOD OF VALIDITY OF BIDS: Bid shall remain valid for 150 days after the date of bid opening prescribed by the Purchaser, pursuant to clause 21. A bid valid for a shorter period shall be rejected by the Purchaser as non-responsive. In exceptional circumstances, the Purchaser may request in writing the bidders unqualified/unequivocal consent for extension(s) to the period of bid validity. The request and the responses there-to shall be made in writing. The bid security provided under Clause 13 shall also be suitably extended. A bidder may refuse the request without forfeiting his bid security. The bidder accepting the request and granting extension will not be permitted to modify his bid.

14.2

12

14

FORMATS AND SIGNING OF BID: The bid shall be typed or printed, numbered sequentially and digitally signed by the bidder or a person or persons duly authorized to bind the bidder to the contract. An index of various documents and page no. where it is available, shall be given. The letter of authorization shall be indicated by written power- of- attorney. The copy power-of-attorney shall be enclosed along with the bid and original Power-of-Attorney shall be submitted along with the bid security to Manager(MM-I), MTNL, Corporate office, Room No. 1314, Jeevan Bharti Building, Tower-I, Connaught Circus, New Delhi-110 001.

15

PROCEDURE FOR SUBMISSION OF BIDS Bidders are required to familiarize themselves well in advance with e-procurement system and on line bidding procedure. Bidders are advised to upload their bid well in time to avoid last minute problem/error/mistake etc. In case any problem in submission of bid-online Manager (MM-I) MTNL CO may be contacted at Tel.No.011-23353529.

16 17.1

SEALING AND MARKING OF BIDS: Bids along with documents as indicated in clause 8.2 shall be digitally submitted in the format prescribed by MTNL. The supporting documents shall be suitably mapped along with the format. Tender opening: Tender will be opened online by the designated tender opening committee of MTNL on the schedule date and time of opening of the bids. The representative of the bidders may attend the bid opening either online after logging on to the MTNLs eps portal or at MTNL premises. DEADLINE FOR SUBMISSION OF BIDS: Bids must be received by the Purchaser not later than 15.00 hrs. on due date. The Purchaser may, at its discretion, extend this deadline for the submission of bids by amending the Bid Documents in accordance with Clause 7 in which case all rights and obligations of the Purchaser and bidders subject to the previously subject to the deadline will thereafter be subjected to the deadline as extended. The bidder shall submit his bid offer against a set of bid documents downloaded by him for all or some of the systems/equipment as per requirement of the Bid Documents. He may include alternate offer, if permissible as per the bid. However, not more than one independent and complete offer shall be permitted from the bidder. LATE BIDS: E-procurement system is date and time locked. The system will not accept any bid after the scheduled date and time of submission of the bids.

17.2

17 17.1 17.2

17.3

18

19 19.1 19.2

MODIFICATIONS AND WITHDRAWAL OF BIDS: The bidder may modify or withdraw his bid after submission prior to the deadline prescribed for submission of bids. No bid shall be modified subsequent to the deadline for submission of the bids.

13

20

BID OPENING Opening of bids by purchaser:

20.1

The Purchaser will open bids at 15.00 hrs. on due date as per Clause 17.2. The bidder representative (maximum two) who choose to be physically present at MTNL premises 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. If the date fixed for opening of bids is subsequently declared a holiday by the MTNL, a revised date of opening will be notified. However in the absence of such notification, the bid will be opened on the next working day, time and venue remaining unaltered. 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(s) of its bid. The request for clarification and the response shall be on line. However, no post bid clarification at the initiative of the bidder shall be entertained.

20.2

21

22 23.1

PRELIMINARY EVALUATION: Purchaser shall evaluate the bids to determine whether they are complete, whether any arithmetical 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.

23.1.1 If the sum of components of the unit price adds up to an amount different from the quoted unit price, still the quoted unit price will be taken into account for evaluation. However, lower of the two prices i.e., quoted unit price or sum of the components of unit price shall be considered for ordering. 23.1.2 If the sum of total prices in any table of Section-VII Part-II is different than the actual sum, then the higher prices will be considered for evaluation of the bid and lower prices will be considered for ordering purpose. 23.2 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. Prior to the detailed evaluation pursuant to clause 24, the Purchaser will determine the substantial responsiveness of each bid to the Bid Document. For purposes of these clauses, a substantially responsive bid is one which confirms to all the terms and conditions of the Bid Documents without material deviations. The purchasers determination of bids responsiveness shall be based on the contents of the bid itself without recourse to extrinsic evidence. A bid, determined as substantially non-responsive will be rejected by the purchaser and shall not subsequent to the bid opening be made responsive by the bidder by correction of the non-conformity.

23.3

23.4

14

23.5

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. EVALUATION OF TECHNO-COMMERCIAL BIDS: Criteria for technical and commercial qualification shall be the following: (a) (b) Capability of the bidding company to undertake the project in terms of its Technical expertise & financial strength. Experience of the bidding company in undertaking similar projects in India and / or abroad. Customers satisfactory performance certificates shall be attached.

24 24.1

(c) Performance report of the system/equipments supplied by the bidding company. Support given by the bidders company in operation and maintenance of the systems supplied by them. (d) Bidding company's commitment, ability and promptness to support maintenance of the system including supply of spares.

(e) Strength of the bidder to give maintenance support on long-term basis. (f) 24.2 Ability and willingness to train MTNL personnel to operate the system and perform first line maintenance.

The details of financial strength and experience of the bidders shall be examined to determine whether the bidders meet the qualification in accordance with the criteria specified in Clause 3 & 11 above. During the technical evaluation, MTNL 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 MTNL. The bids that do not meet all the requirements will be rejected. A detailed evaluation of techno-commercial bids of all substantially responsive bids will be carried-out and a list of technically and commercially acceptable bids will be made. EVALUATION OF PRICE BIDS The price bid of the technically and commercially acceptable bidders will be opened on-line in the presence of bidder's representative(s) who choose to attend on the date and time of opening of price Bid. The bidder's name and bidders quoted final price (Including of all Non-CENVATable duties & taxes) as per Table-6 of Section VII shall be made available on-line at the time of opening of price bids. Evaluation of the price bids and ranking of the bidders shall be based on the price of goods and services inclusive of non CENVATable duties and taxes (excluding CENVATable duties and Taxes) on the basis of following criteria: i) ii) Price of equipment. Charges for Services.

24.3

24.4 24.5 25. 25.1

25.2

25.3

15

iii) iv) 25.4

Cost of AMC. Price of Spares for all network elements.

PROCEDURE FOR EVALUATION: (a) The evaluation for Delhi & Mumbai will be done separately. (b) A bidder can quote either for one city or for both cities. (c) The contract for each city will be awarded to only one successful bidder whose offer has been determined as the lowest evaluated price for that city. (d) Price of each bidder will be arrived at, as per clause 25.3. Any discounts, which have been taken by vendors in their price quotes & calculation, will be suitably factored into by the purchaser while arriving at price. (e) The final price so evaluated for each bidder, for each city, shall be ranked in ascending order and preference shall be given to lowest figure.

26 26.1 26.2

EVALUATION AND COMPARISON OF SUBSTANTIALLY RESPONSIVE BIDS The Purchaser shall evaluate in detail and compare the bids previously determined to be substantially responsive pursuant to clause 23. The evaluation and comparison of responsive bids shall be done on the basis of net cost to MTNL on the price of goods and Services offered inclusive of Duties and Taxes (but excluding CENVAT-able Duties & Taxes) sales tax/VAT, packing, forwarding freight & insurance charges etc. As stipulated in Clause 10.1, Octroi/Entry taxes are not to be included in the composite price and hence the same will not be considered for the purpose of evaluation and comparison of bids. However, Octroi/Entry Taxes will be paid extra as per actuals wherever applicable on production of proof of payment/relevant invoices/ documents. CONTACTING THE PURCHASER: Subject to clause 22, 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, or at any other time and in the event of its being so established by MTNL, the bidders tender may be cancelled. Any effort by a bidder to modify his bid or influence the Purchaser, in the Purchasers bid evaluation, bid comparison or contract award decisions, may result in the rejection of the bid. AWARD OF CONTRACT: PLACEMENT OF ORDER The Purchaser shall consider placement of orders for commercial supplies only on those eligible bidders whose offers have been found technically, commercially and financially acceptable. The Purchaser reserves the right to counter offers price(s) against price(s) quoted by any bidder.

27 27.1

27.2

28

29

AWARD CRITERIA: Subject to clause 28, the purchaser will award the contract to only one successful bidder in each city whose bid has been determined to be substantially responsive, technically and commercially acceptable and has been determined as the lowest evaluated price bid provided further that bidder is determined by the purchaser to be fully qualified to perform the contract satisfactorily.

16

30

PURCHASERS RIGHT TO VARY QUANTITIES AT THE TIME OF AWARD OR PLACING ORDERS: (a) MTNL will have the right to increase or decrease up to 25% of the value of goods and services specified in the schedule of requirements without any change in the unit price or other terms and conditions at the time of award of contract. (b) In exceptional situation where the requirement is of an emergent nature and it is necessary to ensure continued supplies from the existing venders, the purchaser reserves the right to place repeat order up to 50% of the value of goods and services contained in the running tender /contract within a period of twelve months from the date of commissioning/commercialization of the project(date of acceptance of APO of the items procured in case where no installation, commissioning is involved) 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. (c) Further if required, an additional order for 50% of the value of the goods & services limited to 100% of the value of goods and services contained in the running tender/contract may be placed within a period of twelve months from the date of commissioning/commercialisation of the project(date of acceptance of APO of the items procured in case where no installation, commissioning is involved) the existing vendors at the same rate or a rate negotiated (downwardly) considering the reasonability of rates based on prevailing market conditions and the impact of reduction in duties and taxes etc. Explanation: For the purpose of Clause 30(b) & (c) above, date of commissioning/commercialisation of the project shall be taken as date on which the commercial utilisation of the equipment is started by MTNL for provisioning of services to subscribers.

31

PURCHASERSS 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 to contract without assigning any reasons whatsoever and without thereby incurring any liability to the affected bidder or bidders on the grounds of the Purchasers action.

32 32.1 32.2

NOTIFICATION OF AWARD (ISSUE OF APO): The issue of an Advance Purchase Order shall constitute the intention of the Purchaser to enter into contract with the bidder. The bidder shall within 14 days of issue of the advance purchase order, give his acceptance along with performance security in conformity with Section-IX provided with the bid document. SIGNING OF THE CONTRACT: The issue of Purchase order shall constitute the award of contract on the bidder. Upon the successful bidder furnishing performance security pursuant to clause 32, the Purchaser shall discharge the bid security in pursuant to clause 13.

33 33.1 33.2

17

34

ANNULMENT OF LETTER OF INTENT: Failure of the successful bidder to comply with the requirement of clause 33 above shall constitute sufficient ground for the annulment of the acceptance of the bid and forfeiture of the bid security in which event the Purchaser may make the offer to any other bidder at its discretion or call for new bids.

35

QUALITY ASSURANCE REQUIREMENTS The supplier shall have Quality Management System supported and evidenced by the following: A Quality Policy. A management representative with authority and responsibility for fulfilling QA requirements and for interfacing with purchaser in the matters of Quality. Procedure for controlling design/production engineering, materials, choice of components/vendors, manufacturing and packaging process for supplying quality products. System of Inward Good Inspection. System to calibrate and maintain required measuring and test equipment. System for tracing the cause for non-conformance (traceability) and segregating product which 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.

36

While all the conditions specified in the Bid documents are critical and are to be complied, special attention of bidder is invited to the following clauses of the bid documents. Noncompliance of any one of which shall result in out right rejection of the bid. (i) Clauses 13.1, 13.3 & 14.1 of Section II: The bids will be rejected at opening stage if Bid security is not submitted as per Clauses 13.1 & 13.3 and bid validity is less than the period prescribed in Clause 14.1 mentioned above. (ii) Clause 3 & 11 of Section II: If the eligibility condition as per clause 3 of Section II is not met and/or documents prescribed to establish the eligibility as per Clause 11 of section II are not enclosed, the bids will be rejected without further evaluation. (iii) Clause 12.3 (d) 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. (iv) 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. (v) Section VII Price Schedule: Prices are not filled in as prescribed in price schedule. (vi) Section II clause 10.5 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

18

their offer suitably while quoting and shall quote clearly net price taking all such factors like Discount, free supply etc. into account. 37 Purchaser reserves the right to disqualify the supplier for a suitable period who habitually failed to supply the equipment in time. Further, the suppliers whose equipment do not perform satisfactory in the field in accordance with the specifications may also be disqualified for a suitable period as decided by the purchaser. Purchaser reserves the right to blacklist a bidder for a suitable period in case he fails to honor his bid without sufficient grounds. The bidder should give a certificate that none of his/her near relative is working in the units as defined below where he is going to apply for the tender. In case of proprietorship firm certificate will be given by the proprietor. For partnership firm 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 MTNL will not pay any damage to the company or firm or the concerned person. The company or firm or the person will also be debarred for further participation in the concerned unit. The near relatives for this purpose are defined as: (a) Members of a Hindu undivided family. (b) They are husband and wife. (c) The one is related to the other in the manner as father, mother, son(s) & Sons wife (daughter in law), Daughter(s) and daughters husband (son in law), brother(s) and brothers wife, sister(s) and sisters husband (brother in law). 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 MTNL unit as per details given in tender document. In case at any stage, it is found that the information given by me is false/incorrect, MTNL shall have the absolute right to take any action as deemed fit/without any prior intimation to me. **

38 39

19

SECTION - III GENERAL CONDITIONS OF CONTRACT 1. APPLICATION: The general conditions shall apply in all contract made by the Purchaser for the procurement of goods. 2. STANDARDS: The goods supplied under this contract shall conform to the standards mentioned in the Technical Specifications. 3. PATENT RIGHTS: The supplier shall indemnify the purchaser against all third-party claims/actions of infringement of patent, trademark or industrial design rights arising from use of the goods or any part thereof in Indian Telecom Network. 4. 4.1 PERFORMANCE SECURITY 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. The proceeds of the performance security shall be payable to the Purchaser as compensation for any loss resulting from the suppliers failure to complete its obligations under the contract. The performance Bond shall be in the form of Bank Guarantee issued by a scheduled Bank and in the form provided in Section IX of this Bid Document. The performance security Bond will be discharged by the Purchaser after completion of the suppliers performance obligations including any warranty obligations under the contract. ACCEPTANCE PROCEDURE / INSPECTIONS AND TESTS: The purchaser or his representative/BSNL QA shall have the right to inspect and test the goods for their conformity to the Specifications. The test schedule will be mutually decided between supplier & MTNL. In case the purchaser decides to conduct such tests on the premises of the supplier or its sub-contractor(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. Number of personnel to be deputed for the purpose of inspection, testing etc., shall be decided by MTNL and the costs such as air ticket, lodging and local transportation, daily allowances etc. is to be borne by the MTNL. Other expenses relating to such inspection testing will be to Contractor's Account. Should any inspected or tested goods 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.

4.2

4.3 4.4 5. 5.1

5.2

20

5.3

Notwithstanding the pre-supply tests and inspections prescribed in Clause 5.1 to 5.2 above, the equipment and accessories on receipt in the Purchaser's premises will also be tested during and after installation before "take over" and if any equipment or part thereof are found defective, the same shall be replaced free of all costs to the purchaser at site as laid down in clause 5.4 below, within such time so as not to delay the project commissioning. If any equipment or any part thereof, before it is taken over under 5.5, be defective or fails to fulfil the requirements of the contract, the inspector shall give the supplier notice setting forth details of such defects or failure and the supplier, shall make the defective equipment good, or alter the same to make it comply with the requirements of the contract forthwith and in any case within a period not exceeding two weeks 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 right to reject and replace at the cost of the supplier the whole or any portion of the equipment as the case may be. Also any additional cost arising due to such delay shall be borne by the contractor. This shall also include the cost of extra stay of inspection team etc. The cost of any replacement made by the purchaser or additional cost referred above shall be deducted from the amount payable by the supplier. When the performance tests called for have been successfully carried out, the inspector / ultimate consignee will forthwith issue a Taking Over Certificate. 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 which do not materially affect the commercial use thereof provided that the supplier shall undertake to make good the same in a time period not exceeding six months. The Taking Over Certificate (TOC) shall be issued by the ultimate consignee within six weeks of successful completion of tests. Nothing in clause 5 shall in any way release the supplier from any warranty or other obligations under this contract. Inspection and testing shall be as per provisions in the Technical Specifications. Unless specified otherwise inspecting authority shall be MTNL as per clause 5.1 above or any other agency authorized by MTNL. Payment to BSNL QA for testing of Equipment: (i) If the QA testing is carried out by BSNL QA, then the suppliers of MTNL shall make payment to BSNL QA on behalf of MTNL @ 0.5% of ex-factory value of equipment + applicable service tax. BSNL QA shall issue a receipt in the name of MTNL for the testing charges clearly mentioning the details of PO, equipment description etc. The supplier shall submit the above receipt in original to MTNL for reimbursement of the payment after the equipment has been delivered to MTNL.

5.4

5.5

5.6 5.7 5.8 5.9

(ii) 6. 6.1

DELIVERY AND DOCUMENTS: Delivery of the goods shall be made by the supplier in accordance with the terms specified by the purchaser in its Schedule of requirements and in the Special Conditions. The goods shall remain at the risk and responsibility of the supplier until commissioning has been completed. The delivery of the equipment shall commence as specified and be completed within time schedule specified in the tender and this along with completion of the turn key project for each city as per schedule shall be essence of the contract.

6.2

21

6.3

MTNL shall be allowed to reproduce strictly for its own use as per requirements handbooks and drawings of the equipments for training, installation and maintenance requirements. Handbooks shall be written in a clear and precise form in the English language to ensure efficient installation, testing and maintenance of all Equipment / system supplied. Standard instruction manuals and handbooks shall also be supplied by the contractor. TRAINING: Details of training is given under Clause 57 of Section IV. DESIGN The contractor shall be solely responsible for the correct design of the equipment and system offered. If subsequent modification or changes of equipment or system configuration or software are necessary for the supplied equipment or system to function in accordance with the Technical Specifications, the contractor shall bear all the additional cost involved in modifying the equipment. The contractor shall not without prior consultation with MTNL, change the basic design and construction of the equipments. MTNL reserves the right during the contract period to ask the contractor for introduction of the latest technology from time to time whenever considered necessary and the contractor shall fulfill such request from MTNL. INSTALLATION, TESTING, COMMISSIONING, ON LINE SUPPORT & MAINTENANCE SUPPORT: INSTALLATION, TESTING, COMMISSIONING: Successful bidder(s) shall have to arrange installation, testing & commissioning of all the equipments at Delhi and Mumbai. For this purpose, the vendor shall quote their rates as per Table (3), Section VII Part-II. SPARES: The vendor shall quote his prices of complete equipment as per Price Schedule keeping in view the free supply of all spares including 2% of total quantity of each type of card (minimum of 2 Nos of each type of card) offered in each equipment (rounded to next higher integer value) or as recommended by the bidder, whichever is higher) for one year during warranty. For this purpose, the vendor shall submit a detailed list in the tender itself. These spares shall be supplied along with main equipment. A certificate to ensure that these spares shall be sufficient for maintenance during the warranty period/AMC(in case MTNL enters into AMC with the vendor), shall have to be given by the supplier and any additional spares or any additional quantities of above mentioned spares, if required, shall be supplied free of cost. These spares will not be paid for separately .These spares shall be stored separately at MTNL Delhi & Mumbai. These spares shall also be used during AMC and shall be retained by MTNL at the end of warranty, in case MTNL doesnt opt for AMC, or at the end of AMC. In addition to spares mentioned in clause 10.1 above, the bidder shall separately submit a detailed list of all spares along with their individual unit prices in Table-5 of Section VII (Part-II). The quantity of these spares shall be sufficient for maintenance of network for 5 years. The Unit prices may be quoted to ensure that all the spares have been included in the list. The bidder shall certify that any spares, not included in the list and required subsequently shall be supplied free of cost. These spares may be purchased by MTNL as per its requirement in case the AMC is discontinued/ terminated or MTNL may purchase them after the warranty/AMC period.

7. 8. 8.1

8.2

9. 9.1

10. 10.1

10.2

22

10.3

(a) (b)

Bidder shall ensure the availability of these spares for at least successful completion of warranty period. In the event of termination of production of the spare parts:

7 years after

(i) Advance notification to the purchaser of pending termination (not less than 2 years) in sufficient time to permit the purchaser to procure needed requirement; and (ii) Following such advance intimation of termination, furnishing at no cost to the purchaser, the blue prints, drawings and specifications of spare parts, if and when requested. 11. WARRANTY:

11.1 The supplier 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) one year after the equipment has been taken over under clause 5.5 above. Warranty shall also include replacement of faulty Software. 11.2 The period of Warranty (including spares and consumables) shall be one year from the date the equipment in the network has been taken over as per the provisions relevant clause of Section III (General Conditions) of the tender document. 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. Replacement under warranty clause shall be made by the supplier free of all charges at site including freight, insurance and other incidental charges. PAYMENT TERMS: Payment shall be made in Indian Rupees. Payment Terms shall be as follows. 12.1 a) For Core & VAS elements 25% of H/W cost (excluding CENVATable duties & taxes) will be paid on supply of all the ordered Core & VAS elements along with all associated accessories required for successful installation & commissioning of the elements / equipments.

11.3

11.4 12.

23

b)

45% of H/W cost, 70% of S/W cost & 70% of services cost(excluding CENVATable duties & taxes) of these items will be paid on successful installation & commissioning of all the ordered Core & VAS elements along with their successful integration in the network. 10% of H/W cost, 10% of S/W cost & 10% of services cost (excluding CENVATable duties & taxes) of these items will be paid after 6 months of installation & commissioning of all the ordered Core & VAS elements along with their successful integration in the network.

c)

d) 10% of H/W cost, 10% of S/W cost & 10% of services cost (excluding CENVATable duties & taxes) of these items will be paid after 12 months of installation & commissioning of all the ordered items (Core as well as Radio) along with their successful integration in the network. e) 10% of H/W cost, 10% of S/W cost & 10% of services cost (excluding CENVATable duties & taxes) of these items will be paid after successful completion of AT / VT or closure of all pending AT / VT points as per due procedure.

12.2 For 2G/3G Radio Network Elements (BTSs, Node-Bs, BSCs, RNCs ,Tools & testers and associated infra items)(A) For BSCs, RNCs & Tools / Testersa) 25% of H/W cost(excluding CENVATable duties & taxes) of supplied materials will be paid on receipt of the full quantity of ordered BSCs, RNCs along with all associated accessories required for their successful installation & commissioning including integration in the network. b) 45% of H/W cost, 70% of S/W cost & 70% of services cost (excluding CENVATable duties & taxes) of the supplied material will be paid on installation & commissioning of full quantity of ordered BSCs & RNCs and their successful integration in the network. c) 10% of H/W cost, 10% of S/W cost & 10% of services cost (excluding CENVATable duties & taxes) of the supplied material will be paid after 6 months of their installation & commissioning along with their successful integration in the network. d) 10% of H/W cost, 10% of S/W cost & 10% of services cost(excluding CENVATable duties & taxes) of the supplied material will be paid after 12 months of installation & commissioning of all the ordered items (Core as well as Radio) along with their successful integration in the network. e) 10% of H/W cost, 10% of S/W cost & 10% of services cost (excluding CENVATable duties & taxes) of these items will be paid after successful completion of AT/VT or closure of all pending AT / VT points as per due procedure. (B) For BTSs, Node-Bs & related infrastructure itemsa) 25% of H/W cost(excluding CENVATable duties & taxes) of supplied materials of these items will be paid on after receipt of all associated accessories required for their successful installation & commissioning including integration in the network and fulfillment of condition under 12.2A(a) above. b) 45% of H/W cost, 70% of S/W cost & 70% of services cost (excluding CENVATable duties & taxes) of the supplied material will be paid on their installation &

24

commissioning or putting into commercial use after successful completion of functional AT which ever is earlier, their successful integration in the network. c) 10% of H/W cost, 10% of S/W cost & 10% of services cost (excluding CENVATable duties & taxes) of the supplied material will be paid after 6 months of their installation & commissioning or putting into commercial use after successful completion of functional AT which ever is earlier along with their successful integration in the network and fulfillment of condition under 12.2A(b) above. d) 10% of H/W cost, 10% of S/W cost & 10% of services cost (excluding CENVATable duties & taxes) of the supplied material will be paid after 12 months of installation & commissioning of all the ordered items (Core as well as Radio) along with their successful integration in the network. e) 10% of H/W cost, 10% of S/W cost & 10% of services cost (excluding CENVATable duties & taxes) of these items will be paid after successful completion of AT / VT or closure of all pending AT / VT points as per due procedure. 12.3 For Redeployment activitiesa) 80% of cost (excluding CENVATable duties & taxes) of material & services will be paid after successful installation & commissioning including integration in the network. b) 10% of cost (excluding CENVATable duties & taxes) of material & services will be paid after 6 months of their installation & commissioning along with successful integration in the network. c) 10% of cost (excluding CENVATable duties & taxes) of material & services will be paid after 12 months of installation & commissioning of all the ordered items (Core as well as Radio) along with their successful integration in the network. 12.4 For AMC the payment (excluding CENVAT-able Duties and Taxes) shall be released in arrears on quarterly basis at the end of each quarter, after successful execution of the work under the AMC agreement (as per Annexure-I of Section IV). (i) Form-C and also a certificate stating that the tendered item (stores) are meant for the use of MTNL shall be provided by the purchaser on the request of the bidder as and when asked for. No payment will be made for goods rejected at the site on testing. Payment of CENVAT-able duties and taxes shall be released as per actuals on production of proof of payment by the supplier with necessary supporting documents i.e. excise/customs invoices etc. in respect of the Duties/taxes which are CENVATable subject to the provision of clause 9.4 of Section-II of the Tender Document. If the supplier fails to furnish necessary supporting documents i.e. Excise/Custom invoices etc. in respect of the Duties/taxes which are CENVAT-able, the amount pertaining to such Duties/Taxes will not be paid.

12.5

(ii) (iii)

13.

PRICES: (a) Prices charged by the supplier for goods delivered and services performed under contract shall not be higher than the prices quoted by the Supplier in his Bid.

13.1 (i)

25

(b) In the case of revision of non- CENVAT-able Statutory Levies/Taxes during the finalization period of tender, the Purchaser reserves the right to ask for reduction in the prices. However, no increase shall be permitted. 13.1 (ii) (a) Prices mentioned in Col. 13 of Table-I & Col.16 of Table-2 of the Price Schedule in Section-VII Part-II of the Bid Document once fixed will remain valid during the scheduled delivery period. Increase and decrease of Taxes and other statutory non- CENVAT-able duties will not affect the price during this period. The revision of CENVAT-able duties (both increase & decrease) shall be allowed while reimbursing the same. Any increase in taxes and other statutory non CENVAT-able duties/levies after the expiry of the 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. The revision of CENVAT-able duties (both increase & decrease) shall be allowed while reimbursing the same in extended delivery period. Vendors should furnish the correct E.D./Customs tariff Head in the Price Schedule. If the credit for Duties and Taxes under CENVAT Credit Rules, 2004 is found to be not admissible at any stage subsequently owing to wrong furnishing of Tariff Head or any other reason, then the vendors will refund such non-admissible amount, if already paid along with penalty if charged by the concerned authority. In case the Duties & Taxes which are non CENVAT-able as per the quotes indicated in the Price Schedule by the vendors and subsequently at any stage it is found that Credit for such Duties & Taxes is admissible as per CENVAT Credit Rules 2004, then the supplier is to submit necessary documents in this regard which may enable the purchaser to avail the CENVAT credit provided such credit is still available for the amount so paid as per CENVAT Credit Rules 2004. However, in case the CENVAT Credit is not available for this amount, then the vendors will refund the amount equivalent to such Duties & Taxes if already paid to them. The purchaser reserves the right to ask the bidders to submit documentary proof confirming the correct Tariff Head from the E.D./Customs authority where the Tariff Head furnished against the particular tendered item by different bidders differs from each other or the same is found apparently not furnished in accordance with E.D./Customs Tariff notifications. The basic prices of items for any requirement for add on orders shall remain firm. The duties/taxes shall be paid as per rates applicable at the time of placement of orders (Both CENVAT-able & Non-CENVAT-able) for any add-on orders.

(b)

13.2

(i)

(ii)

(iii)

(iv)

14. 14.1

CHANGE IN ORDERS: The purchaser may, at any time, by a written order given to the supplier, make changes within the general scope of the contract in any one or more of the following: (a) Drawings, designs or specifications, where goods to be furnished 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.

26

14.2

If any such change causes an increase or decrease in the cost 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 receipt of the change in order. SUB-CONTRACTS: The bidder/the supplier cannot assign/transfer and sub-contract its interests/obligations under the contract without the prior written permission of the purchaser. The supplier shall notify the Purchaser in writing of all sub contracts 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. DELAYS IN THE SUPPLIERS PERFORMANCE Delivery of the Goods and performance of the services shall be made by the Supplier in accordance with the time schedule specified by the purchaser in its purchase order. In case the supply is not completed in the stipulated delivery period, as indicated in the Purchase Order, purchaser reserves the right either to short close /cancel this purchase order and/or recover liquidated damage charges. The cancellation/short closing of the order shall be at the risk and responsibility of the supplier and purchaser reserves the right to purchase balance unsupplied item at the risk and cost of the defaulting vendors. Delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to any or all of the following sanctions: forfeiture of its performance security, imposition of liquidated damages and/or termination of the contract for default. (a)If at any time during the performance of the contract, the supplier encounters condition impending timely delivery of the goods and performance of service, the supplier shall promptly notify to the Purchaser in writing the fact of 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 of performance of the contract subject to furnishing of additional bank guarantee in the format provided in Section -X-A, by the supplier @ 5% of the total value of the Purchase Order. (b) The vendor has to submit their request for extension along with the required additional BG, undertaking as per Clause 26 Section-III (Fall Clause). The decision regarding extension shall be communicated within two weeks of the receipt of request. (c) The initial validity of Additional Bank Guarantee shall be 1 years. The validity of Bank Guarantee may be extended if required. (d) The additional Bank Guarantee shall be released after three months from the date of successful commissioning/continued satisfactory commercial use for 3 months whichever is earlier.

15. 15.1 15.2

16. 16.1

16.2

16.3

16.4 17.

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. PROGRESS REPORT: The contractor shall, at its own costs, compile, prepare and submit on time, periodical progress reports (monthly or as required by MTNL) on the progress of delivery

27

implementation or both, whichever applicable, financial status as well as physical progress of all purchase orders issued by MTNL. 18. 18.1 LIQUIDATED DAMAGES: The date of delivery of the stores and Installation Commissioning stipulated in the acceptance of the tender should be deemed to be the essence of the contract and delivery/Installation & Commissioning must be completed not later than the dates specified therein. Extension will not be given except in exceptional circumstances. Should, however, deliveries be made/installation & commissioning is delayed after expiry of the contracted delivery period, without prior concurrence of the purchaser and be accepted by the consignee, such delivery/installation & commissioning will not deprive the purchaser of his right to recover liquidated damage under clause 18.2 below. (a) FOR DELIVERY OF STORES: Should the supplier fails to deliver the store or any consignment thereof within the period prescribed for delivery, the purchaser shall be entitled to recover 0.5 % of the value of the delayed supply for each week of delay or part thereof for a period up to 10 (TEN) weeks and thereafter at the rate of 0.7% of the value of the delayed supply for each week of delay or part thereof for another TEN weeks of delay. In the case of package supply where the delayed portion of the supply materially hampers installation and commissioning of the systems, L/D charges shall be levied as above on the total value of the concerned package of the Purchase Order. 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 upto the date of QA clearance. (b) INSTALLATION & COMMISSIONING: Should the supplier fail to install and commission the project within the stipulated time the purchaser shall be entitled to recover 0.5% of the value of the purchase order for each week of delay or part thereof for a period upto 10 (TEN) weeks and thereafter @ 0.7% of the value of purchase order for each week of delay or part thereof for another 10 (TEN) weeks of delay. In cases, where the delay affects installation/commissioning of part of the project and part of the equipment is already in commercial use, then in such cases, LD shall be levied on the affected part of the project. (c) 18.3 18.4 19. 19.1 The liquidated damages as per clause 18.2 (a) and 18.2 (b) above shall be limited to a maximum of 12%, even in case the DP Extension is given beyond 20 weeks.

18.2

Provisions contained in clause - 18.2 (a) shall not be applicable for durations (periods) which attract L.D. against clause 18.2 (b) above. Quantum of liquidated damages assessed and levied by the purchaser shall be final and not challengeable by the supplier. FORCE MAJEURE: If at anytime, during the continuance of this contract, the performance in whole or in part by either party of any obligations under this contract shall be prevented or delayed by reason of any war, or hostility, acts of the public enemy, civil commotion, sabotage, fires, floods, explosions, epidemics, quarantine restriction, strikes, lockouts or act of God (Hereinafter referred to as events) provided notice of happenings, of any such eventuality is given by the

28

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 and contract shall be resumed as soon as practicable after such event may come to an end or cease to exist, and the decision of the MTNL as to whether the deliveries have been so resumed or not shall be final and conclusive, provided further that if the performance in whole or part of any obligation under this contract is prevented or delayed by reason of any such event for a period exceeding 60 days either party may, at its option terminate the contract. 19.2 Provided also that if the contract is terminated under this clause, the purchaser shall be at liberty to take over from the contractor 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 manufacturer in possession of the contractor at the time of such termination of such portions thereof as the purchaser may deem fit excepting such materials / bought out components and stores as the contractor may with concurrence of the purchaser elect to retain. TERMINATION FOR DEFAULT: 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/services within the time period(s) specified in the Contract, or any extension thereof granted by the Purchaser pursuant to Clause 16 above. (b) If the supplier fails to perform any obligation(s) under the Contract; and (c) If the Supplier, in either of the above circumstances, does not remedy his failure within a period of 30 days (or such longer period as the Purchaser may authorize in writing) after receipt of the default notice from the Purchaser. (d) In case of security breach. 20.2 In the event of Purchaser terminates the contract in whole or in part, pursuant to clause 20, the Purchaser may procure, upon such terms and in such manner as it deems appropriate, goods similar to those undelivered and the supplier shall be liable to the Purchaser for any excess cost for such similar goods. However, the supplier shall continue performance of the contract to the extent not terminated. The purchaser may, without prejudice, on the happening of any of circumstances, to its other rights under law or the contract provided elsewhere, purchase the balance quantity of the goods at the risk and cost of the supplier and look to him for the payments thereof and can also claim a set off of any dues payable under the contract to the supplier against his any dues under the contract or any previous contract. 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 unwilling, bankrupt or otherwise insolvent, 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. 22. 22.1 ARBITRATION 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, MTNL 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

20. 20.1

21.

29

his own duties or otherwise) with the functions of the CMD, MTNL or by whatever designation such an officer may be called (hereinafter referred to as the said officer), and if the CMD or the said officer is unable or unwilling to act as such, then to the sole arbitration of some other person appointed by the CMD or the said officer. The agreement to appoint an arbitrator will be in accordance with the Arbitration and Conciliation Act 1996. There will be no objection to any such appointment on the ground that the arbitrator is a Government Servant or that he has to deal with the matter to which the agreement relates or that in the course of his duties as a Government Servant he has expressed his views on all or any of the matters in dispute. The award of the arbitrator shall be final and binding on both the parties to the agreement. In the event of such an arbitrator to whom the matter is originally referred, being transferred or vacating his office or being unable to act for any reason whatsoever, the CMD, MTNL 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. 22.2 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. The venue of the arbitration proceeding shall be the office of the CMD, MTNL, New Delhi or such other places as the arbitrator may decide. 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 MTNL or any other person(s) contracting through the MTNL and set off the same against any claim of the Purchaser or MTNL 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 MTNL or such other person(s) contracting through the MTNL. 24. 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 MTNL (Corporate Office). 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. FALL CLAUSE The prices will be governed as per provisions in Clause 13.1 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.

22.3 23.

25.

26 26.1

30

The purchaser, for the purpose of delivery period extension, if any, will determine and intimate the new price, taking into account various related aspects such as quantity, geographical location etc. and the date of its effect for the balance quantity/service to the vendor. In case the vendor does not accept the new price to be made applicable during the extended delivery period and the date of its effect, the purchaser shall have the right to terminate the contract without accepting any further supplies. This termination of the contract shall be at the risk and responsibility of the supplier and the purchaser reserves the right to purchase the balance unsupplied quantity/service at the risk and cost of the defaulting vendor besides considering the forfeiture of his performance security and Additional Bank Guarantee. 26.2 (a) The vendor while applying for extension of time for delivery of equipment /services, if any, shall have to provide an undertaking as We have not reduced the sale price, and/or offered to sell the same or similar equipment/service to any person/organization including Department of central/state Government or any central/state PSU at a price lower than the price chargeable under the contract for scheduled delivery period. (b) In case undertaking in Clause 26.2 (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. 27. MTNL reserves its rights to remove from list of approved suppliers / contractors or to ban business dealings if any bidder/contractor who has been found to have committed misconduct and also to suspend business dealings pending investigation. **

31

SECTION IV
SPECIAL CONDITIONS OF CONTRACT 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 under special conditions of contract shall prevail over those in Section II, Section III and TEC GRs.

2. (a) The Bank guarantee for bid security as prescribed in clauses 13.1 & 13.3 of Section II of the bid document shall be submitted to DGM(MM-I) before the schedule date and time of opening of the bids. The bank guarantee so submitted shall be as per the format given in Section VIII on prescribed judicial paper with stamp of proper value and should contain full address of the issuing branch of the bank with its telephone number and FAX number. (b) In case where the document of bid security is not submitted in the manner prescribed under Clause 1 (a) above, the Techno-commercial/financial offers SHALL NOT BE OPENED AND THE BID SHALL BE REJECTED UNOPENED. 3. The bidders shall submit a hard copy of the bid also before the due date and time of submission of the bids. The hardcopy shall be referred only in case the e-procurement system does not function properly. In the event of any discrepancy between the hard copy and the soft copy submitted online, the soft copy shall govern/prevail. SCOPE of WORK: The work shall comprise of the following activities, which are indicative but not exhaustive: i) The successful bidder will be responsible for supply,planning, design, engineering, installation and commissioning of the complete end to end ordered 2G/3G network elements / Solution (consisting of GMSC /GMGW ,MSC/MGW , BTS ,BSC ,Node B, RNC,SGSN,GGSN etc.) taking into consideration MTNLs existing 2G/3G network. The successful bidder shall conduct the drive test of the existing 2G & 3G network of MTNL Delhi & Mumbai within 8 weeks from award of contract. Based on the result of the drive test, the successful Bidder in consultation with the respective wireless unit will finalize the best possible sites / relocation of existing BTS/Node B from the swapped area.

4.0

ii)

iii) Optimization of the supplied 2G/3G network parameters for seamless integration with the existing elements / Solution networks. iv) Bidder will also be responsible for redeployment /reparenting /re-homing of the existing 2G/3G BTSs / Node Bs, BSCs/RNCs along with required associated elements in Delhi and Mumbai as per schedule of requirement. To understand the working/deployment/planning of existing network topology, the interested bidder(s) can visit the MTNL sites at their own cost prior to the date of bid submission. Request to this effect may be submitted to the tendering authority. The quantities given in the SOR for re-deployment are tentative and may change during actual implementation. Make and Model number of existing 2G/3G network elements / equipments already deployed in MTNL Delhi and Mumbai will be provided to the bidder(s), if desired, on signing of Non Disclosure Agreement (NDA) with MTNL in the format given in Annexure III.

32

v) In case, any of the existing equipment(s) cannot be re-used, the same has to be dismantled and deposited in MTNL store by the vendor. Record of the same has to be maintained and submitted to MTNL. vi) The Supplier shall supply spares as per Clause 10 of Section III-General Conditions of Contract. After successful completion of one year of warranty period, vendor will have to enter into AMC for 5 years with MTNL. The bidders shall quote for a year wise comprehensive Annual Maintenance Contract for 5 years to be signed at the end to warranty period. The terms and conditions of AMC will be as per Annexure-I of this Section. vii) Supply of operation and maintenance manuals (Soft and hard copies). viii) Test / measuring equipment(s) required for measuring the performance of ordered network equipments during validation/Acceptance testing will have to be arranged by the Vendor at site of MTNL. ix) MTNL is also in process of up-gradation / expansion and procurement of Hybrid microwave in place of its existing TDM based Microwave. The activities of current i.e. proposed RF tender and hybrid microwave tender is inter-dependent will roll out almost together. The bidder must go through the hybrid microwave tender document before planning, designing the proposed RF tender. x) Miscellaneous: Any other activity (ies) necessary for the smooth implementation of the system and successful execution of entire scope of work.

xi) MTNL reserves the right for undertaking installation and commissioning (I & C) of BTSs/Node Bs from its internal resources. MTNL will choose quantity & site for I & C as per its requirement. In such cases, the successful bidders will ensure supply all equipments/items required for successful I & C as envisaged in the order. The responsibility of AT & commissioning of such equipments/sites will be the responsibility of MTNL. However, integration of such equipments/sites with existing and new network elements i.e. BSCs/RNCs etc. Will be joint responsibility of MTNL & vendor. MTNL will not pay any I & c charges for such items. 5. (i) The supply of equipment /stores will strictly adhere to the schedule as described in the Purchase Order. (ii) The supply of equipment manufactured in India will be accepted only after quality assurance tests are carried out by BSNL QA/MTNL as per prescribed schedule of BSNL/MTNL and material passing the tests successfully. (iii) No factory inspection is envisaged for imported equipment. However, the supply of imported equipment shall be accepted only if it is accompanied with standard factory test reports of the vendor, certifications of satisfactory completion of the tests and environmental testing certificates as per the tender specifications. (iv) For third party branded (indigenous & imported) items such as computers, servers, storagedevices, computer-peripherals, LAN switches etc. NEBS-3 (GR-63 core/Bellcore-63 compliant) certification by third party accredited labs would also be acceptable in place of QM333. The certification is to be submitted along with the equipment. 6. Purchaser reserves the right to disqualify such bidders who have a record of not meeting contractual obligations against earlier contracts entered into with the purchaser.

33

7.

Any clarification issued by the purchaser in response to query raised by prospective bidders shall form an integral part of bid documents and it will amount to amendment of relevant clauses of the bid documents. Purchaser reserves the right to blacklist a bidder in case he fails to honour his bid without sufficient grounds. 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. AWARD CRITERIA: MTNL reserves the right to award the contract to the successful bidder whose bid has been determined to be substantially responsive, technically and commercially acceptable and has been determined as the lowest evaluated price bid provided further that bidder is determined by the purchaser to be fully qualified to perform the contract satisfactorily. (a) The purchaser reserves the rights to counter offer price(s) against the price(s) quoted by any bidder. For the existing network elements, the bidders are free to quote either for expansion/up-gradation or replacement with new network element. There should be only one option out of above. In case of vendor opting for replacement with New Network Element, vendor has to ensure that the existing capacity plus the new capacity required in this tender should be catered for and the New Network Element should seamlessly work with existing network. (b) Purchaser requires that bidder shall quote for complete bill of material and all other items of cost for complete scope of work, meeting fully and completely the tendered technical specification for total demand as given in Section-V and Section-VI. Any deficiency in bill of material, Hardware, software or other items of cost will be provided by the bidder free of cost for meeting the scope of work & successful commissioning of the ordered items.

8. 9.

10.

11.

The supply shall include 2G & 3G equipment like MSC servers, Media gateways, BTS and Node Bs, SGSN, GGSN, 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), gantry, platforms with hand rails for the existing towers (where new BTS/Node B installed), 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 galvanized iron material. The complete network planning, engineering & optimization of the equipment to meet the objectives of the tender shall be the responsibility of the successful bidder. The successful bidder shall also be responsible for tuning & optimization of the equipment for entire warranty, AMC period and also during expansions. Optimization and Tuning of network would have to be carried out at least once in 6 months. The common control equipment provided in crucial network elements like MSC server/ MGW/ BSC/RNC/Transcoder /GGSN /SGSN /LBA/LBS all OMCs etc. shall be provided in redundant 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 99.999% measured over a period of one year as defined in

12.

13.

34

TEC GR for UMTS Core Network and 99.99% for UMTS Terrestrial Radio Access Network. In case of overload, system should not go into reboot/ reload mode. 14. MTNL shall provide transmission media between MSC SERVERs, MEDIA GATEWAYs, PSTN, Point of Interconnections (PoIs), BSC/RNC and other NSS systems including SGSN/GGSN etc. The bidder shall furnish dimensioning requirements for the same in the bid. Transmission back-haul at all MTNL sites for new BTS / Node B will also be provided by MTNL. It shall be the responsibility of the successful bidder to ensure smooth integration and interoperation of the supplied radio access network with the existing/new core (CS as well as PS, IP-MPLS, OSS). MTNL has IP/MPLS backbone in Delhi & Mumbai comprising of Core routers and Edge routers. MTNL envisages to carry the 2G & 3G traffic/ signalling (voice & data) by connecting GMSC-S, MSC-S, Media gateways, RNCs / BSCs, BTSs / Node Bs through the IP/MPLS backbone. The successful Bidder will be responsible for synchronization of all the ordered equipment with MTNLs existing IP MPLS network. DETAILED BOM: DTR provides a detailed requirement of the Purchaser. The Bidders shall provide along with the techno-commercial Bid, detailed unpriced price schedule as per the SoR indicating along with card level Bill of Materials (BoM) for each of the network elements in the SoR together with their quantity required to meet the performance requirement sought for in the Tender and DTR. A detailed specification of generic items such as laptop and desktop computers, Printers, inverters, UPS etc shall form part of the technical Bid and shall be of latest versions in the market. The card level BoM for all the network elements, but with itemized prices shall form part of the financial Bid. Bids without such details shall be loaded with the price of highest configuration of such items quoted by other Bidders. The Bidder shall ensure that the Bid is complete and comprehensive as regards detailed card level BoM. The submission of detailed BoM sought above shall apply to both hardware and software line items. While the BoM for hardware line items shall have itemized card level prices, the BoQ (Bill of Quotes) for the software line items shall have itemized prices for each of the software block and the number of units of each software block under quantity column. Lump sum price quote for the software line items are not allowed. Every software line item shall have a detailed BoQ with price indicated for each of the component software item together with unit price and quantity. The Bidder shall indicate the software price for each and every feature, facility, interface peripheral etc. as part of their offer and such detailed BoQ with price shall form part of the financial Bid. The same BoQ for the software line items with itemised price masked shall form part of the techno-commercial bid. The price of each of the discrete items in detailed BOM upto card level may be quoted as a percentage of the total price quoted for the main item concerned. While apportioning the percentage price of a main item for which price has been explicitly quoted in the financial Bid, care should be exercised to ensure that the total of all the sub-items forming part of the main item shall be equal to 100 %. A Bid without the detailed BoM/BoQ may be rejected as substantively non responsive. However, if MTNL chooses to consider the Bid, then non-submission of the detailed BoM/BoQ shall be considered as the Bidder conveying his explicit consent to MTNL to exercise the right of MTNL to determine the detailed BoM/BoQ and individual item prices with the information available with MTNL and deemed fit.

15.

16.

17. 17.1

17.2

17.3

17.4

17.5

35

18.

Integration with existing Operations Sub System (OSS): The Successful Bidder for the MTNL Mumbai shall have to ensure that the Network Equipments supplied under this order for MTNL Mumbai are integrated with the existing OSS/ systems working in MTNL Mumbai. Along with other activities, integration will also involve integration of the EMS , OMC-R, OMC-S of the various core network elements supplied under this Tender Document with the existing OSS available in the MTNL Mumbais network to ensure replication of the current reports and monitoring capability (Calendar management, Alarm management, fault management, performance management, security management, software management, diagnostics and statistical information features to be extended) for the new elements as well. The Supplier shall furnish all details of CDR etc to the Purchaser.

19.

Interworking with existing network elements

19.1 It shall be the responsibility of the Successful Bidder to make the Equipment supplied under this project inter-work with all other network elements including B&CCS and LIS as part of this Tender Document. The Vendor shall ensure that the interworking of network with the various network elements of other technology in the licensed service areas of the MTNL Mobile network (both post-paid and pre-paid services) for seamless 2G<->3G interoperability, reselection, handoff, hand over etc between new and old core network, new / old core and new / old RAN and between the new RAN and existing RAN (GERAN as well as UTRAN) and provision of services to its subscribers. For integration & successful operation of the ordered equipment with the existing network, wherever required, the bidder shall be responsible for meeting out any, hardware requirement in terms of interfaces etc and the software requirement such as additional licenses/API implementation etc in the existing Network free of all costs. It shall be the responsibility of the Supplier to identify the network elements for which upgradation will be required and such upgradation shall form part of the bid. The scope of upgradation of the existing network infrastructure shall include necessary upgrades to ensure smooth interworking of offered equipment with existing equipment with regard to voice and data handovers and reselections. This shall not include capacity upgradation of the existing equipments to meet present tender specifications. 19.2 The work of upgradation of the existing network elements being proprietary in nature, it is expected that the Successful Bidder shall coordinate and get the work done from the present incumbents. In case the Successful Bidder fails to establish seamless interworking with the existing equipments, MTNL reserves the right to get upgradation done by the incumbent vendors at the cost of the Successful Bidder. 19.3 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. 20. 20.1 (a) (b) Taking Over of Sites: Core Network Elements: These sites (Core elements, BSCs / RNCs etc) shall be taken over after three month of proving-in during which time the Supplier will undertake all O&M activities. The sites shall be made over with the following documents ( 2 sets): (i) Approved layout plan (along with soft copy in AutoCAD)

36

(ii) IP design documents (iii) CDs of the softwares loaded on the network elements (iv) System configuration documents (v) Details of all the RF Parameters like tilt, orientation, azimuth, lat/long etc. (vi) Asset details of all active & passive infrastructure including card level equipage. (vii) Acceptance Test results and clearance letter. (viii) Details of O&M logs and preventive and corrective maintenance tests done. (ix) Infrastructure Alarms for MTNL owned sites (not for other operator shared sites) (x) Prescribed preventive and corrective maintenance practices 20.2 BTS/Node B Sites shall be taken over for after three month of proving-in during which time the Supplier will undertake all O&M activities. Diesel for the DGs shall be borne by MTNL during this period. The Successful Bidder will have to ensure 24-hour security for protecting the assets till this period is over and then the site shall be made over to MTNL for arranging the security and operation and maintenance. The security at existing MTNL sites will be the responsibility of MTNL. However, Supplier shall be responsible for proper upkeep & safety/security of the new equipment till it is made over to MTNL at all the sites. The number and configuration of BTS/Node B and other network elements indicated in SOR are BOQ based. The successful Bidder has to supply additional requirement of active and passive infrastructure item as required by MTNL on the price quoted against respective line item of their Bid. The engineering and planning of the additional location of the BTSs, homing of the BTSs / Node Bs to the BSCs / RNCs and the NSS equipment for Delhi & Mumbai shall be done by the Successful Bidder in consultation with the respective mobile planning units. The complete infrastructure of a BTS site shall be completed within a period of not more than 8 weeks from the date of making over of the site by MTNL. MTNL reserves the right to order extra infra items than those stipulated in SoR based on the actual site conditions in the field at the time of placement of the PO. Bidder will intimate in writing to the purchaser of requirement of any additional infra item required for commissioning of site but not ordered in the PO within 2 weeks after handing over of site.

20.3

20.4

20.5

20.6 To the extent possible Node-Bs are required to be co located with the existing / new BTS sites. 20.7 The civil / electrical works for installation of BTS/Roof top/Ground based Towers etc. at all sites (new as well as relocated) shall be executed by the successful bidder as part of the project and in conformity with guidelines in vogue in MTNL. It will be the responsibility of the successful bidder to obtain the structural safety certificates from the agencies nominated by the local authorities which includes standard seismic, wind load considerations. All statutory permissions & No Objection Certificate from local agencies like BMC, NMMC, KDMC, TMC,MBMC MCD, NDMC, PWD, CPWD, HUDA, GDA, NOIDA, GNOIDA, Delhi Cantonment Board & Defence authorities etc. /site owners shall be responsibility of the successful bidder. However the charges payable to government bodies shall be borne by MTNL on production of proof of payment by the successful bidder. For those BTS sites for which 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 its acquisition. In case three suitable sites are not available, MTNL would consider lesser number also after due verifications. The successful bidder shall arrange to get electricity connection of suitable capacity for BTSs / Node B proposed to be located in these nonMTNL sites in the name of MTNL from the concerned local/state/central authorities etc. Any coordination with the agencies in this regard shall be the responsibility of the bidder. The

20.8

37

payment to agencies shall be reimbursed by MTNL and prior approval of expenditure shall be taken from MTNL for such payments. 20.9 All Non-MTNL Sites shall be preferably with prefab structure or outdoor BTS and with roof top Towers / GBT. The infrastructure like Power Plant, Battery, Tower, Shelter, DG sets, Air conditioning alongwith associated voltage stabilizers etc are to be dimensioned for 8/8/8 GSM BTS + 1/1/1 Node B + hybrid / SDH M/W . The prefab structure shall be a portable cabin of at least 3.5x2.5x2.7 (LxBxH) meters dimension with provision of air-conditioning, internal and emergency lighting, locking, electric system and stand by power system etc.

20.10 Upgrade of infrastructure to accommodate above configuration at existing MTNL GSM/ CDMA/ 3G sites (where new supplied BTS/Node-B installed) is also the responsibility of the successful bidder. Itemized price of such infrastructure upgrades to be included in the BOM. 20.11 The prefab structure shall be supplied along with a Lightweight low vibration Diesel generating set of single phase 15 KVA/25 KVA, 3000 RPM, installed in a sound, weather and fire proof canopy to be placed alongside the prefab structure. The DG sets should conform to Noise Pollution (Regulation & Control) Rules 2000 dated 14.02.2000 (with latest amendments, if any) of Ministry of Environment & Forest, The DG set together with all the associated accessories including control panel, diesel tank etc shall be housed within the canopy. The capacity of fuel tank at RTT site should be 70 ltr & at GBT site 250 ltr. The successful bidder shall install AVR at sites on need basis. The prefab structure, rooftop tower and ground based towers wherever required in MTNL sites shall be paid as per the itemized price finalised in the bid. 20.12 The shelter shall be equipped with free cooling management systems capable of maintaining shelter temperature not more than 3 Deg. C higher than outside temperature without switching on the AC upto 30 degree Celsius temp. AC should turn on automatically when room temperature rises to 30 degree Celsius temp. DG management circuitry and DC fans of not less than 2 hours to ensure the low DG running for all TRX configuration. DG running shall be controlled with electronic circuit to switch on when battery is discharged upto 40% of its capacity or room temperature rises to 30 degree Celsius temp. 20.13 MTNL reserves the right to execute the infrastructure works like shelter, shelter extension, DG sets, air-conditioning, towers etc through its in-house civil/ electrical wings which will be clearly spelt out at the time of P.O. However, for the purpose of bidding, the bidders are required to consider all infrastructure activities in their scope of work and bid accordingly. 20.14 The bidders shall submit the design of the RTT and GBT alongwith SERC / IIT approvals in the bid. Ground based towers shall be ordered as per the requirement and shall conform to the relevant TEC GRs. At 170 KMPH wind speed, the RTTs/GBTs supplied shall be capable of carrying a minimum of at least 12 GSM/3G/ WLL antennae along with 2 numbers of 0.6M dish antennae access Microwave. The RTT shall survive a wind velocity of up to 180 Kmph for short duration. The aviation lamp should be provided on all towers. 20.15 The responsibility of obtaining SACFA clearance for construction of towers (RTT or GBT) from the WPC on behalf of the purchaser shall entirely rest with the bidder. The purchaser shall furnish the necessary data to the extent available. The preparation of documents, submission to the WPC and Survey of India, obtaining ID Numbers, circulation among all SACFA members and obtaining their NOCs and submission of the same back to WPC, getting the clearance letter from WPC for each site for full siting as well as additional antenna mounting cases etc shall be done by the bidder on behalf of the purchaser. The successful bidder shall apply to WPC within one month of handing over of site. MTNL shall reimburse charges payable to WPC and Survey of India / SACFA on proof of payment.

38

20.16 The earthing arrangement at each BTS site/tower, both existing and new, including tower earthing in all MTNL and Non-MTNL sites shall be the bidder's responsibility. However at MTNL existing exchange/sites, existing earthing can also be used subject to technical feasibility. It shall be ensured that each site is provided with the necessary surge protection 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. Annexure-IV details requirements of civil and electrical works at BTS sites. 20.17 On new sites where ever it is possible, the bidder will provide the following (i) Railing / parapet wall for safe access around DG set and shelter. (ii) Appropriate clear path be maintained from the boundary for easy access. (iii) Ladder for access to terrace and shelter. (iv) The ladder with flat rungs should be provided for conveniently pouring fuel in Diesel Generator tank. (v) Supply, laying & termination of all types of PCM cable / OFC / AC & DC power cable /DDF / ODF including MTNL equipments. 21. Guidelines for relocation / swapping of existing BSS / RAN networksIn the event of the successful vendor is other than the OEM(s) of existing BSS / RAN network(s), part of existing BTS / Node-Bs / BSCs / RNCs elements may be required to relocate for proper planning, deployment & growth of ordered BSS / RAN network elements. The relocation item of SoR includes decommissioning, de-installation of existing BTS / Node-B / BSC / RNC and packing / forwarding of these items to transit warehouse of Vendor (where ever required) & further transportation to the redeployment sites and its installation & commissioning including optimisation etc. The details of relocation of existing BSS / RAN elements will be finalised in consultation with the bidder keeping in view the overall business / service interest of the purchaser. 21.1 The following guidelines shall be observed for swapping of BSS / RAN:

a) The Successful Bidder shall ensure that the new swap BTSs / Node Bs are installed well before the actual swapping, after taking the due lay out approval from the MTNL.To the extent possible the existing arrangement shall be utilised at the BTS / Node Bs sites. The consumables and other installation materials which are required but could not be recovered and re-used shall be supplied by the Successful Bidder within the scope of redeployment. Any spared cables, jumpers, connectors etc. shall be reused at another site by the supplier. b) It shall be ensured during the said installation and the subsequent swapping that no disturbance is caused whatsoever to the working BTS/Node B or any nearby equipments. c) The VSWR measurements of the existing feeder cables shall be recorded before taking up the SWAP operation. In case the VSWR values are not as per the requirements, necessary corrective action shall be undertaken by the Successful Bidder in consultation with MTNL. The successful bidder shall arrange for the additional feeder cable, if required. d) If existing sites are replaced by RRH then the de-installation of feeder cable and its transportation to warehouse shall be done by the Successful Bidder and the same has to be reused by the vendor if required. e) The acceptance testing of the new BTS / Node B will be carried out as per the test schedule. For the swapped / redeployed existing BSS network elements i.e. BTS / Node-B & BSC / RNC and infrastructure joint testing (team comprising of members of MTNL &

39

successful bidder) shall be carried out as per the test schedule finalised in consultation with purchaser. f) Wherever, existing site is used for installation of new Node-B / BTS the additional strengthening of the foundation of the prefab shelter, if required to cater the load distribution for installation of the new BTS /Node B, will be carried out by the bidder. g) The Supplier shall ensure that the output power of the BTS at BTS antenna port is at least equal to that of the existing BTS. Similarly the sensitivity of the BTS also shall be at least that of the existing BTS. h) The drive test should be conducted before and after the swapping and it should be ensured that the coverage and quality are not deteriorated both in terms of down link signal level and quality of speech. All the database parameters such as neighbour relations etc should be defined properly so that that there wont be any increased hand over failures or any other degraded performances. The database should be changed so as to cater for each change over in a dynamic fashion as the swap operation progresses till completion. i) The swapping of the BSCs / RNCs/PCU/Transcoder also will have to be undertaken by the Supplier in order to have the BSC / RNC location optimally to save the transmission media and also keeping in view the maintenance set-up and transmission network architecture of MTNL. It may also be required to reconfigure the BSCs / RNCs PCU/Transcoder as per the new requirements at the relocated sites. j) It will be the Suppliers responsibility to configure the databases, lock and unlock sites and do the optimisation after the swap by having necessary trained engineers in the OMCR for both technologies and in the field. k) A report shall be submitted giving the pre & post swap statistics from OMC and from the drive tests establishing the satisfactory swap in terms of achieving the KPIs such as CSSR, traffic carried, HO success rates, HO volumes, paging success, call drop rates, blocking rates and % of TCH millisecs with Rx Qual <5 and other TRAI QoS parameter. The acceptance testing authority will examine the results and issue the certificate about the successful completion of swap operation. l) The whole operation of swap/redeployment of BTS/BSC/RNC/Node B/Transcoder will be done in such a way that the continuity of AMC/warranty of the equipment is ensured. m) The Supplier shall ensure that the relocation of the BTSs / Node Bs and BSCs / RNCs are carried out without causing any damage to the equipment and interruption to the existing services. Any damage caused in the swap/redeployment need to be repaired/replaced by the Supplier at his cost. 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. 22. The purchaser shall provide the space, commercial AC mains power supply and air conditioning at MTNL/ BSNL buildings for installation of various components of equipment. The bidders shall indicate the space and power required for each equipment like MSC SERVER, MEDIA GATEWAY, OMC, BSC/RNC, BTS/Node B,SGSN.GGSN, MMS, Battery, Power Plant, Roof top Tower, Ground based tower etc. AC/DC voltage stabilizers, Inverters and UPS together with adequate battery backup. Runways, cables & cabletrays, wherever required shall be the responsibility of the bidder. The bidder has to arrange supply & installation of PCM cable/Tie cable, DDF terminations & Junper wires etc in the case of connectivity from GSM room to PCM room in MTNL/BSNL/private sites in respect of all

40

network elements. The bidder shall arrange for extension of DC power supply, AC power supply, earthing etc from the existing available points at MTNL sites to the equipments. 23. 23.1 23.2 Engineering and planning of the 2G / 3G Network: Node B and BTS specification should be as per TEC GR no. GR/WS/UTR-001/02 MARCH 2011and GR/BSS-01/01 MAR 2004 respectively. Call Mix shall be as mentioned below: WCDMA TRAFFIC ENVIRONMENT AND ASSUMPTIONS A--VOICE TRAFFIC General Parameters Number of Subscribers Average Traffic Per Subscriber BHCA (2G) BHCA (3G) Mean Hold Time-Video Calls Video subscriber Traffic (CS64) C--PACKET SWITCHED DATA Simultaneous Attach User for PS Data Active Simultaneous Users PDP Context per Active Users Uplink Downlink D--PS Throughputs 64/64 64/128 64/384 HSPA+ Average Packet Size Average Traffic Per Sub E--RADIO DATA Soft Handover (25% of this will be for Softer Handover) Re-Transmission ATM Overhead AMR codec: 12.2 kbits/s with 50% VAF PS signalling Load- 10% of the data traffic 40 25 1 30 % % % % DL 720 504 216 12960 600 10 100 50 1 20 80 UL 180 126 54 3240 Kbits /BH Kbits /BH Kbits /BH Kbits /BH Bytes Kbps % % Number % % 800K 35 2 3 300 100% 1 mErl/Sub Unit Subscriber mErl/subs Number Number Seconds

B--CIRCUIT SWITCHED DATA- VIDEO CALLS

R99:HS=10%:90% Max UL Cell Load = 50%, Max DL Cell Load without HSDPA =50% & with HSDPA =90%

41

24.

The bidders shall quote micro BTS and Micro Node B as per SOR. It shall be the successful bidders responsibility to supply the micro BTS / Node B at the desired location. The in-building solution (internal wiring), installation material, installation and commissioning of these micro BTS/ micro Node B will be implemented by MTNL. These micro BTS / Micro Node B will be connected to the GSM / WCDMA system by the successful bidder as and when required by MTNL. The bidder shall furnish the details about make, model no., supplier and the cost of each item for indigenous and imported equipment separately. The bidder shall quote for only one make, model and manufacturer 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. For third party infrastructure items such as battery, p/plant, tower, shelter, DG set, air conditioners etc, the bidder may give maximum two options clearly indicating as option I & option II conforming to the tender requirements and specifications so as to meet the time limits of delivery schedule by sourcing these items from more than one source. However, for ordering purposes, lower of the two prices for these options shall be used while for evaluation higher of the two shall be considered. 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. The Numbering scheme for the proposed service shall be in accordance with approved numbering plan. Any changes, including those in software, required in the network due to changes in the technical, licencing and / or regulatory environment shall be implemented by the successful bidder free of cost during the life span of equipment. The bidder shall ensure that the bid is complete and comprehensive as regards detailed card level BoM. The bidders shall provide unpriced Bill of Materials (BoM) for each of the network elements with complete details of PCBs contained in each Module/unit together with their quantity required to meet the performance requirement sought for in the tender in the Techno-Commercial bid. The detailed specification of generic items such as laptop and desktop computers, Printers, inverters, UPS etc shall form part of the Techno-Commercial bid. The bidders shall furnish detailed project implementation schedule by means of PERT chart in the bid detailing the various activities involved, their time frame for completion and the dependency on other activities. The bidder shall be responsible for arranging all the clearances for commercial launch of service. Each of the network elements and associated equipments in the network elements, including the hardware and software to be supplied shall conform to latest TEC GR mentioned in Section VI (A) of the Tender. All network elements handling IP shall support IPv6 addressing and routing with backward compatibility for IPv4. All software licenses shall be in the name of MTNL allowing for multi users and for unlimited period. In case of long duration calls, an automatic alert should be generated along with LOG and the duration of long calls should be configurable.

25.

26.

27.

28.

29.

30.

31. 32. 33.

42

34.

SOFTWARE (i) (ii) (iii) (iv) Software version of the equipment being supplied should be latest & must be indicated in the bid. All the software licenses supplied against this tender shall be perpetual without any limitations on use. 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. All the Software updates and /or patches required for the maintenance of the system supplied will be intimated within one month of its release and implemented free of cost within another one month at each site for 7 years by the successful bidder. The successful bidder shall get one such representative network element / system inspected technically by MTNL after the implementation of Software updates/ Patches in each system. Software Support Centre:- Successful bidder shall establish Software Support Centre in India within Six months of award of contract to ensure smooth functioning of equipment supplied and to meet additional requirements from time to time free of charge. The bidders shall submit details of location, number of personnel, facility to be made available for Software Support Centre in the bid. No remote access to foreign country shall be allowed except for catastrophic failures.

(v)

35.

VALIDATION
(i)

The systems/equipments proposed in the bid by the successful bidder shall be subjected to validation by a team designated by MTNL. The provisions in the TEC specifications and tender requirements shall be tested during validation. The bidder shall get the system validated within 6 months from the date of P.O. Any network element already validated by BSNL/MTNL shall not undergo validation again. The test schedule and procedures for the same shall be finalized by MTNL in consultation with the successful bidder within 2 months from the date of purchase order. Any deficiency found during validation in performance of the system as per the tender requirement shall be rectified by the successful bidder immediately at all locations. The SYSTEM for the purpose of equipment Validation is defined as follows: (a) (b) 2G & 3G equipment consisting of one MSC server, MGW , SGSN, GGSN, OMCS, OMCR, 2BSCs and 10 Nos of BTS. UTRAN consisting of 1 nos of RNCs and 10 nos of Node B

(ii)

(iii)

The bidders at their own cost shall provide all the testing equipment including, drive test tool and the post-processing tool , 3G terminals required for validation of the system. The installation and commissioning at other places shall be subjected to Acceptance testing and the purchaser reserves the right to appoint any acceptance testing authority to carry out network performance tests as per specifications outlined in various TEC GRs. The successful bidder has to satisfy any such testing authority appointed by the purchaser.

(iv)

43

36.

ACCEPTANCE TESTING (i) Purchaser reserves the right to appoint any testing authority for carrying out acceptance testing of the network and its network elements. The acceptance test schedule generally covers the following: a) b) c) d) e) f) (ii) Check on cabling and wiring. Functional test for various network elements as defined in TEC GR. Functional test on individual equipment/network. RF AT of 2G/3G RAN capacity test Traffic trials.

The successful bidder shall submit 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 successful bidder, after incorporating modifications and / or additions as per MTNL requirements, if any, shall finalize Acceptance Test schedule at least one month in advance of scheduled date of A/T as per the PERT chart. The Acceptance Test Schedule shall clearly indicate the specifications / clause(s) of tender verified by each test. 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. Any component(s) or module(s) failing during the acceptance tests shall be replaced free of cost at site by the bidder. These will be delivered within one month of the initial reports.

(iii)

(iv)

37.

PACKAGE DISCIPLINE: The bidders as part of their bid, shall indicate the sequence of supply of various items to appropriately take care the different lead times required for commissioning of the individual network elements. The successful bidder shall schedule his supplies to ensure completion of installation, testing, validation and commissioning as per schedule. SUPPLY/INSTALLATION/COMMISSIONING: The commencement of Supply and Installation of the systems should start within 2 months of placement of P.O. and commissioning of equipment should be completed within 12 months of placement of Purchase Order. The month-wise schedule for completion of supply, installation commissioning shall be as follows: Sl. No 1 2 3 From the Date of P.O End of 6th month End of 8th month End of 12th month % of Installation & Commissioning 40% 70% 100% Remarks GMSC with 2 GMGW, MSC along with 2 MGW, 150 Node B & 50 BTSs along with all associated network elements, LBS, All the core and VAS network elements, 100 Node B & 50 BTSs, along with all associated network elements, Completion of the project.

38.

Non-adherence to Installation & Commissioning as detailed above shall invite LD charges as per the Clause 18, Section -III.

44

39.

Operation and Maintenance: The successful bidder shall carry out all the functions of operation and maintenance during the first 12 months of commercial launch. The successful bidder shall fully associate the staff of MTNL during this period so that they are able to operate & maintain independently. During this period, the successful bidder shall put into operation the set of maintenance procedures, periodic test schedules, Traffic Report generation & analysis and remedial measures to be taken if required, 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 successful bidder shall also help MTNL to put into practice maintenance schedules viz opening of appropriate registers for log, test schedule and performance and fault recording. All the network elements and software units supplied for the system shall be fully downward compatible with the existing system and inter work seamlessly without any limitation. Technical audit of system Performance MTNL 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.

40. 41.

42.

Compliance with emission of radiation guidelines of DOT: To meet the Department of Telecommunications (DoT) guidelines on emission of radiation, the Bidder shall provide an undertaking that the standard implementation of the various models of the BTSs / Node B proposed to be supplied through this tender do comply to the relevant ICNIRP standards as prescribed by the DoT. Subsequently, post installation of every BTS, the Supplier shall confirm in writing that the site installation meets the radiation emission norms as specified by the DoT from time to time. This certificate shall be enclosed along with the AT offering memo for each site. The successful Bidder has to submit the required EMF certificate in the proforma prescribed by DoT. The successful Bidder will supply & install the radiation warning sign board as per latest TEC GR.

43.

ANNUAL MAINTENANCE CONTRACT:a) The bidders shall quote for a year wise comprehensive Annual Maintenance contract for 5 years to be signed at the end of warranty period. The cost shall be quoted as a lump sum including visit of the engineers as and when required. The terms and conditions for AMC are given in Annexure-I. b) During the warranty period, the successful bidder shall perform all the functions as enunciated under the AMC, free of cost. All the penalty clauses shall be applicable during the period of warranty in case of failure on part of supplier. c) The bidder shall, at the time of submitting the bid, also submit the proposal specifying the Fault Control Center Location in Delhi & Mumbai and how the bidder proposes for carrying out repair under AMC. The bidder shall also indicate detail list of spares will be kept in different locations. The infrastructure planned to be created by the bidder to meet his obligations under AMC and his action plan to deal with the various situations arising out of hardware and software faults shall be clearly indicated.

44.

DOCUMENTATION: Bidder shall supply four set of identical printed documents on operation, maintenance and planning aspects of the system for Delhi & Mumbai, to GM (NSS) / GM (BSS) WS Delhi &

45

GM (SW) / GM (RF) MS Mumbai along with one soft copy each to ED (WS), Delhi and MTNL, Corporate Office, Delhi. 45. 46. The bidder shall give clause-by-clause compliance for all the conditions without which the bid shall not be considered. The bidder shall supply the following documents along with the technical bid document: a) b) c) Complete network topology as per his planning and engineering. Details of engineering and various design assumptions made for dimensioning the network. Details of redeployment of existing GSM network elements of MTNL. d) Redundancy proposed in the system. 47. 48. The Sl no 13.6, 19.1 & 19.4 of SOR are optional items. However, these will be considered for evaluation. MTNL reserves the right to order these items as per requirement. Incentives to Successful Vendors - In case the vendor is able to complete orders successfully, MTNL will reserve 10% of quantity against the next tender requirement as per prevailing / lowest negotiated prices for the successful bidder. The advantage of reduction of taxes/ duties during evaluation of tender/execution of contract shall be passed on to the purchaser i.e. MTNL and no benefit of increase will be permitted to the supplier. The purchaser reserves the right to commercially exploit the installed equipments after the delivery linked payment are made as indicated in payment terms (Clause 12, Section -III) or after the prescribed period stipulated in Clause 38 for the initial roll out to commence whichever is earlier. Such commercial utilization of the network after the completion of the prescribed delivery schedule and before commissioning 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 arising out of such non-completion. Any new/enhanced services/features which may be required for competitive advantage of MTNL may be indicated by the Bidder for inclusion at the discretion of MTNL Guidelines for Battery and Power Plant for core/BTS locations: The following guidelines shall be followed for the battery, power plant to be supplied for the core/BTS locations: (i) SMPS power plant is to be provided as per TEC specification G/SMP-01/05 JAN.2005 and MF VRLA/Tubular battery sets as per G/BAT-01/03 MAR.2004, GR/BAT-03/01 MAR 2006 with amendments thereto. The Bidder should source the equipment (both batteries and SMPS power plants) from TSEC approved manufacturers who have service network in Delhi & Mumbai. (ii) Only 100 amp or higher power modules shall be provided in power plants to be supplied for core network element sites((G)MSC S, (G)MGW, BSC,RNC , VAS elements etc.) (iii) The cabinet of power plant supplied at MSC Server, MGW , RNC & BSC locations shall be capable of generating at least 2000A. It shall be possible to increase the capacity of power plant just by addition of modules.

49.

50.

51. 52.

46

(iv) SMPS power plants are to be compatible with VRLA batteries. (v) While engineering the sites, the 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. (vi) For MSC Server, MGW/TRANSCODER and BSC/ RNC locations, it is to be ensured that a total of 08 hours back up is provided through two battery banks at each location. (vii) For BTS & Node B locations, it is to be ensured that a total of 04 hours back up is provided through two battery banks at each location. Each battery bank should not be less than 300AH. The manufacturing date of Battery should not be more than 6 months old at the time of supply at site. (viii) Only TEC approved equipment/Modules are to be provided. (ix) Complete power plant and battery calculations and information regarding interconnecting arrangements and layout shall be given. Ultimate capacity of SMPS-Power Plant as approved by TEC for SMPS modules of 50A,100A, 200A etc. capacity, is to be indicated. (x) The price for each component such as SMPS modules, control rack, auxiliary rack/ expansion rack, power cable, cable trays, all types of fuse required, lugs, DCDB etc. shall be quoted. (xi) Outdoor (OD) power plant and battery are to be supplied for the outdoor BTSs and their rates have to be separately quoted. These should meet IP55 and QM333 specifications. (xii) In case of mains failure and site on battery, BTS should have automatic load control mechanism to increase the battery backup time for a given capacity of battery. 53. Open Interfaces: (i) All the Application Protocols, for implementation of the interoperability between network elements of different vendors, shall have open interfaces. The Successful Bidder shall provide the API along with complete documentation to facilitate opening of the system interfaces for establishing the system interoperability with any other system needing interconnections. The Successful Bidder shall 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 MTNL as part of their agreement with the existing vendors as defined in this Tender Document. (ii) The Bidder shall indicate in the Bid any other related items (along with the price) not reflected in the Tender Document required for successful commercial launch of the service. 54. Compliance to Applicable Law

54.1 Security Requirements a) The Supplier shall enable the Purchaser to comply with Applicable Laws including but not limited to notifications, circulars etc issued by DoT from time to time. b) The Supplier recognizes and accepts that in order to make, maintain and ensure Purchaser's networks compliant with security related instructions and guidelines issued by the DoT from time to time, complete cooperation and commitment of the Supplier is necessary. To help and address the business continuity, communication, security requirements and security management of Purchaser's network, the Supplier shall execute an agreement in the form as contained in Annexure-II of Section IV of the Tender Document before issuance of any APO by the Purchaser. It is clarified that the execution of such agreement shall be a condition to the effectiveness of the Advance Purchase Order. The Supplier shall indemnify and hold harmless the Purchaser and its employees, agents, shareholders, directors, representatives, against any claims or penalty or consequence

47

arising out of breach of the security related terms of the License as a result of breach or non-compliance by the Supplier with its obligations in this sub-Clause (b) or any separate agreement executed for this purpose. It is clarified that any expenditure incurred by the Purchaser for complying with security related provisions as prescribed under Applicable Law shall be borne by the Supplier. In the event there is a breach of the security related provisions as prescribed under Applicable Laws, any penalty imposed by the DoT on the Purchaser shall be paid by the Supplier to the Purchaser. Further, any testing of Supplier's equipment including requirement of testing equipment shall be met by Supplier on his own cost. 54.2 Compliance with Licenses: The Supplier shall assist and provide support as and when required to the Purchaser including the providing of information and documents to comply with the provisions of the Licenses, any amendments made thereto as well as any notifications, circulars, letters issued by DoT or any other Governmental Authority from time to time specially in relation to security clearance and lawful interception. 54.3 Security Clearance of foreign personnel: All foreign personnel likely to be deployed by the Successful Bidder for any activity pertaining to this project shall obtain security clearance from the Government of India prior to their deployment. The security clearance will be obtained from Ministry of Home Affairs, Government of India. 54.4 Non-Compliance: The Supplier, including their personnel, employees, associates and sub-suppliers shall be solely responsible for complying with the statutes, laws, regulations, subordinate legislation, administrative orders and instructions issued by relevant Government Authorities, regarding, but not limited to, environment, industrial relations, security and taxation, during the performance of their respective obligations under this Contract. Without limiting the generality of the foregoing, the Supplier shall be responsible for compliance with the Applicable Laws and similar regulations applicable to its activities hereunder, at its own cost and expenses. In the event there is a delay by the Supplier which is solely attributable to Supplier in fulfilling its obligations under this Contract or any non-compliance or breach of obligations under this Contract by the Supplier due to which any Governmental Authority imposes sanctions on Purchaser, which results in financial and other liabilities on the Purchaser, the Supplier shall be liable to make good such loss immediately which has been suffered by the Purchaser. 55. Safety Hazard: The Successful Bidder shall ensure that any installation carried out by them under this project should not become a safety hazard and is not in contravention of any statute, rule or regulation and public policy. 56. CONFIDENTIALITY: i) Vendor and the MTNL shall treat all documents/data/software or part of them, which one may provide party to the other, as strictly confidential and maintain secrecy for the same.

48

ii)

Vendor and MTNL shall not publish, disclose any information about, make available or otherwise dispose of the document/ data/ software or any part or parts thereof to any third party, directly or indirectly without prior written consent of the other party to this agreement. Vendor and the MTNL shall restrict access to the documents/ data/ software only to those of their employees to whom it will be felt necessary and relevant for this project and shall draw the provision of this undertaking to the personal attention of those of its employees to whom access to the document/data/software will be granted.

iii)

57. 57.1

Training: The successful bidder shall provide training free of cost in areas of Technology, Installation, Operation, Testing, Maintenance of System to MTNL officers in the following manner in each city: a) Management level training - 50 man days b) Installation/Operation/maintenance level training - 100 man days The bidders shall quote the prices for training for above man days and payment for the training shall be made on actual basis.

57.2

The training should be in following modules indicative but not limited: i) Core network ii) RF network iii) All OMC iv) BTS , Node B O&M v) Tools and testers

57.3

The quality and content of the training shall be so designed that the MTNL officers will be sufficiently exposed to all the aspects of engineering, installation, testing, provisioning, operations, maintenance and customer care etc of the supplied equipments / solution. The training shall also cover necessary architecture details. The training modules and their duration shall be finalized by the selected bidder in consultation with purchaser. Detailed training material shall also be supplied by the selected bidder to enable MTNL to train more number of officers independently. All the expenses related to travel, boarding and lodging, etc. of MTNL officers shall be borne by MTNL. The successful Bidder shall conduct and provide all the training in the training centers of MTNL Delhi & Mumbai. The bidder should submit the technology, make and model in respect of each item including name and version of the software for which the offer has been given. The technical documentation supplied in support of compliance shall relate only to such technology, make & model for equipment and name & version of software. MTNL at its discretion, in exceptional cases, after opening the tender with reasons recorded in writing with the approval of CMD, may allow the changes provided that the changed equipment is of equal or higher version/capacity than the offered product in the tender. The bidder shall be required to sign an agreement as per template given as Annexure-II of this section on Rs. 50/- Non Judicial Stamp Paper.

57.4 58.

59.

49

60.

The vendor shall furnish a Security Bank Guarantee (SBG) in the format provided in Section X-B of the tender document at the time of Acceptance of APO from a scheduled Bank for the value of the Advance Purchase Order initially valid for 3 years and the same shall be extended time to time till the scrapping/de-commissioning of the equipment. In case of any security breach, the SBG shall be encashed by MTNL. The SBG shall be released after scrapping /de-commissioning of the equipment. In the event of forfeiture of the existing Security Bank Guarantee submitted by the Vendor/Supplier under the provisions of the Agreement for security concerns, the Vendor/Supplier shall submit a fresh SBG of the same amount and validity.

61. 62.

50

ANNEXURE - I ANNUAL MAITANCE CONTRACT A. 1. SCOPE & TERMS The Annual Maintenance Contract for the integrated network for Delhi & Mumbai shall start immediately after warranty period ends. The comprehensive Annual Maintenance Contract (herein after called AMC) shall be for five years. During the period of AMC the successful bidder (herein after called Contractor) shall: Diagnose the hardware and software faults. Rectify the hardware/software faults detected. On site Repair/replace the faulty PCB and any other part etc of the equipment. Carry out the periodic preventive maintenance. Upkeep the software periodically. Upgrade the software to latest version. Drive test, optimization & tuning of the network from time to time (at least once in 6 months) for meeting QOS benchmarks set by TRAI. (viii) Replacement of weak battery cells
(i) (ii) (iii) (iv) (v) (vi) (vii)

2.

3. 4. 5. B. 1.

The bidder shall provide service/maintenance to the purchaser in the presence of user at the locations where hardware and software product will be installed. The bidder shall quote separately for the AMC of the new network as well as the network portion shifted by the bidder. Spares during AMC shall be governed as per Clause 10 of Section III-General conditions of contract. CONDITIONS Any fault affecting quality of service/availability of service of 5% of the links/subscribers shall be treated as major fault. All major faulty shall be rectified within one hour of its reporting to the contractor. Any fault affecting quality of service /availability of less than 5% of the links/subscribers shall be treated as minor fault. All minor fault shall be rectified within six hours of its reporting to the contractor. The contractor if fails to rectify major/minor faults within stipulated duration shall be liable to pay penalty for the entire period of breakdown including Saturdays, Sundays and holidays as under. a.) Major fault Rs 5000/- per hour. b.) Minor fault Rs 2500/- per hour.

1.1

2.

3.

The bidder shall, establish the Fault Control Centre in Delhi & Mumbai for carrying out repair under AMC. The Bidder shall collect faulty hardwares from five different locations in each city. In the beginning of each AMC, bidder shall also give detail of spares kept at each fault control centre. The infrastructure planned to be created by the bidder to his obligations under AMC and his action plan to deal with the various situations arising out of hardware and software faults shall be clearly indicated.

51

3.1

The MTNL field unit will report the faults on telephone/through FAX/Email etc. to the fault control centre of the contractor. The duration of fault will be counted from the time fault is reported through Telephone/Fax/E-mail and bidder shall generate a docket for each booked fault. The date and time of fault booking / docket generation and fault clearance / docket clearance shall be maintained by vendor and shared with MTNL on daily basis. The bidder cannot declare more than 1 % of the faulty cards of one type in one year, beyond repair in any condition other than natural calamity, theft , fire at site / equipment (supported by fire department certificate). The AMC charges shall be paid by the purchaser to the contractor on quarterly basis at the beginning of the respective quarter and the contractor shall submit performance bank guarantee for the total amount of AMC for the year at the time of signing of the AMC agreement for that year. The contractor shall maintain spare/stock of printed circuit board, sub assemblies and accessories for the purpose of rectifying the faults and shall keep an up-to-date record. The same shall be liable for inspection by a MTNL team. The fault will be rectified immediately by replacement with a good card and the service restored to normal. The repair of faulty card/defective components/ subsystems will have to be completed within 07 days from the date fault is reported. In case of delay beyond 7 seven, days the vender shall be charged penalty at the rate of Rs. 2000/- per day for 15 days and beyond that @ Rs.5000/- per day. After the expiry of annual maintenance contract, it shall be optional for MTNL to enter or not to enter the AMC contract further with the contractor. If AMC is not renewed, the contractor will be bound to hand over the spare parts/sub assemblies /printed circuit boards etc to MTNL in good working condition. For this reason the bidder shall quote, in the bid the price of these parts /sub assemblies/PCBs to be paid by MTNL at that time. However, if additional spare parts are needed, the bidder shall supply them at the same rate. MTNL will have right to purchase spares in quantity, which are less or more than the quantity quoted by the contractor in the bid. The contractor shall prepare the schedule of preventive maintenance for each quarter and shall submit the same to MTNL at least one month in advance. While the bidder is carrying out the preventive maintenance, it shall not affect the normal functioning of the system. (i) The contractor shall maintain a consolidated logbook at its central location and also at each site (to be kept with MTNL) wherein the corrective/preventive maintenance undertaken by the contractor shall be entered and same shall be countersigned by the user. (ii) While releasing payment for AMC, the records of logbook of previous 3 months should be produced by the contractor as a proof of satisfactory working of the system.

4.

5.

5.1

6.

7.

8.

9. 10.

Replacement of any part should be done with the approval of MTNL personnel and a record is to be maintained with the system in-charge. FORCE MEJEURE Neither the MTNL nor the system maintenance firm 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 MTNL or the system maintenance firm (as the case may be) including but not limited to fire (including failure or reductions), acts of God, acts to the public enemy, was, insurrections, riots, strikes, lockouts, sabotage, any law, status or ordinance, thereof of any other local authority, or any compliance therewith or any other causes, contingencies of circumstances similar to the above. Either party shall promptly but

52

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. 11. 11.1 The successful bidder shall supply all global software upgrades issued by the firm to MTNL free of cost as part of the AMC as well as the maintenance of these upgrades. The fees quoted for maintenance service of software shall be valid for the software provided at the time of installation and commissioning of the system and subsequent upgrades till the expiry of the AMC. The successful bidder will be solely responsible for the maintenance and repair of the software/hardware systems, equipments and parts, thereof and MTNL shall not be liable to interact with any of the partners/ collaborators or subcontractors of the contractor. Termination Clause: If the purchaser is not satisfied with the performance of the vendor during AMC, he should be able to terminate the AMC during its currency, after giving three months notice to the vendor and in such an event the vendor will hand over all the spares as indicated in clause 6. MTNL reserves the right to impose penalties on the vendor.
**

12.

13.

53

ANNEXURE-II

THE AGREEMENT BETWEEN MAHANAGAR TELEPHONE NIGAM LIMITED (MTNL) AND M/s. ., THE VENDOR OF EQUIPMENT, PRODUCTS AND SERVICES FOR ADDRESSING SECURITY CONCERNS. Reference: T.E. No Purchase Order No.

54

THIS AGREEMENT made on this .......... day of ...

... 20--, between Mahanagar Telephone Limited


th

a company incorporated under the Companies Act, 1956 and having its registered office at 12

Floor, Jeevan Bharti Tower-I, 124 Connaught Circus new Delhi-110001hereinafter called " MTNL" (which expression shall, unless it be repugnant to the context or meaning thereof, be deemed to mean and include its successors and assigns)and M/s. , a company incorporated under the Companies Act, 1956 and having its registered office at ... ... hereinafter

called "vendor" (which expression shall, unless it be repugnant to the context or meaning thereof, be deemed to mean and include its successors and assigns) . Both the parties combinedly referred to as Parties.

WHEREAS MTNL engaged in providing telecommunication services in license area of Delhi and Mumbai has invited a Tender vide T.E. No. --------------------------------for procurement of -----------

WHEREAS the vendor submitted its bid against the said tender agreeing to all the terms and conditions of tender. Upon being considered as successful bidder the Purchase Order No. -------------------------------------has been placed on the vendor.

WHEREAS the vendor agrees to supply, install, commission and hand over the equipment as per the scope, specifications and quality requirements specified in the Tender/ Purchase Order. The vendor agrees to supply the equipment and services ensuring that it is free from any security threat.

55

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

Terms and Conditions (i) With a view to help and address the business continuity, communication, security and security management of MTNLs networks in respect of equipments / products/ software / services, the parties hereto are desirous of recording the terms and conditions as set forth in this Agreement. (ii) This Agreement would be read in conjunction with the respective contractual agreements the MTNL and the Vendor, which they have for the supply of Equipments/Products and Services. In case of any conflict, the conditions of this agreement shall prevail.

56

1.

Definition of Terms and expressions

Unless the context otherwise requires, the different terms and expression used shall have the meaning assigned to them for the purpose of this agreement in the following paragraphs: a. Access - interconnection with MTNL Systems or access to or use of MTNL Information stored on MTNL Systems through interconnection with MTNL Systems or access to or use of MTNL Information stored on Vendor Systems or access to or use of MTNL Information stored in any mobile device. b. Authorised - MTNL has approved Access as part of the authorisation process and the Vendor Security Contact has a record of this authorisation. Authorisation shall be construed accordingly. c. Commencement Date and End Date means the date the agreement is executed and the date when the validity or term of this contract ends or terminated. d. Contract Personnel means dedicated resources of the Vendor in terms of employees, subcontractors including employees of sub contractors and agents including agents sub contractors and their employees engaged for the purpose of this Agreement. e. NAIF means Network Authorisation and Interconnect Facility is a procedure for registration of global network interconnect between MTNLs and external companies. f. Sensitive Information means any MTNL Information marked as classified as per MTNLs data classification policy or deemed business critical. This also includes any other data, or element of information, notified as such by the Government (e.g. IT Act 2000). g. Security Standards means all the relevant contemporary standards associated with national and international security standard related to IT & Telecom equipment hardware and software and those related to information & communication security, including but without limitation to ISO 27000 series, ISO/ IEC 15408, 3GPP, 3GPP2, WiMAX etc. and as evolved from time to time. h. Subcontractor- any person, partnership or corporation with whom the Vendor places a contract and/or an order for the supply of any equipment, item, service or for any work in relation to the purpose of this Agreement. "Subcontract" shall be construed accordingly. i. Supplies means all components, materials, plant, tools, test equipment, documentation, hardware firmware, Software, spares parts, services and all the things & items to be provided to MTNL pursuant to the Agreement together with all Information and Work the Agreement requires to be supplied or performed for MTNL. Term means the term of this Agreement from the [Commencement Date] to [End Date].

j.

k. MTNL means Mahanager Telephone Nigam Limited, a Telecom Service Provider licensed under section 4 of Indian Telegraph Act 1885 by the Licensor, Department of Telecommunications (DoT), Government of India. l. MTNL Group Security means the security organisation based within the MTNL.

m. MTNL Information means all data including data, text, image, sound, voice, codes, circuit diagrams, core & applications software and database, intellectual property as well as personal, public, operational and services data in MTNLs custody which is and /or received which are supplied/ shared with Vendor for the purpose of this Agreement or are obtained by the Vendor on behalf of MTNL.

57

n. MTNL Items - all items provided by MTNL to the Vendor and all items held by the Vendor which belong to MTNL. o. MTNL Regulatory Contact means incharge of MTNL Regulatory Operations or such other person whose details shall be notified by MTNL to the Vendor from time to time. p. MTNL Security Contact means incharge of MTNL Security Operations Centre or such other person whose details shall be notified by MTNL to the Vendor from time to time. q. MTNL Systems means any MTNL computer, application, databases network infrastructure, network elements and appliances, core and applications software or such other systems as may be agreed in writing from time to time between MTNL and the Vendor. r. Vendor means who supplies Equipment, Software and/or managed services to MTNL for the purpose of installation, provision, operations and/or maintenance of MTNLs networks. s. Vendor Security Contact means such person whose details shall be notified by the Vendor to MTNL from time to time for such purpose. t. Vendor Regulatory Contact means such person whose details shall be notified by the Vendor to MTNL from time to time for such purpose. u. Vendor Systems means any Vendor owned computer hardware or software, application database or network elements / appliance or such other systems as may be agreed in writing from time to time by MTNL and the Vendor. 2. Scope This Agreement sets out the provisions under which the Vendor will be able to supply equipments and services and be granted Access to MTNL Systems, network, equipments, data and facilities and MTNL Information including Sensitive Information for the purpose of installation, provision, operations and maintenance by the Vendor. 3. International Security Standard Certification The Vendor shall have contemporary relevant Security standard certification and shall comply with the provisions of security standards certification w.r.t. Telecom & IT equipment hardware and software and those related to information & communication security management, such as ISO 15408 standards as applicable to IT and IT related products, ISO 27001 for Information Security Management System, standards used by other relevant standard formulation bodies for Telecom equipment like 3GPP, 3GPP2, ITU standard etc or equivalent acceptable international standards or certification. 4. 4.1 4.1.1 Security Requirements: The vendor shall comply with following security policies: GENERAL The Vendor shall be Authorised to access only MTNL Systems and Informations in accordance with the provisions of this Agreement and only during the term of this Agreement. ,

58

4.1.2

The Vendor shall identify to MTNL details of Vendor Security Contact at the Commencement Date who will act as a single point of contact for MTNL, such as a senior manager or CIO responsible for security, for any security issues. This responsibility shall be detailed within his/her job description. This does not mean that the Vendor shall not be responsible as an organization or company and its management. The vendor security contact shall only be a security cleared Indian national. The security clearance for the security contact will be applied and obtained by the MTNL from the Licensor. As part of the Authorization process, details of Vendors Contract Personnel that need Access will be requested by MTNL. The Vendor Security Contact shall at all times ensure that only Contract Personnel who have a need to Access in order to fulfill the purpose of this Agreement are Authorised. This authorization and any changes in the personnel would be notified by the Vendor for the information and for the approval (wherever applicable) of the MTNL. Pursuant to Clause 4.1.3 above, the Vendor acknowledges that only the Contract Personnel having requisite training are Authorized to access MTNL System. The Vendor shall have a well defined Information Security policy compliant with ISO/IEC 27001:2005 or have equivalent standards and in line with the MTNLs information security policies and requirements.

4.1.3

4.1.4 4.1.5

4.1.6 The Vendor shall ensure that they have information security organization in place to implement the provisions of MTNLs information security policies. The Information Security responsibilities of all Vendor employees working for MTNL shall be defined and communicated. 4.1.7 The Vendor shall establish and maintain contacts with special interest groups to ensure that the understanding of the information security environment is current, including updates on security advisories, vulnerabilities and patches and ensure that the same is implemented. The Vendor shall conduct a Risk Analysis and ensure that all risks due to it own and subcontractors operations with MTNL are identified, measured and mitigated as per the MTNLs requirements. The Risk Assessment report is required to be shared with the Chief Security officer/CISO of MTNL. PHYSICAL SECURITY

4.1.8

4.2

4.2.1 All Contract Personnel including sub contractors and their employees, agents and their employees of the Vendor working on MTNL premises shall be in possession of a MTNL Identification or Electronic Access Control (MTNL ID/EAC) card. This card is to be used as a means of identity verification on MTNL premises at all times and as such the photographic image displayed on the MTNL ID/EAC card must be clear and be a true likeness of the Contract Personnel. If the MTNL has any advanced identity verification systems the same would also apply. MTNL may re-define such verification measures from time to time. 4.2.2 All Contract Personnel including sub contractors and their employees, agents and their employees of the Vendor accessing premises (sites, buildings or internal areas) to fulfil the Purpose, where MTNL Information is stored or processed, shall be in possession of an Identification or Electronic Access Control (ID/EAC) card. This card is to be used as a means of identity verification on these premises at all times and as such the photographic image displayed on the ID/EAC card must be clear and be a true likeness of the Contract Personnel or the Subcontractor or the Vendors employees, subcontractors and agents. If

59

the MTNL has any advanced identity verification systems the same would also apply. MTNL may re-define such verification measures from time to time 4.2.3 The Vendor shall not (and, where relevant, shall procure that any Contract Personnel shall not) without the prior written Authorisation of the MTNL Security Contact connect any equipment, device or software to any MTNL System and where it is not intended to be connected at a point in the MTNL system. The Vendor shall demonstrate that it has procedures to deal with security threats directed against MTNL or against a Vendor working on behalf of MTNL whilst safeguarding MTNL Information. The vendor and/or its contract personnel shall not access MTNLs electronic systems without first obtaining the written consent of the MTNL security Contact; The Vendors Access to sites, buildings or internal areas where MTNL Information is stored or processed, shall be as Authorised and the Vendor and all its Authorised personnel shall adhere to robust processes and procedures to ensure compliance. The Vendor shall ensure that all MTNL Information, Contract Personnel, Vendor Systems and MTNL Systems and networks used to fulfill the Purpose are logically and physically separated in a secure manner from all other information, personnel or networks created or maintained by the Vendor. Additionally, secure areas in Vendor premises (e.g. network communications rooms), shall be segregated and protected by appropriate entry controls to ensure that only authorised Contract Personnel are allowed access to these secure areas. The access made to these areas by any Vendors personnel shall be audited regularly, and re-authorisation of access rights to these areas must be carried out at least once annually. The use of digital or conventional cameras, including any form of video camera or mobile phone cameras, of the interior of MTNL premises is not permissible without prior Authorisation from the MTNL Security Contact. Vendor shall ensure that photography or capture of moving image of Vendor areas where MTNL Information is processed or stored shall not capture any MTNL Information. CCTV security systems and their associated recording medium shall be used by the MTNL/ Vendor either in response to security incidents, as a security surveillance tool, as a deterrent or as an aid to the possible apprehension of individuals caught in the act of committing a crime. As such, these systems shall be authorised by appropriate MTNL Security Contact when used by vendor, and stored images shall be securely held for at least 6 months. Notwithstanding the above, MTNL may object to CCTV surveillance if circumstances deem that such surveillance is inappropriate in relation to the purpose of this Agreement.

4.2.4

4.2.5 4.2.6

4.2.7

4.2.8

4.2.9

4.2.10 The Vendor shall maintain a controlled record of all assigned MTNL physical assets and assigned MTNL Items to them. 4.2.11 The local area surrounding the Vendors facilities at MTNLs premises shall be inspected for risks and threats on a regular basis by the Vendor and such reports made available to MTNL. 4.2.12 The Vendor shall disable the Access immediately if any Contract Personnel no longer require Access or change role for any reason whatsoever or whose integrity is suspected or considered doubtful or as may be notified by MTNL in accordance with clause 4.3.1. 4.3 4.3.1 LOGICAL SECURITY The Vendor shall notify MTNL immediately if any Contract Personnel no longer requires Access or change role for any reason whatsoever thus enabling MTNL to disable or modify the Access rights.

60

4.3.2 4.3.3

The Vendor shall maintain systems, which detect and record any attempted damage, amendment or unauthorised access to MTNL Information. The Vendor shall, implement agreed as well as generally prevalent security measures across all supplied components and materials including software & Data to ensure safeguard and confidentiality, availability and integrity of MTNL Systems and MTNL Information. The Vendor shall provide MTNL with full documentation in relation to the implementation of logical security in relation to Purpose and shall ensure that it has such security as: prevents unauthorized MTNL Systems; and individuals e.g. hackers from gaining Access to

reduces the risk of misuse of MTNL Systems or MTNL information, which could potentially cause loss of revenue or service (and its Quality) or reputation, breach of security by those individuals who are Authorised to Access it; and detects any security breaches that do occur enabling quick rectification of any problems that result and identification of the individuals who obtained Access and determination of how they obtained it.

4.4 4.4.1

INFORMATION SECURITY The Vendor shall not use MTNL Information for any purpose other than for the purposes for which they were provided to the Vendor by MTNL and only to the extent necessary to enable the Vendor to perform as per this Agreement. The Vendor shall ensure that all information security requirements in this Agreement are communicated including in writing to all Contract Personnel in relation to their role. The Vendor shall ensure that it operates a proactive strategy to minimise the risk and effects of fraud and other security risks and the Vendor shall maintain processes to monitor such activities. The Vendor shall ensure procedures and controls are in place to protect the exchange of information through the use of emails, voice, facsimile and video communications facilities. The Vendor shall use physical and electronic security measures to protect MTNL Systems, MTNL Information and areas where work is undertaken or where Vendor Systems provide Access. CONTRACT PERSONNEL SECURITY The Vendor shall ensure that the MTNL Information provided under this Agreement is used only to the extent necessary to enable the Vendor to perform as per the terms of this Agreement. All Contract Personnel sign a confidentiality agreement either as part of their initial terms and conditions of employment or when they start working in MTNL buildings or on MTNL Systems and MTNL Information. These confidentiality agreements shall be retained by the Vendor and accessible to MTNL. The Vendor shall deal with breaches of security policies and procedures, including interfering with or otherwise compromising security measures, through a formal disciplinary process. The Vendor shall provide a 'whistleblower' facility, available to all staff, with all MTNL related issues reported back to the MTNL Security Contact to the extent permissible by the law in a location in India where the Vendor is delivering its Purpose. For the avoidance of doubt, this facility shall be used by the Contract Personnel if MTNLs employee, agent

4.4.2 4.4.3

4.4.4

4.4.5

4.5 4.5.1

4.5.2

4.5.3

61

or contractor instructs Contract Personnel to act in an inconsistent manner in violation of the Agreement. 4.5.4 The Vendor shall ensure that in respect to any Contract Personnel assigned to this Agreement; it shall carry out recruitment checks in accordance with the provisions in Vendor Pre-Employment Checks Policy defined by MTNL. 4.5.5 4.5.6 4.5.7 The Vendor shall ensure that all Contract Personnel maintain a clear-desk and a clearscreen policy to protect MTNL Information. The Vendor shall ensure that an auditable process is developed for the ongoing control and management of Contract Personnel access profiles. The Vendor shall, and shall procure that any Contract Personnel securely destroy any MTNL Information received in a recorded form from MTNL (or has recorded received MTNL Information), when the Contract Personnels job or role has changed or terminated. SERVICE CONTINUITY ASSURANCE: Appropriate commercial arrangement should be made by MTNL with vendor to assure the continuity of service by including clauses such as: 4.6.1 The Vendor shall ensure by means of all tools, skills, resources that the services of MTNL remains operational at all times as per Quality of Service parameters laid down by Telecom Regulatory Authority of India. At the time of termination of contract or as and when required by the MTNL, the vendor shall ensure making over all tools, procedures, documents, softwares, training etc using which MTNL system were maintained operated, analyzed, attended etc, by the Vendor so that MTNL can continue to provide the services. ADDITIONAL SECURITY POLICIES The Vendor shall have documented operating procedures to discharge the security requirements detailed within this Agreement and provide MTNL with access to such documentation in accordance with Access to Vendor systems as stipulated in this agreement. The Vendor shall notify the MTNL Security Contact immediately of any changes to its Access method through the firewalls, including the provision of network address translation. The Vendor shall implement a controlled exit procedure in respect of the individual Contract Personnel to ensure the return of any MTNL assets or MTNL Items or MTNL Information in the possession of the individual when any of the Contract Personnel who have Access, leave the employment of the Vendor or are no longer engaged for the purpose of this Agreement. Such controlled exit procedure shall include a written communication by the Vendor Security Contact to MTNL Security Contact of this removal. The Vendor shall inform the MTNL Security Contact immediately upon its becoming aware of any actual or suspected unauthorised Access or misuse of MTNL Systems or MTNL Information or breach of any of the Vendor's obligations under this Agreement. The Vendor shall maintain integrity of the software build including upgrades, operating systems and applications from factory to desk. The Vendor shall demonstrate that the software build (both proprietary and off-the-shelf) delivered to MTNL is the same as the software build agreed with MTNL. The software should not have such bugs, which could hamper security in future including any unauthorized leakage of MTNL Information including Sensitive Information.

4.6

4.6.2

4.7 4.7.1

4.7.2

4.7.3

4.7.4

4.7.5

62

4.7.6 Self-help systems operated by MTNL shall only be remotely accessible by Authorised contract Personnel. 4.7.7 4.7.8 Any change of location by the Contract Personnel or Vendor for any part of the supply chain or the support centers shall be notified to MTNL immediately. MTNL may carry out current and future risk assessments and other audits with pro-active support from the Vendor on any part of the Vendors supply chain to identify additional risks to MTNL. MTNL may then stipulate additional countermeasures to address any risks. This in no means would reduce the Vendors ultimate obligations and responsibility relating to security No replacement of MTNL System support tools must be undertaken by the Vendor without specific agreement from MTNL.

4.7.9

4.7.10 If MTNL agrees to the Vendors appointment of Subcontractor under this Agreement, MTNL may require that the associated security risks are clearly identified and assessed by MTNL Group Security or the appropriate MTNL line of business security team. This will ensure that any unacceptable security risks are identified and addressed. This in anyway shall not reduce the Vendor from being solely responsible to MTNL for the ultimate obligations to be performed under this Agreement and responsibility relating to security. 4.7.11 Where MTNL has approved Vendors use of Subcontractors, formal contracts containing all necessary security requirements shall be put in place between the Vendor and its subcontractor before the Subcontractor or its personnel can access MTNL Systems and MTNL Information or occupy space in MTNLs buildings or space in the Vendors building that is used to access, hold or process MTNL Information. 4.7.12 MTNL may update from time to time, security related policies, guidelines, standards and requirements. MTNL will incorporate such updates by reference which shall be notified in writing by MTNL to the Vendor promptly. The Vendor is deemed to accept all the updates. If the Vendor has an issue with such updates, the Vendor shall promptly detail its concerns to MTNL in writing. If MTNL cannot agree on resolution of the Vendors issues promptly, MTNL reserves the right to revoke the Vendors Authorisation and terminate this Agreement. 4.7.13 The Vendor shall record and maintain detailed information of all Contract Personnel who are authorised to Access MTNL Systems or MTNL Information. 4.7.14 The Vendor shall ensure that all computers or laptops used to access MTNL Systems and MTNL Information have their ports locked down such that removable storage media (memory sticks, removable hard drives, compact flash and secure digital cards, floppy disks, CDs, DVDs, MP3 players and other similar devices) cannot be connected. 5. Access to MTNL Systems 5.1 MTNL allows (so far as it can and is able to do so) the Vendor, to have Access solely for the purpose as contemplated herein during the term of this Agreement. 5.2 In relation to Access, the Vendor shall (and, where relevant, shall procure that all Contract Personnel shall): a) b) ensure each individual Contract Personnel has a unique user identification and password known only to such user for his/her sole use. ensure Contract Personnel never tokens. share user identification, passwords or security

c) promptly provide to MTNL such reports as MTNL shall from time to time require concerning the Vendors use and security of Access and any related matters to Access.

63

d)

ensure that physical access to fixed computer equipment having Access or storing MTNL Information is solely with smart or proximity cards (or equivalent security systems) and Vendor conducts regular internal audit to ensure compliance with these provisions. ensure onward bridging or linking to MTNL Systems is prevented unless authorised by MTNL. use all reasonable endeavors to ensure no viruses or malicious code like malware, spyware, key logger, bots (as the expressions are generally understood in the computing industry) are introduced, and that there is no corruption or modification or compromisation of MTNL Systems or MTNL Information. This should un-doubtedly ensure that nothing results in denial of Service, interruption of Service, outages, reduction or compromise in quality and efficiency of Service, leakage or stealing of MTNL Information, interference with mandated lawful interception policy, methodology & provisions, enhance risks of attacks, overbilling, frauds or any other aspect that compromises the security of all the stake holders including the Government, users, MTNL etc. use reasonable endeavours to ensure that personal files which contain information, data or media with no relevance to the purpose, are not stored on MTNL building servers or MTNL centralised storage facilities or MTNL Systems.

e) f)

g)

5.3

If MTNL has provided the Vendor with Access to the Internet/Intranet, the Vendor shall, and shall ensure that the Contract Personnel, access the Internet/Intranet appropriately. It is the Vendors responsibility to ensure that practical guidance on internet and email abuse (as amended) is communicated to the Contract Personnel from time to time. The Vendor shall ensure that all Contract Personnel, subject to the Clauses headed Regulatory Matters and Confidentiality comply with Classifying and Handling of Information. Any security software procured by the Vendor shall be used by the Vendor without modification, unless there is an essential need to do so, in which case appropriate controls shall be applied and the agreement of MTNL Group Security sought. Access to Vendor Systems If Contract Personnel is granted Access to Vendor Systems having bearing on MTNL data, information or network, the Vendor shall: a) Ensure each individual has a unique user identification and password known only to such individual for his/her sole use. b) promptly provide to MTNL such reports as MTNL shall from time to time require,, concerning the Vendors use and security of access to Vendor Systems. c) Allow Access only to the minimum extent required to enable the Contract Personnel perform their duties. d) Allow Access using a secure login process. e) Establish and implement formal procedures to control the allocation and de-allocation of Access rights. f) Ensure that the allocation and use of enhanced privileges and access to sensitive tools and facilities in Vendor Systems are controlled and limited to only those users who have a business need. g) ensure that the allocation of user passwords to Vendor Systems that hold or access MTNL Information is controlled through a formal auditable management process. h) Conduct regular reviews of user ids and their Access rights. i) Provide processes to demonstrate that remote and home working activities are only permitted where Authorised by MTNL and subject to appropriate security controls within the Vendors organisation including but not limited to remote Access by users

5.4

5.5

6 6.1

64

being subject to strong authentication. Demonstrate that users follow security best practice in the management of their passwords. k) Implement a password management system which provides a secure and effective interactive facility that ensures quality passwords. l) Ensure that user sessions are terminated after a defined period of inactivity. m) Ensure that audit logs are generated to record user activity and security-relevant events and securely managed and retained with nil ability on the part of the Vendor to allow any un-authorised access or amendment to the audit logs. Such audit logs must be maintained for future reference for a period of at least one year. n) Ensure that monitoring of audit and event logs and analysis reports for anomalous behaviour and/or attempted unauthorised access are performed by Vendors staff independent of those users being monitored. o) Make available audit logs where required by MTNL for review. p) ensure all systems holding, processing or accessing MTNL Information shall be hardened to MTNL standards (Note to Buyer: If in doubt, please contact MTNL Security). q) ensure that to the extent possible, development, test and live environments are segregated from each other and the other work areas in Vendor buildings. r) Implement controls to detect and protect against malicious software and ensure that appropriate user awareness procedures are implemented. s) Ensure that Vendor has in relation to all Vendor Systems formal security incident management procedures with defined responsibilities. t) ensure that any unauthorised software is identified and removed from Vendor Systems holding, processing or accessing MTNL Information. u) Ensure that Access to diagnostic and management ports as well as diagnostic tools are securely controlled to MTNLs reasonable satisfaction. v) Ensure that Access to Vendors audit tools shall be restricted to Relevant Contract Personnel and their use is monitored. w) Ensure that data gathered after running audit tool is properly protected. x) Perform enhanced independent code reviews (including penetration testing) on all Vendor Systems. j) 6.2 The Vendor shall demonstrate to MTNL that Contract Personnel who hold and use the Information on PCs and mobile computing devices are responsible for ensuring that the PCs and mobile computing devices are protected from unauthorised access. Consideration must be given to whether Sensitive Information must be stored on mobile computing devices. All Sensitive Information shall be encrypted if stored on a mobile computing device or in the event of any transmission of Sensitive Information by Contract Personnel outside of MTNLs trusted network. Laptops and PCs containing Sensitive Information shall have the whole of the disk encrypted. Devices that do not allow whole-disk encryption such as memory sticks, CD/DVDs, shall be subjected to additional controls such as: (a) Use of file encryption, where available; or (b) Use of application password facilities; and (c) Where the device is "pocket-sized", it must be kept with the owner at all times. Black-berry mobile phones and other such devices which use proprietary encryption technique should not be used for holding MTNL information. 6.3 To the extent the servers are used to fulfill the purpose of this Agreement, Vendors servers shall not be deployed on un-trusted networks without appropriate security controls.

65

6.4 6.5 7. 7.1

Changes to individual Vendor Systems shall be controlled and subject to formal change control procedures. All documentation relating to Vendor Systems shall be protected from unauthorized Access or amendment. Security procedures and controls shall be used to secure equipment holding, accessing or processing MTNL Information in Vendor Systems. Conditions for Equipment Vendors: Conformance to Security Standards and Policies: The vendor shall ensure and certify that the supplied equipment has been subjected to penetration testing and all addressable vulnerabilities have been mitigated and the equipment is Safe to Connect in the Telecom Network as per the latest standards and recommendations on the subject from ITU/ISO/IETF/IEC etc. It will also include that the equipment confirms to the security policies of the MTNL with respect to network elements. This applies to all telecom network elements and IT equipment used in the network. The vendor shall also ensure that the equipment supplied has all the contemporary security related features, facilities, hardware, software etc for the purpose of Interception, Monitoring, Analysis etc for use by the Law Enforcement Agencies and provide complete information to enable these features and facilities before the supply of the equipment or the procedure of enabling these, if these are to be enabled after the commissioning of the Network. The Vendor shall also submit a test report on these features and facilities and also a certificate that all contemporary features and facilities of this category exist in the equipment supplied.

7.2

Submission of Test Reports:

7.2.1 General: A report of the tests conducted with results of the tests conducted and mentioning areas where vulnerability exists and what precautions are to be taken by the MTNL to minimize the effect of such vulnerabilities. For this purpose additional requirements may be provided in the Solution Designs. Compliance statements should be made against the relevant Security Standards and where practicable, tests performed to demonstrate compliance. 7.2.2 Port Enumeration Port and protocol scans must be conducted with reference to the network design, proving that management protocols are only accessible via management interfaces, and control plane protocols are only accessible via control plane interfaces. All interfaces where the network element can be identified (where it would be possible to respond to a PING request or appear in a route trace) must be tested. If the interface switches/routes traffic transparently or is not IP based then that interface need not be scanned. Scans should be performed with all Access Control Lists (ACLs) first disabled, so as to give a clearer view of which ports/services are active, and then enabled, to demonstrate what is normally visible. Tests should detail: Which addresses were scanned (management, interface). All open, open/filtered and closed/filtered ports Detail why ports which are open are required.

66

Port scan may be performed using latest version of n-map or any other open source software tool. 7.2.3 IP Vulnerability Scanning Service vulnerability audits must be conducted with reference to the results of the port/protocol scans and the network design. The audit should detail: Low, medium and high risk vulnerabilities so that risk assessments can be made and fixes implemented where necessary List any mitigation to medium and high risk.

7.2.4 Compliance to AAA Design Where a Network Element supports either RADIUS or TACACS+ for authentication, authorization and accounting of user accounts compliance to the MTNL AAA Design should be confirmed and demonstrated and test report submitted. 7.3 Equipments Configuration Guide Two sets of equipment configuration guide should be supplied which detail the configuration required to meet the policies in the standards at least in respect of following: Network Element security policies: Generic OS Technical Standard for Switches and Routers Management Standard for Switches and Routers 7.4 Additional Security Tests for Telecommunication Equipments I) A report must be submitted in respect of following additional tests. i. Firmware inspection ii. Basic validation of physical device integrity at least in respect of following Core network elements i) ii) iii) II) Main GSM Network peripherals (BSC, PCU, MSC/VLR, HLR, SGSN, GGSN) Main CDMA Network peripherals (BSC, MSC, GMSC, PCF, PDSN) Billing Systems & Servers for both GSM and CDMA network

A test report on workstation Configuration & Integrity in respect of the following: i. Administrators workstations and lab stations ii. User workstations

7.5

A report on the susceptibility to the attacks on mobile networks: Mobile Network like GSM equipment and its network are susceptible to several attacks. A few of the known attacks with their description are given in Appendix II. The vendor must submit a report categorically stating that out of these attacks or any other attack to which the equipment and the network is susceptible, the degree of risk of each type of attack and mitigation technique to deal with these attacks. The vendor will ensure that whatever mitigation was possible as per the current available technologies,

67

techniques, configuration have already been used and adopted by them before the supply of the equipment. Similarly, for the CDMA Network Managers it may be re-ensured that the security features such as OS hardening, user access and operation audit, privilege-based user groups, centralized authentication, user profile and group management, customer plug-ins for authentication and secure remote access with IP Security Protocol (IPSec) and other capabilities in upgrading releases as well have been provided. Subscriber authentication to protect the infrastructure and to prevent unauthorized access to network resources: CDMA 1X access authentication is accomplished by means of a authentication signature that is verified by the networks databases of user information. The Home Location Register and Authentication Center as well as 1xEV-DO algorithm in OTASP to exchange keys between the mobile device and the Access Node-Authentication Authorization Accounting (AN-AAA) server should be thoroughly tested by the Vendor and reported. The authentication key exchange protocols ensures the identity of the mobile device. For CDMA2000 1X data sessions and EV-DO, including the Challenge Handshake Authentication Protocol (CHAP) or upgraded equivalent by the Packet Data Serving NodeAuthentication Authorization Accounting (PDSN-AAA), server should not be compromised in any case and the tests reported. 7.6 Security from Malware: There are no known cases of malware disrupting telecom services, yet. However, malware can cause information leaks and can result in the leak of private user information. However, some viruses, worms and Trojans can infect devices and spread malware via text messages or Bluetooth connectivity. This network-based service will also block Denial of Service attacks and restrict network traffic based on source, destination, IP ports and applications. It will also allow enterprise IT managers to lock and/or delete data on lost or stolen devices. The connectivity could affect platforms if adequate firewalls, IDPs are not strong. Therefore vendors would provide adequate firewall and IDPs and submit a certificate in this regard. 7.7 Cryptography Related Security Issues: Vendors will take suitable measures to deal with cryptography related vulnerabilities and submit a report of the measures along with a certificate that they have taken adequate measures to deal with these vulnerabilities. a. b. c. d. e. f. g. h. i. Attacks on COMP-128 algorithm Compromised cipher key Key recovery allowing SIM cloning Hijacking outgoing calls in networks with encryption disabled Hijacking outgoing calls in networks with encryption enabled Hijacking incoming calls in networks with encryption disabled Hijacking incoming calls in networks with encryption enabled Suppressing encryption between the target user and the intruder Suppressing encryption between target user and the true network

68

7.8

Data Flow Attacks Many sophisticated attacks disguise themselves in data flows across sessions and ports the more traffic there is, the harder it is to identify the threats. Vendors may ensure that they are aware of this and take adequate steps to make it future proof and submit compliance on the same. Additional Interfaces Many of the problems in the Data intensive infrastructure may come to increased number of interfaces additionally for Data than those were present for voice only initial 2G systems, hence, infra vendors must give special attention to interfaces and their related vulnerability. Such vendors may ensure that they provide additional notes that they have taken care of the same and the test mechanism and methodology adopted by them with adequate evidence. Some of these interfaces are listed below: Gi: Exposed to Internet and corporate networks Gp: Primary interconnection pt. between operators n/w and un-trusted external networks Gc: Allows access (via HLR) to key user info. from remote network during roaming Vulnerable Interfaces Gi: Exposed to all threats from Internet: viruses, DoS, and malicious network traffic Gp: Connection hijacking, overbilling from a roaming network during handover Gn: Not encrypted by default

7.9

7.10

Security against Remote Access: The vendor shall submit a written undertaking to the MTNL clearly identifying all possible means of remote control/ remote access/remote command and control in the supplied equipment as well as suitable mitigation means to close such access mechanisms. NOTE: The security related test listed here in the sample template are not exhaustive and are indicative. The list is a guideline to the provider to verify that the vendor has tested against the vulnerabilities and reported the outcome of the tests in a comprehensive test report made available to him. All required security related tests as available and applicable must be performed.

7.11

Software and Hardware Design Surety; The following conditions shall be applicable for safety and security of software and hardware design;

7.12.1

The Vendor shall at MTNLs request enter into an escrow deposit arrangement in respect of all Information and documentation in relation to Supplies in respect of Hardware, executable Software/source code/gold build etc, High Level Designs (HLD), Detail Design Documents (DDD), listings and programmers notes) (the Escrow Information) as would enable MTNL to complete any outstanding obligations of the Vendor under this Agreement, including, without limitation, obligations that would have existed (including the requirement to fulfill any orders that MTNL would have otherwise placed under this Agreement) had this Agreement not been terminated by MTNL (other than pursuant to of the Condition headed Termination) before the expiry of its natural term.

7.12.2 Without affecting any other rights it may have, MTNL shall have the right, free of charge, to use the Escrow Information, after its release, in order to use or maintain (including to upgrade) the Software, to modify or have modified the Software, and to authorize such

69

modified Software to or have it maintained by third parties, in case vendor refuse to do so as per contract agreement. 7.12.3 The Vendor shall ensure that the Escrow Information deposited in accordance with para 7.12.1 above is and will be maintained as sufficient to allow a reasonably skilled programmer or analyst to maintain, modify and correct the Hardware and Software without the help of any other person or reference, and the Vendor further undertakes to keep the Escrow Information fully up- to-date throughout the Term. 7.12.4 On the occurrence of any event permitting the release of the Escrow Information, the Vendor shall immediately provide, at its cost and expense, to MTNL for a reasonable period, such advice, support assistance, data, information, access to Vendor's personnel or any key personnel of legal owner of the [Hardware and/or] Software for the purpose of understanding, maintaining (including upgrading), modifying and correcting any of the Hardware and/or Software. The softwares and codes written only in ENGLISH language shall be acceptable. The code/softwares shall be proven to be operational and correct version and to be certified that it does not have self- destructing programmes. This may be ensured by using the same at least once for loading the system initially before being deposited. The MTNL may engage the service of any escrow service agency if it opts for escrow arrangement. In such case it would be mandatory to avail the service of Indian agency, if available. Alternatively, if the vendor is not agreeing for ESCROW arrangement then the following has to be provided by the vendor to MTNL, without any additional cost: Gold software copy or the Executable copy of the software Dumb hardware can be loaded with software by the MTNL or under the supervision of MTNL from Gold software copy or from the executable copy after checking that hardware is free from any software and ensuring that there are no harmful malware into the hardware. Upgradation of software for a minimum period of seven years from the date of commissioning of the equipment Design of network in digital form and/ or in hard copy Penalty: If any Security breach is detected in the equipment supplied by the vendor due to inadvertent inadequacy (ies) in precaution and because of which a penalty is imposed by the licensor (Deptt of Telecom, Govt of India), then MTNL shall pass on the penalty on the vendor. The vendor shall be liable to pay this penalty. In case of act of intentional omissions, deliberate vulnerability left into the equipment or in case of deliberate attempt for a security breach, penalty amount will be Rs. 50 Crore per breach. The same breach in the same equipment purchased through same Purchase Order or in the same lot or the same negligence at the same time at multiple locations in MTNLs network will be considered as a single breach for the purpose of levying penalty under this clause. The vendor shall be liable to pay this penalty amount within 15 days from the date of issue of notice by MTNL in this regard. Besides the penalty, liability and criminal proceedings under the relevant provisions of various Acts such as Indian Telegraph act, Information Technology Act, Indian Penal Code (IPC), Criminal Procedure Code(Cr PC) etc can also be initiated against the

7.13 a)

b)

c)

70

vendor. d) In case of inadequate measures, act of intentional omissions, deliberate vulnerability left into the equipment or in case of deliberate attempt for a security breach, the Licensor (Deptt of Telecom Govt of India) or MTNL may at its discretion blacklist the vendor/ Manufacturer of the equipment (Hardware/Software) from making any supply deals with Indian Operators. The vendor shall furnish a Security Bank Guarantee (SBG) in the format provided in the tender document at the time of Acceptance of APO from a scheduled Bank for the value of the Advance Purchase Order initially valid for 3 years and the same shall be extended time to time till the scrapping/de-commissioning of the equipment. In case of any security breach, the SBG shall be encashed by MTNL. The SBG shall be released after scrapping /de-commissioning of the equipment. In the event of forfeiture of the existing Security Bank Guarantee submitted by the Vendor/Supplier under the provisions of the Agreement for security concerns, the Vendor/Supplier shall submit a fresh SBG of the same amount and validity. Inspection: The Vendor/Supplier shall allow MTNL, Licensor (Deptt of Telecom Govt of India) and/or its designated agencies to inspect the hardware, software, design, development, manufacturing facility and supply chain and subject all software to a security/threat check at the time of procurement of equipment and upto two more times every year until the supplies under the contract have been completed, at the time of discretion of MTNL. All the documents should be in English and handed over to the visiting team at least 4 weeks ahead of the visit. 7.15 Language of Supplies: All the software codes, firmware, operating system, hardware details should be in ENGLISH only. 8 8.1 Data Protection: The Parties acknowledge that, in respect of all Personal Data and processed by the Vendor for the purpose of the provision of Supplies under this Contract, MTNL alone as data controller shall determine the purposes for which and the manner in which such Personal Data will be processed by the Vendor. Other than at MTNL's request, or where required by law to provide the supplies, the Vendor shall not disclose or allow access to any Personal Data other than, subject to Paragraph 8.4(f) to a person placed by the Vendor under the same obligations as contained in this Condition who is employed or engaged by the Vendor or within the control of the Vendor in the performance of the Contract. The Vendor shall not use Personal Data for any purpose other than the provision of the Supplies and shall return any Personal Data to MTNL immediately upon request at any time providing such return does not prevent the Vendor from fulfilling its obligations under this Contract. The Vendor shall retain Personal Data no longer than is necessary for the provision of the Supplies, in accordance with the relevant Data Protection Legislation and such instructions as MTNL may provide from time to time. Upon expiry or termination of this Contract for whatever reason, the Vendor shall immediately return to MTNL all

e)

f) g)

7.14

8.2

8.3

71

Personal Data and certify that no copies have been made or retained by the Vendor or any third party acting on its behalf. 8.4 The Vendor shall: (a) (b) (c) process Personal Data only on the instructions of MTNL and to the extent necessary for the performance of this Contract; and not modify, amend or alter the contents of the Personal Data except as required or permitted by this Contract or with MTNLs prior written consent; and implement the appropriate technical and organisational measures to protect Personal Data against accidental or unlawful destruction or accidental loss, alteration, unauthorised disclosure or access, and against all other unlawful forms of processing, which measures are set out in more detail in Condition headed Security of Information and provide to MTNL a written description of the measures taken when requested by MTNL; and comply with all relevant provisions of any MTNL codes of practice notified to the Vendor from time to time and the Data Protection Legislation; and keep all Personal Data secure and confidential, act only on MTNL's instructions with respect to it, and comply with such further reasonable requirements from time to time of MTNL for the security of it; and ensure that, of the Vendors staff, only those of the Contract Personnel who need to have access to the Personal Data are granted access to the Personnel Data only for the purposes of the performance of this Contract and the Contract Personnel are informed of the confidential nature of the Personal Data and comply with the obligations set out in this Condition; and notify MTNL forthwith, and in any event, no later than 12 hours from the time it comes to the Vendors attention, that Personal Data transferred by MTNL to the Vendor has been the subject of accidental or unlawful destruction or accidental loss, alteration, unauthorised disclosure or access, or any other unlawful forms of processing; and notify MTNL in the event that it receives a request or notice from any data subject to have access to that persons Personal Data held by it and will provide MTNL with full co-operation and assistance in relation to any complaint or request including providing MTNL with any relevant Personal Data it holds within the timescales provided by the request or notice or as otherwise required by MTNL.

(d) (e)

(f)

(g)

(h)

8.5

In respect of Transfer of Personal Data the following conditions shall apply: (a) obtain MTNLs prior written consent before transferring Personal Data to any Subcontractors in connection with the provision of the Supplies; (b) prior to any Transfer of Personal Data, enter into or procure that any Subcontractor delivering the Supplies will enter into contracts for the transfer of personal data. In respect of Personal Data transferred by MTNL to the Vendor or acquired by the Vendor from MTNLs systems to a country outside of India shall be on the basis of the Legislation issued by the Indian Government, or such other data protection model contract terms as may be agreed between the Parties from time to time, except where the relevant Data Protection Legislation provides for a derogation from this requirement.

72

8.6

Any breach of this Condition by the Vendor shall be deemed to be a material breach of the Contract and the Vendor shall indemnify MTNL against any costs, losses, damages, proceedings, claims, expenses or demands incurred or suffered by MTNL which arise as a result of such breach. The Vendor shall, upon MTNL giving reasonable notice, allow MTNL or its nominated representatives such access to its premises, Information and records and those of its agents subsidiaries and sub contractors, as may be reasonably required by MTNL from time to time to assess the Vendors and/or Contract Personnels compliance with this Condition. Regulatory Matters The Vendor shall (a) comply with all Regulatory Matters including, without limitation, any actions that MTNL may require in connection with any Regulatory Matter, that are notified to the Vendor Regulatory Contact from time to time by the MTNL Regulatory Contact in so far as they relate to the performance of the Contract by the Vendor; within 14 days of the Commencement Date, ensure that the Vendor Regulatory Contact contacts the MTNL Regulatory Contact to establish the nature and extent of communication between them, which assist them in meeting all regulatory requirement as set by licensor or Sectoral regulator or any other person nominated by Licensor. ensure that the vendor and its Contract Personnel have undergone the proper and adequate Training for the purpose of execution of this agreement;

8.7

9 9.1

(b)

(c) (d)

promptly provide such information to MTNL as shall be necessary for MTNL to respond fully and to the timescale required to any request or requirement for information from a government or any regulatory authority, to the extent that such information relates to the performance of the Agreement by the Vendor; and (e) permit MTNL and/or its authorised agents such access to the Vendor's premises and such Access to and copies of its Information and Records (and to and of those of any Contract Personnel) as is required by MTNL to assess and/or validate the Vendor's performance of its obligations under or in relation to this Clause. Confidentiality In this Clause, MTNL Information which MTNL from time to time identifies to the Vendor as being commercially confidential, or is by its nature commercially confidential or defined by MTNL as confidential, or confidential as per the applicable law. Except with MTNL's agreement, the Vendor shall not disclose Information to any MTNL employee, not authorized to receive

10 10.1

10.2 10.3

Subject to the Condition headed Intellectual Property, either party receiving Information ("the Recipient") from the other shall not without the others prior written consent use such Information except for Contract purposes or disclose such Information to any person other than MTNL's employees, agents and contractors or Contract Personnel who have a need to know and who are bound by equivalent obligations of confidentiality. Any breach of such obligations by Contract Personnel or MTNL's employees, agents or contractors (as the case may be) shall be deemed to be a breach by the Vendor or MTNL respectively.

73

10.4

Paragraphs 2 and 3 of this clause shall not apply to Information that is: (a) (b) (c) (d) published except by a breach of the Contract; or lawfully known to the Recipient at the time of disclosure and is not subject to any obligations of confidentiality; or lawfully disclosed to the Recipient by a Vendor without any obligations of confidentiality; or replicated by development independently carried out by or for the Recipient by an employee or other person without access to or knowledge of the Information.

10.5

The Vendor shall not publicise this Agreement without MTNLs prior written consent and shall ensure that any subcontractor is bound by similar confidentiality terms to those in this clause. Either party that has during the course of this Agreement received Information in a recorded form from the other (or has recorded received Information) shall return or destroy in a complete irrecoverable mode (at the option of the disclosing party) such records upon: (a) expiry or termination of this Agreement; or (b) upon earlier request unless such records are part of the Supplies.

10.6

10.7 11.

This clause shall survive termination / expiry of this Agreement. Intellectual Property Each Party will retain its right, title and interest in its respective trademarks, service marks and trade names as well as rights in respect of any patent, copyright, trade secrets or other intellectual property used during the performance of this Agreement. Both Parties recognise that except as otherwise expressly provided herein or agreed between the Parties, they shall have no right, title, interest or claim over the others intellectual property.

12.

Security Review The Vendor shall: (a) give to (or procure the giving to) MTNL (or any person authorised by MTNL) such access at all reasonable times to the Vendors and any Subcontractors records and premises related to this Agreement as MTNL may require from time to time to assess the Vendors compliance of these policies in this Agreement; and (b) such assessments may include assessments of all elements of physical and logical audits, penetration testing of the Vendors Systems. The Vendor shall facilitate this assessment by permitting MTNL to collect, retain and analyse information to identify potential security risks including trace files, statistics, network addresses and the actual information or screens accessed or transferred; and (c) provide such reports to MTNL and attend such meetings as may be reasonably required by MTNL.

74

13. 13.1

Induction of Security Certified Equipments: The MTNL shall induct only those network elements into its telecom network which have been got tested as per relevant contemporary Indian or International security standards e.g. IT and IT related elements against ISO/IEC 15408 standards, for information security management system against ISO 27000 series standards, telecom and Telecom related elements against 3GPP security standards, 3GPP2 security standards etc. from any international agency / labs of the standards e.g. common criteria labs in case of ISO/IEC 15408 standards till 31st march 2013. From 1st April 2013 the certification shall be got done only from authorized and certified agencies /labs in India. The vendor shall supply the certified equipments only as per above criterion. The copies of test results and test certificates for the supplied equipments shall be submitted by the vendor along with the each lot of equipment supply. The vendor shall include all contemporary security related features and features related to communication security as prescribed under relevant security standards while supplying the equipment and implement all such contemporary features into the network. A list of features, equipments, software etc. procured and implemented shall be provided by the vendor to MTNL, which may be subjected to inspection and testing by the licensor at any time, in the network or otherwise, at the option of the Licensor. Network Audit, Test And Certification: The process of networks Audit and Party/Parties to include following activities: (i) certification shall be performed by Third

13.2

14.

Network forensics to identify existing unwanted running processes\ malwares\ backdoors etc. on all networks' elements. The operation includes sniffing of live traffic to identify unwanted redirection and interception of traffic.

(ii) Network Hardening to map all networks elements and to calibrate them to optimized secured state. (iii) Network penetration test to assure system durability against any kind of attack. (iv) Risk assessment to understand what actions should be taken to minimize future damage to carrier and what risks are inevitable. (v) Actions to fix found problems by setting systems to default or acquiring relevant IT Security technologies to prevent such problems from reoccurring. The MTNL may engage the services of any 3 rd Party Network Audit and Security Certification agency as specified DoT from time to time or any other suitable agency. 15 The Vendor shall ensure the following supplying and further maintenance of the equipments: a. Ensure that all the documentation including software obtained from manufacturer / supplier in English language. details are

b. Keep a record of operation and maintenance procedure in the form of a manual. c. Necessary provisions to keep a record of operation and maintenance command logs for a period of 12 months , which should include the actual command given, which gave the command, when was it given with date and time and from For next 24 months the

same information shall be stored / retained in a non-online mode. purpose

For this

75

licensee shall keep a list of User ID linked with name and other details of the user duly certified by the system administrator. The user list shall be provided to licensor or agencies designated by the Licensor as and when required. d. Necessary provisions to keep a record of all the software updation and changes. The major updation and changes are required to be informed to licensor within 15 days of completion of such updation and changes. e. Provide Information to keep a record of supply chain (manufacturer /vendor/supplier) of the products (Hardware/software) as per the format given in Appendix-1. f. Comply with the conditions of Remote Access (RA). g. The vendor/supplier will allow the MTNL, Licensor/DOT and /or its designated agencies to inspect the hardware, software, design, development, manufacturing facility and supply chain and subject all software to a security/threat check any time during the supplies of equipment. The number of such visits will be limited to two in a purchase order. The vendor shall make necessary arrangement for such inspection visit in the manufacturer/ vendor/ suppliers premises for upto 40 man days per visit. However, the traveling expenditure including boarding/ lodging of the inspection team shall be borne by MTNL. h. While fulfilling the warranty and AMC obligations, the vendor shall build its own capability and capacity to maintain and operate the network, preferably through local maintenance personnel, because the telecom network is a security sensitive infrastructure. i. Location Details: (a) The vendor shall provide location details of mobile customers in the license service area as per below mentioned time frame from the date of issue of this accuracy. It should be a part of CDR in the form of longitude and latitude, besides the coordinate of the cell sites, which is already one of the mandated fields of CDR. Accuracy in Percentage : Distance Urban Sub-Urban and rural in Meters More than 1 Million mobiles in a municipal limit 1 Year 50 30 2 Years 50 1 Year* 2 Years 3 Years Remote

2Years

3 Years

100 300 500

60 80

75 95 50 60

50 60 70

60 70 80 50 60 60 70

* Applicable for the state of J&K, Assam and NE region. (b) To start with, these details will be provided for specified mobile numbers. However, within a period of 3 years location details shall be part of CDR for all mobile calls.

Note 1: Depending upon the technological development the limits of accuracy could be modified any time in future.

76

16

Investigation:

16.1 If MTNL believes that there has been a breach by the Vendor of the provisions of this Agreement, MTNL will inform the Vendor Security Contact. The Vendor shall cooperate with MTNL fully in any ensuing investigation. The Vendor shall provide list of users who have had access to MTNL Systems and MTNL Information to MTNL and/or any law enforcement agency. MTNL shall have access to the Vendor Systems and MTNL Information in the Vendors premises generally with prior notice but include the right to make unannounced visits. 16.2 The Vendor shall report to MTNL Security Contact promptly of any potential misuse of MTNL Information or improper or unauthorised access to MTNL Systems and MTNL Information. Upon request, the Vendor shall promptly provide to MTNL a written report with details of the potential misuse of MTNL Information or improper or unauthorised access to MTNL Systems and MTNL Information, a remedial plan and a timetable for achievement of the planned improvements and steps to be taken to avoid the repeat of the potential misuse of MTNL Information or improper or unauthorised access to MTNL Systems and MTNL Information. Please see note at the end of the clause 16. 16.3 If any audit or investigation reveals that there is a potential risk to the confidentiality, integrity or availability of MTNL Information in the Vendors processes or Vendor Systems, Vendor shall promptly correct any security risk in the Vendors processes or Vendor Systems promptly. 16.4 During investigation, the Vendor shall co-operate with MTNL, providing reasonable access, accommodation, facilities and assistance to all Vendor Systems as reasonably necessary to investigate the breach of the provisions of this Agreement including permitting interview of any sales, engineering or other operational personnel of Vendor. MTNL shall, or at MTNLs request shall instruct the Vendor to, confiscate for evaluation any tangible or intangible asset suspected to have been used for information/ security breach or provide lead to investigation belonging to the Vendor or its subcontractor to aid the investigation. Note: The clause No. 16.1 to 16.4 relates to investigation of all the security aspects and other relevant provisions contained in the earlier paras/clauses. 17
18.

Limitation of Liability: The liability(ies) of the vendor shall be as specified in clause 7.13, 8.6 and 18 of this agreement and in the tender. Termination This Agreement shall be effective from the date hereof and shall continue to be in full force and effect concurrently with the Vendor agreement ( "Term" ) including warranty and AMC obligations unless terminated earlier by MTNL in accordance with the provisions below. The Agreement may be terminated at instance of MTNL. It can also be terminated on directions of the Licensor along with Penalty under the Laws of the land in India in relation to security breaches noticed. Without prejudice to MTNL s rights and remedies under the Agreement , the Vendor shall at its own cost and expense take all steps necessary to rectify the breach/ restore the lost or corrupted MTNL Information to the last back -up and/ or terminate the unauthorised use of or access to the Information to the extent it caused such loss, corruption or unauthorised use of the MTNL Information, due to act of omission or commission on the part of vendor.

18.1

18.2

18.3

77

19

Law and jurisdiction This Agreement is governed by Indian law and subject to clause 20, Parties agree to the exclusive jurisdiction of the Indian courts where the registered office of the MTNL is situated.

20

Arbitration Any dispute arising out of this Agreement shall be settled and resolved as per the dispute resolution and arbitrations clause agreed between the Parties under the Supply & Services Agreement.

21

Notices All notices, requests, consents, waivers or other communication required or permitted hereunder shall be delivered as per the Notice clause agreed between the Parties under the Supply & Services Agreement.

78

ANNEXURE-III MUTUAL NON- DISCLOSURE AGREEMENT (Date & Month) This Agreement is made as on the between Mahanagar Telephone Nigam Limited (MTNL), a Government of India Enterprise, having its registered and Corporate office at 12th floor Jeevan Bharti Building Tower-I, 124, Connaught Place, New Delhi (hereinafter called MTNL which expression shall unless repugnant to the subject or the context mean and included its successors, nominees or assigns) and M/s ..herein after called The Bidder which expression shall unless repugnant to the subject or the context mean and include its successors, nominees or assigns. Whereas in order to pursue the mutual business purpose of this particular project as specified in TE no, MTNL and M/s. recognize that there is a need to disclose to one another certain information, as defined in para 1 below, of each party to be used only for the Business purpose and to protect such confidential information from unauthorized use and disclosure. In consideration of the other partys disclosure of such information, each party agrees as follows: 1. This Agreement will apply to all confidential and proprietary information disclosed by one party to the other party, including information listed in TE no. attached hereto and other information which the disclosing party identifies in writing or otherwise as confidential before or within thirty days after disclosure to the receiving party ( Confidential information). Information consists of certain specifications, designs, plans, drawings and /or technical information subscriber data/subscriber profiles/billing information etc, and all copies and derivatives containing such information, that may be disclosed to one another for and during the purpose, which a party considers proprietary or confidential ( Information). Information may be in any form or medium, tangible or intangible, and may be communicated/disclosed in writing, orally, or through visual observation or by any other means to one party (hereinafter referred to as the receiving party) by the other party (hereinafter referred to as one disclosing party). Information shall be subject to this Agreement, if it is in tangible form, only if clearly marked as proprietary or confidential as the case may be, when disclosed to the receiving party or, if not in tangible form, its proprietary nature must first be announced, and it must be reduced to writing and furnished to the receiving party within thirty (30) days of the initial disclosure. 2. M/s. and MTNL hereby agree that during and after the Agreement Period: a) The receiving party shall use Information only for the Purpose, shall hold Information in confidence using the same degree of care as it normally exercises to protect its own proprietary information, but not less than reasonable care, taking into account the nature of the Information, and shall grant access to Information only to its employees who have a need to know, but only to the extent necessary to carry out the business purpose of this project as defined in exhibit A, shall cause its employees to comply with the provisions of this Agreement applicable to the receiving party, shall reproduce Information only to the extent essential for fulfilling the purpose, and shall prevent disclosure of information to third parties. Upon the disclosing partys request, the receiving party shall either return to the disclosing party all Information or shall certify to the disclosing party that all media containing Information have been destroyed. Provided, however. That an archival copy of the Information may be retained in the files of the receiving partys counsel, solely for the purpose of proving the contents of the Information.

b)

79

3. The foregoing restrictions on each partys use or disclosure of Information shall not apply to Information that the receiving party can demonstrate which:a) b) c) d) was independently developed by or for the receiving party without reference to the Information, or was received without restrictions; or has become generally available to the public without breach of confidentiality obligations of the receiving party; or was in the receiving partys possession without restriction or was known by the receiving party without restriction at the time of disclosure; or is the subject of a subpoena or other legal or administrative demand for disclosure; provided, however that the receiving party has given the disclosing party prompt notice of such demand for disclosure and the receiving party reasonably cooperates with the disclosing partys efforts to secure and appropriate protective order; or is disclosed with the prior consent of the disclosing party; or was in its possession or known to it by being in its use or being recorded in its files or computers or other recording media prior to receipt from the disclosing party and was not previously acquired by the receiving party from the disclosing party under an obligation of confidence; or the receiving party obtains or has available from a source other than the disclosing party without breach by the receiving party or such source of any obligation of confidentiality or non-use towards the disclosing party.

e) f)

g)

4. Each party agrees not to remove any of the other partys Confidential Information from the premises of the disclosing party without the disclosing partys prior written approval. Each party agrees to exercise extreme care in protecting the confidentiality of any confidential information which is removed, only with the disclosing partys prior written approval, from the disclosing partys premises. Each party agrees to comply with any and all terms and conditions the disclosing partys may impose upon any such approved removal, such as conditions that the removed confidential information and all copies must be returned by a certain date, and that no copies are to be make off of the premises. 5. Upon the disclosing partys request, the receiving party will promptly return to the disclosing party all tangible items containing or consisting of the disclosing partys confidential information all copies thereof. 6. Each party recognizes and agrees that all of the disclosing partys confidential information is owned solely by the disclosing party (or its licensors) and that the unauthorized disclosure or use of such confidential information would cause irreparable harm and significant injury, the degree of which may be difficult to ascertain. Accordingly, each party agrees that the disclosing party will have the right to obtain an immediate injunction enjoining any breach of this agreement, as well as the right to pursue any and all other rights and remedies available at law or in equity for such a breach. 7. Access to information hereunder shall not preclude an individual who has seen such information for the purpose of this agreement from working on future projects for the receiving party which relate to similar subject matters provided that such individual does not make reference to the information and does not copy the substance of the information during the confidentiality period. Furthermore nothing contained herein shall be construed as imposing any restriction on the receiving partys disclosure or use of any general learning, skills or know how developed by the receiving partys personnel under this agreement, if such disclosure and use would be regarded by a person of ordinary skill in the relevant area as not constituting a disclosure or use of the information.

80

8. As between the parties, all information shall remain the property of the disclosing party. By disclosing information or executing this agreement, the disclosing party does not grant any license, explicitly or implicitly, under any trademark, patent, copyright, mask work protection rights, trade secret or any other intellectual property right. THE DISCLOSING PARTY DISCLAIMS ALL WARRANTIES REGARDING THE INFORMATION, INCLUDING ALL WARRANTIES WITH RESPECT TO INFRINGEMENT OF INTELLECTUAL PROPERTY RIGHTS AND ALL WARRANTIES AS TO THE ACCURACY OR UTILITY OF SUCH INFORMATION. Execution of this agreement and the disclosure of information pursuant to this agreement does not constitute or imply any commitment, promise, or inducement by either party to make any purchase, or sale or to enter into any additional agreement of any kind. 9. Either partys failure to enforce any provision, right or remedy under this agreement shall not constitute a waiver of such provision, right or remedy. 10. This Agreement will be construed in, interpreted and applied in accordance with the laws of India. 11. That in case of any dispute or differences, breach & violation relating to the terms of the agreement, the said matter or dispute, difference shall be referred to sole arbitration of Chairman of MTNL or any other person appointed by him. In the event of such arbitrator to whom the matter is originally referred to is being transferred or vacates his office on resignation or otherwise or refuses to do work or neglecting his work or being unable to act as Arbitrator for any reasons whatsoever, the Chairman MTNL shall appoint another person to act as Arbitrator in place of out going Arbitrator and the person so appointed shall be entitled to proceed further with the reference from the stage at which it was left by his predecessor. M/s. ..will have No Objection in any such appointment, that arbitrator so appointed is employee of MTNL. The said Arbitrator shall act under the Provisions of the Arbitrator and Conciliation Act, 1996 or any statutory modifications or re-enactment there of any rules made thereof. 12. This Agreement constitutes the entire agreement of the parties with respect to the parties respective obligations in connection with Information disclosed hereunder and supersedes all prior oral and written agreements and discussions with respect thereto. The parties can amend or modify this agreement only by a writing duly executed by their respective authorized representatives. Neither party shall assign this Agreement without first securing the other Partys written consent. 13. This Agreement will remain in effect during the currency of agreement & shall survive expiry of the contract. IN WITNESS WHEREOF, the parties hereto have executed this Agreement by Their duly authorized officers or representatives. (M/s.) Signature__________________________ Printed Name: _____________________ Title: _______________________ Mahanagar Telephone Nigam Limited (MTNL) Signature__________________________ Printed Name:______________________ Title: _______________________

81

ANNEXURE - IV Requirements of Civil & Electrical Works to be carried out by the bidder GREEN FIELD SITES 1. CAST-IN-SITE BUILDING & EXTERNAL WORKS Building:Excavation and backfilling: The excavation for foundation, etc. shall be done as per the excavation plan for the site. Care shall be taken for side collapse and proper Cutting slope to be maintained. The bottom of excavation shall be dressed properly for subsequent works. Backfilling shall be achieved by ramming and watering of soil in 20cm. Thick layers. Any extra Cutting done beyond the scope of work shall be brought to level either by lean concrete or sand filling as per direction of Engineer in charge. Nothing extra shall be paid for the same (ii) Anti termite treatment: Anti-termite treatment shall be done for area under building and along periphery of the building for a width of 600 mm at normal ground level and round foundations. (iii) Foundation works: Base of foundation shall consist of lean concrete (1:4:8) of 100mm thickness with an offset of 75 mm. The foundation shall be spread footing in brickwork of class designation 75 and cement mortar (1:6) laid as per drawing provided. (iv) Damp Proof Course: DPC shall consist of cement concrete (1:1:5:3) 40mm thick laid at plinth level all along on the wall except at door openings. Waterproofing agent @ 2% by weight of cement to be added in concrete. Suitable coats of hot Bitumen to be provided on top of DPC and fine sharp sand to be sprinkled on the bitumen coating. (v) Plinth Protection: The plinth protection shall be provided along the periphery of the building in strip of 675 mm width. (vi) Super Structure: Walls: The structure shall consist of load bearing walls of brickwork of class designation 75 and cement mortar (1:6). 230mm thickness laid in

1.1
(i)

Roof Slab: Slab shall be of RCC 1:2:4 and built as per detailed drawings provided. Removal of shuttering is not to proceed before 7 days from the time of casting. Roof treatment: Roof treatment shall consist of the following:-

82

Laying of hot Bitumen coating (use of Bitumen 80/100 or Cutback Bitumen)@1.7kg/sq.m. Sprinkling of sand @ 0.6 cum/100sq.m over hot bitumen layer. Placing of mud phuska layer 100mm thick over bitumen coating. Over mud phuska layer provide topping of mud-cow dung 3:1(15mm thick) Laying brick tiles over mud phuska and grouting with neat cement. (vii) Finishes: Wall finish: All internal surfaces of walls shall be provided with plaster 12mm thick in cement 1:5 and external wall faces shall be provided with plaster 15mm thick in cement mortar 1:5. Floor finish: Plain cement concrete flooring shall be provided in equipment building as per drawing /specifications provided. (viii) Special floor finish: Anti Static Vinyl flooring: This shall be provided in Equipment room. It shall consist of 2mm thick tiles /Robust rolls (M/S. wonder floor or other Standard manufacturers). Floor preparation, adhesive and laying as per manufacturers recommendations. Doors &Shutters: (ix) Aluminium paneled door: This shall be provided for Equipment room entry. This shall include 6mm thick clear float glass paneling in aluminium section frame, door closer hydraulic, floor spring and cylindrical locking arrangement. Steel door: This shall be provided at main entry of Equipment building. This shall be fabricated as per the drawings / approved design. Rolling Shutter: this shall be provided at DG room entry.

Misc. works: Cutout for wave guide entry. Cutout for DG exhaust piping, etc

(x)

Ceiling finish: This shall consist of 6mm thick rendering in cement mortar 1:3. Painting: All steel items are to be given a priming coat of red oxide and finished with synthetic paint, providing 2-3 coats as required. All internal plastered surfaces are to be finished in plastic emulsion except for DG room, which shall be Finished with oil bound distemper. All exposed plastered surfaces are to be finished in cement paint.

83

(xi)

Hard Standing: Concrete pavement (1:2:4) 120mm thick over a base of 100mm thick lean concrete shall be provided and laid to chamber as per the requirement at site and laid in panels of area of not greater than 4sq.m. Joints to be 12mm wide and to be subsequently filled with Bitumen filler.

(xii)

Boundary wall: The site shall be enclosed by Brick boundary wall with the following operation/specifications: o o o o o o o o Excavation upto 600mm, backfilling, disposal of surplus earth neatly along the length of the wall. Base concrete of 1:4:8 100mm thick in stone /Brick ballast. Brickwork in cement mortar 1:6 in foundation and structure as per section provided. Plaster on both sides of the wall in cement mortar 1:5. Angle iron post 40 x 40 x 6 with slots to take 4 strands of horizontal and one diagonal galvanized barbed wire fencing 10kg /100m fixed at every 2m intervals. The top of the wall is to be provided with concrete coping 1:2:4, 50mm thick. The wall is to be finished with suitable coats of cement paint. Angles are finished Enamel paint and red oxide primer.

(xiii)

Main Entrance Gate: The site shall be provided with steel gate and the fabrication shall be as per the drawing. This shall be hinged on the two RCC columns 230mm x 230 mm x 3000mm with foundation.

1.2

SHELTER Shelter -6m The shelter shall be made of sandwich insulated panels80mm thick with PU foam as filler material between galvanized pre-coated steel sheets. The sheet on inner-side of shelter shall have thickness of 0.8mm (min) and outer sheet shall have thickness of 0.6mm. The colour shall be off-white on both sides. The detailed specifications are as follows: (i) Dimensions: The shelter shall have the following dimensions: External: 6000L x 3000W x 2920H (mm) approx. Internal: 5840L x 2840W x 2860H (mm) approx. The shelter shall be divided by a partition wall into two rooms - an entrance/office of 2840*2000 mm and an equipment room of 2840*3760mm. (ii) Steel work: All structural steel shall conform to IS-2062 &IS-2262. All structural MS pipes shall conform to IS-1239 pt.2. All steel work shall be galvanized after full fabrication as per IS-4759.

84

Minimum coating thickness to be > 127 micron. All welding shall be as per IS--816. All hardware used shall be galvanized. (iii) Floor and roof: The floor shall consist of standard PUF Sandwich Panels, 19mm Marine Plywood, covered with antistatic PVC flooring. Anti static flooring shall be done by using antistatic vinyl robust rolls of 2mm thickness. Floor preparation and adhesive used shall be as per manufacturers recommendations. Floor load capacity: 700 kg/sq.m Roof load capacity: 200 kg/sq.m Roof shall be made of the panels same as used for walls. A secondary slanting roof of suitable material shall be provided to protect the primary roof from direct sunlight and rain water. A down slant of 1:50 to be maintained from the front to back. (iv) DOOR Shelter shall have two doors, one for main entrance and the other for equipment/power room entry. The door dimensions shall be approx.1000W * 2000 H (mm), alternately 900 * 1800mm. Main Door opening outwards and shall be provided with external, internal handles /knob respectively. Door sealed by a peripheral (double) sealing frame with silicon rubber gaskets renewable if necessary, splash and dust proof according to IP 54. Locking mechanism with cylinders or number lock. The door is to be hinged with heavy-duty hinges (stainless steel/brass). The door shall be equipped with a hydraulic closer. Door latch shall be provided to keep the door in open position. A canopy is to be fixed above external light /door. (v) Joints The jointing of panels shall be done with the use of eccentric cam locks (preferably cam lock pin should be metallic). All panel joints shall be sealed with anodized stainless steel strips. Silicon sealant shall be used for water proofing in the panel joints or wherever necessary. Flashing shall be provided on the inner & outer side corner joints between vertical walls &roof/floor. (vi) Openings: The shelter shall have provision for opening for air-conditioned piping and cabling, on wall. Cable entry ports in the wall panel for AC power supply cabling, DG cable and earthing. Suitable wall opening in side wall for entrance of waveguides and feeder cables. All opening shall be Custom built and Cutting shall be typically done on site.

85

(vii)

Temperature range: Internal temperature Maximum outside temperature Minimum outside temperature +25 + 2 C +50o C (avg.+45o C) + 5o C

(viii)

Environmental conditions: Humidity: 100%

The shelter shall have heat transmission coefficient, K < 0.3 (ix) Earthing and electrical conductivity: All metal parts shall be interconnected for good electrical conductivity. Inside the shelter a long Copper bar of thickness 300 * 100 * 6 mm with M-6 bolt size rounded holes in it shall be provided near the door for earthing of equipment. (x) Structure stability: Resistant to various volumes of rain, dust, and sand impinging from various directions over different duration and different speeds. Resistant to corrosion against water, industrial air, and saline air. Resistant to decomposing vegetation, rodents, termites and micro-organisms. (xi) Outdoor installation: Survival wind speed : 160Km/h To cope with these conditions, provision is to be made for threaded rods, Connecting the shelters to the base frame, foundations resp. 1.3 Installation: The shelter is to be installed on base frame supported on concrete foundation or on suitable supporting structures. The construction of shelters shall be such that it can be transported in a dismantled form to the site & assembled there. 1.4 Foundation system for Shelter: The foundation system shall consist of : Construction of foundations (in situ) Fabrication of base frame. Installation of base frame. Stair access for shelter The foundation shall be laid on undisturbed area of the land and if due to certain reasons it is not possible then adequate compaction of earth shall be done before commencing foundation work. The following operations are required for construction of foundations Excavation for three strip foundation of cross-section 0.5m x 0.7m Lean concrete 1:4:8 of thickness 0.1m and offset of 0.075mm on all sides from foundation edges.

86

RCC foundation 1:2:4 of cross-section 0.5m x 1.2m with steel reinforcement. Projection platform RCC 1:2:4 x -section 0.5m x 0.12m with steel reinforcement. RCC 1:2:4 steps (3nos) 1.0m x 0.9m with tread of 30cms and riser of 15cms. With nominal reinforcement upto 30kg/cum. The base frame shall be fabricated and mounted on the constructed foundations and properly leveled to support the shelter. All the above operations are inclusive of shuttering, providing and placing of concrete and installation of base frame. The finishing shall be neat so that no additional finishing is required. 2. STEEL LATTICED TOWER: This shall be steel square sectioned lattice tower. The main legs and bracers shall be of angle sections. 2.1 Design: The design shall be in accordance to the relevant Indian standards General design guidelines for permissible stress are as per IS:2062 Wind loading as per IS 875-pt III Fabrication and erection as per IS-802-pt II General guidance for foundation as per IS 4091 Structural design of RCC members as per IS 456. 2.2 Performance: (a) Antenna loading Antenna carriers shall be designed for a maximum load. (b) Wind loading: The design wind speed shall be derived, based on the urban location of the structure concerned, from the Indian Standard IS:875 (part 3), Code of Practice for Design loads for Buildings and Structures. (c) Seismic loading: The design seismic load, where required, shall be as per IS 1893. (d) Operational Loading: Under operational wind speed, torsion and sway of the structure shall be limited to + 0.5.degrees, when carrying full or intermediate complement of antennas. (e) Tower fabrication: All steel shall be structural steel as per the relevant IS codes, viz Mild Steel angles As per IS: 2062 Mild Steel Bolts &Nuts As per IS: 1363 &IS: 6639 Mild Steel Bracing As per IS: 2062-grade A Mild steel Jointing Plates As per IS: 2062-grade A Angle sections &dimensions As per IS: 808 Fabrication and erection shall conform to IS: 802-part II. Hot dip galvanizing of steel members shall conform to IS 4759.

87

(f) Finishing: Base preparation shall be done as per relevant Indian Standards. One coat of Zinc Chrome Primer and two coats each of Orange and White as per ICAO regulations shall be done. Painting material shall be of standard make. (g) Tower Delivery: The antenna carriers shall be supplied with the following accessories and services as standard delivery Design of antenna carrier Climbing ladder Vertical feeder support Lightning arrestor Foundation bolts Nuts, bolts, cleats, gusset plates, etc Antenna fastenings Work platforms Rest platforms 3. 3.1 Air-conditioning System Comfort air-conditioning This type of air-conditioning shall be provided for green field sites. It is necessary to make heat calculations which are based on the area and other environmental factors before arriving at the number of air-conditioning units required to be installed in order to maintain the desired temperatures. 3.1.1 Split Units It consists of indoor and outdoor unit. Outdoor unit consist of compressor and condenser unit. Indoor unit contains cooling circuit and arrangement for supply and return of air. The sites having the equipment container/room shall be provided with proper air-conditioning system using two air-conditioners at each site such that one unit acts as a standby under normal operating conditions. The air-conditioning is needed for optimum working at the site and to maintain the longevity of the sensitive telecom equipment. The internal ambient temperature shall be maintained between +25 2 o C. The air-conditioning units provided are of split type in order to minimize sound, vibrations and leakages. The compressor of the air-conditioner units shall be reciprocatory type and mounted outside. 3.1.2 (a) Control of air-conditioning units: The following controls are achieved by the control unit installed near to the air-conditioners: The air-conditioning units shall be cyclically operated with predetermined time periods. Normally one unit is switched ON and the other unit is OFF and is in stand by mode. In case of failure of the running unit the standby unit is turned ON automatically. Normally one air-conditioning unit is sufficient to maintain the specified container temperature. In the worst condition where the temperature exceeds the upper limit the second air-conditioning unit shall also be switched in to service. The second unit automatically shuts down when the container temperature returns to its normal specified range. Failure of the air-conditioning

88

units shall generate an alarm and would bring the other air-conditioner in line. temperature limits are exceeded then an alarm shall be generated. 3.1.2 (b) Protection of outdoor unit: Caging shall be provided for outdoor unit with a locking arrangement. The legs of caging shall be grouted. Pedestal shall be made square with respect to building /shelter. Pedestal shall be of same size and have good finishing quality. 4. 4.1 Electrical System

If

Electrical Distribution: An ac distribution system shall be provided to distribute the incoming AC power to the various electrical equipment & lighting sections. Standby power from the diesel generator set is also fed to this distribution system. ACDB An AC distribution board shall be provided at Green filed sites and used to distribute the incoming AC power to the rectifier panel, air-conditioning units & lighting sections. ACDB shall be made of processed &power coated steel sheet. It shall consist of:MCB `s and terminals. The ratings of the above are to be calculated as per the actual load requirements.

4.1.1

4.1.2 AMF Panel The basic functions incorporated by the PLC based AMF panel shall be: o Generation of an alarm in case the generator fails to start in three attempts. o Fuel level indicator shall be provided & in case of low fuel level an alarm shall be generated. 4.1.2.1 (a) Programmable Logical Controller (PLC) The supply from mains as well as from the diesel generator set & the fire &intruder detection sensors shall be controlled by PLC. It shall control the logic for mains failure for control of diesel generator set & all alarms generation. The PLC shall be provided with CPU and all accessories. 4.1.3 Metering: The following metering instruments shall be provided at the green field sites: Ammeter Voltmeter with selector switch 4.1.4 Protections: The protections provided in the AMF Panel shall be of two types: Mechanical Protection of the Engine Electrical Protection 4.1.4.1 (i) Mechanical Protection: (a) LLOP (Low Lubricating Oil Pressure) (b) HCT(High Cylinder Head temperature) (c) Low Fuel Level(For fuel tank)

89

(ii) Electrical Protection: Electrical protection shall be provided against the following: (a) Over-voltage /under-voltage Protection (b) Overload on the DG Recommended Equipment System Green field sites Items Programmable logic controller (PLC) with all type of accessories. 4.1.5 Cables & Wires Various cables & wires to be used at Green Field Sites shall be: Cable from the main supply to the ACDB Cable from DG set to ACDB Control cable from DG to AMF section Cable from ACDB to the rectifier unit Cable from the ACDB board to the air-conditioner units Cable from ACDB board to the lighting sections Cable from the ACDB to the power sockets Control cabling for smoke detector/fire detector and intruder alarm system Cable for earthing PVC channel /Aluminium trunking shall be provided for carrying cables. Cable glands & lugs shall be provided as per cables. 4.1.6 Lighting: Lighting provided shall be as per Lux requirements of Container /equipment room. Emergency light with charging system shall be provided. Aviation obstruction lamp along with twilight photoswitch shall be provided. For the ground based sites external lights using Halogen lamps (1000 Watts) with standard accessories on lighting poles shall be provided. The number and placement will be site specific. Recommended Equipment/System: Items Lighting Emergency light External lighting for ground based sites Aviation light 4.1.7 Miscellaneous Items 4.1.7.1 (a) Isolation Transformer Isolation transformer shall be needed to provide isolation between the incoming supply & the connected load. This results in suppression of electrical transient voltage present in some areas, hence providing additional protection against surge voltages present in the mains supply. An isolation transformer with input supply 415 Volt & output supply 240 Volt shall be provided at the green field sites. Green Field Sites Indoor decorative luminaries (2x 40W , fluorescent lamp) with all accessories Bulkhead light with all accessories Standard make with all the accessories Halogen lamps with all standard accessories Standard make with all the accessories

90

(b)

Outdoor housing for electrical consumption meter The outdoor housing for electrical consumption meter made up of steel sheet with proper installation accessories shall be provided. Change over switch A change over switch along with 8 way control switch and terminal box for connecting a mobile DG set shall be provided. Battery charger For charging the battery of DG set, a battery charger shall be provided.

(c)

(d) 5.

Standby power system Diesel Generator set shall be provided, as a backup power source to cater to the power needs of the equipment and air-conditioning unit etc., in case of mains failure. The generator set provided shall be of suitable rating as per the load requirements. The size of the DG set shall be calculated on the basis of load requirement and area. On the basis of these two criteria the stand by power system shall be categorized into: Ground Based DG Set Technical specifications of diesel generator set with all accessories shall be as follows:-

5.1

5.1.1 Engine : 1. 2. 3. 4. 5. 6. 7. 8. 9. The engine used as a prime mover in the generator set shall be having a air cooling system. Engine shall operate at 3000 RPM. Engine shall be of suitable BHP. A DC starter shall be provided to start the engine. A battery of suitable rating to operate the starter shall also be provided. Dynamo to charge the battery shall be provided. Air cleaner/filter, Lube oil filter, Lube bypass filter, and a Fuel filter shall be provided. A governor shall also be provided to regulate the speed of engine. The engine shall conforms to BS: 649/BS : 5514.

10. Engine provided shall be of standard model from a reputed manufacturer. 5.1.2 Alternator : The alternator shall be for continuous operation at 3000 RPM generating 230 V + 5% at 0.8 power factor suitable for 50Hz. The alternator shall be self excited and self regulated. Insulation properties shall confirm to BS:26113/IS:4722. The alternator provided shall be from a reputed manufacturer. The alternator shall have provision of 10% overload for one hour after every twelve hours. 5.1.3 Accessories: (a) Battery12 V Battery with connecting leads & terminals shall be provided to operate the starter.

91

(b)

Fuel tank Fuel tank of sheet metal of suitable size complete with air vent, drain valve, fuel level indicator and inlet and outlet connection with enough fuel for twenty four hours working shall be provided.

(C)

Base Frame A light weight base frame suitable to carry a weight of approx. aligned condition. 680 kg. and fabricated from MS channel shall be provided to hold the engine and alternator in an The frame shall be provided with pre drilled foundation holes, suitable for permanent installation and/or mounting on anti-vibration mounting pads on prepared foundations.

(d)

Exhaust Piping Exhaust pipe of suitable length shall be provided. bracket to avoid the stress on the exhaust manifold. It shall be securely supported with

(e)

Lagging of exhaust pipe To reduce the heat in engine chamber, exhaust pipe is lagged with asbestos rope or asbestos cloth.

(f)

Acoustic enclosure Depending upon the requirement of the location made available an acoustic enclosure shall be provided. standards. Recommended Equipment/System: Items Standby Power System Green Field Sites DG set with all accessories The sound suppression shall be as per relevant

5.1.4 Foundation for DG set: (a) Alternative 1 The foundation for D.G. Set shall be of pad of RCC reinforcement. 1:2:4 with nominal The overall The top of foundation to be 75mm above the floor level.

depth shall be minimum 150mm or as per the requirement of the DG set concerned. Any diff. between DG foundation bottom and top of RCC roof slab (unfinished) to be

92

filled with PCC 1:4:8.

The offset of foundation from extreme faces of DG set to be

minimum 100mm. The work shall include the restoration of effected waterproofing. (b) Alternative 2 The DG sets shall be placed on base-frame fabricated from ISMB 200. the baseframe shall be rested on four nos. concrete pedestals (1:2:4) 400mm x 400mm x 800mm, 400mm above ground and placed over base concrete 1:4:8 550mm x 550mm x 100mm.

6.

Earthing System The earthing system is divided into two parts:(a) (b) Earth pits. Earth distribution.

6.1

Earth Pits There are two types of earth pits, which are made. 1987 (Sketch is enclosed). Plate earthing Pipe earthing On the sites where space is not generally a constraint, a plate type of earthing is carried out using 600*600*6 mm Copper plate. But in urban areas making no. of pits in smaller out. This is done by using 62mm dia, 3000mm copper pipe. space with necessary separation in always a problem. In these cases a Pipe type earthing is carried The construction of pits with regards to salt & charcoal filling, watering arrangement etc. is based on I.S. specification & is as illustrated in the attached sketch. The resistance level of the earthing system is maintained to be below 2ohms at the application points. The depth to which the earth electrode should be placed is standard for normal type of soil. But for sites with extra ordinary conditions e.g. rocky terrain, or sites with low water tables, the necessary modifications may have to be done based on site conditions. The construction is based on I.S 3043-

93

94

95

6.2

Earth Distribution The distribution of earthing is based on the following norms: (a) Earthing system should provide as nearly as possible a surface under & around the station which shall be at a uniform potential & as nearly zero or absolute earth potential as possible. (b) By providing such a surface, there can exist no difference of potential in a short distance, big enough to shock or injure an attendant in case of short circuit or other abnormal occurrences. (c) Lightning protection to structures: In case of a lightning strike or hit, the system ensures that a dedicated, undistributed low resistance path is available, which is as vertical & straight as practical for the surge to pass to the ground. (d) The distribution system ensures that all the ground points are ultimately brought to a single common potential.

6.2.1

Earth distribution for green field sites The actual distribution system is illustrated in the attached sketch. (a) As can be seen from the diagram, the legs of the antenna carried body are connected to the earthing ring and through a separate conductor it is carried upto the ground level. This conductor is a 60 x 6 GI Strip, this is extended to the earth pit directly. (b) The bodies of all the electrical equipment are brought at a common potential & this is connected to External Ground Bar (EGB). All the communication equipment and the positive terminal of batteries shall be connected to Internal Ground Bar (IGB). In greenfield sites, the DG set is always available at ground level, its body is connected to EGB. Both IGB and EGB shall be shorted internally, & externally with the earthing ring going for the tower to avoid the open circuit fault in the earth path. (c) Neutral point both the DG Sets, as well as the output of Isolation transformer is kept floating & is not connected to grounding system. This is because in single phase isolated system, backed up with adequate & correct protections, there is no necessity to ground the neutral point.

(d) Two separate conductors shall be provided for earthing connection upto grounding pit only for the purpose of redundancy. In case they are passing down closely, then they can be shorted at every 6 Mts.

96

EARTH DISTRIBUTION

97

98

7. 7.1

Safety & Security system Fire Alarm/Detection System Each Green Field sites shall have its own Custom designed Fire alarm extinguishing system. Each green field site shall be considered as one zone & for each zone of sensors shall be provided.

7.1.1 Sensors Usually three type of sensor for fire detection shall be used (a) (b) Optical type : It operates on the light scattering principle. When visible smoke enters, the detector light is scattered on to photocell. This activates the sensor. Ionization type: This type of detector is most sensitive and particles in the 0.01 to 1 micro meter range. It senses invisible smoke such as is produced in early stage of high temperature flaming fire as well as visible smoke from most smoldering fires. Fixed rate cum rise type: This type of sensor activates when the surround temperature changes. This is ideally suited for detection of electrical short-circuits, smoldering fire such as those produced by certain plastic including PVC.

(c)

For the fire alarm/detection at a green field site, Photo type and Ionization type sensors shall be provided. In case of fire/smoke an alarm shall be generated. Potential free contacts/hooter shall be provided for the annunciation of the alarms. Area Description Green field sites Type of Sensor Photo Type & ionization type 7.1.2 Fire extinguishing system Hand held fire extinguisher system shall be provided. The fire extinguisher shall be of standard make & of suitable type. Recommended Equipment/System: Items Fire Detection & Alarm System Fire Fighting System 7.2 Security System Intruder alarm system A magnetic switch shall be provided at the door. Potential free contacts/hooter shall be provided for the annunciation of the alarms. An alarm shall be generated in case of opening up of the door. Recommended Equipments/Systems: Items Security System Green Field Sites Site Automatic System with magnetic switch Green Field Sites Automatic System Hand held fire extinguisher No. of set of sensors 1

99

ROOF TOP SITES 1 SHELTER: The shelter shall be made of sandwich insulated panels 80mm thick with PU foam as filler material between galvanized pre-coated steel sheets. The sheet on inner-side of shelter shall have thickness of 0.8mm (min.) and outer sheet shall have thickness of 0.6mm. The colour shall be off-white on both sides. Dimensions The shelter shall have the following Internal dimensions: (1) 3500Lx2500wx2700H (mm) approx. OR (2) 5000Lx3000Wx2700H (mm) approx. 1.2 Steel Work (a) All structural steel shall conform to IS-2062 & IS-2262. (b) All structural MS pipes shall conform to IS-1239 pt.2. (c) All steel work shall be galvanized after full fabrication as per IS-4759. (d) Minimum coating thickness to be > 127 micron. (e) All welding shall be as per IS-816. (f) All hardware used shall be galvanized. Floor and Roof The floor shall consist of standard PUF Sandwich Panels, 19mm Marine Plywood, covered with antistatic PVC flooring. Anti static flooring shall be done by using anti-static vinyl robust rolls of 2mm thickness. Floor preparation and adhesive used shall be as per manufacturers recommendation. Floor load capacity: Roof load capacity: 700 Kg/sq.m. 200 Kg/sq.m.

1.1

1.3

Roof shall be made of the panels same as used for walls. A secondary slanting roof of suitable material shall be provided to protect the primary roof from direct sunlight and rain water. A down slant of 1:50 to be maintained from front to back. The secondary roof shall not have any projections and shall not have any projections and shall be hidden by rectangular profiles on the roof top to decrease the aerodynamic affect and improve on aesthetics. 1.4 Door Shelter shall have one door for main entrance. The door dimensions shall be approx. 1000W x 2000 H (mm), alternately 900 x 1800mm. Main Door opening outwards and shall be provided with external, internal handles / knobs respectively. Door sealed by a peripheral (double) sealing frame with silicon rubber gaskets renewable if necessary, splash and dust proof according to IP 54. Locking mechanism with cylinders or number lock. The door is to be hinged with heavy duty hinges (stainless steel/brass). The door shall be equipped with a hydraulic closer. Door latch shall be provided to keep the door in open position. A canopy is to be fixed above external light/door.

100

1.5

Joints The joining of panels shall be done with the use of eccentric cam locks (preferably cam lock pin should be metallic). All panel joints shall be sealed with anodized stainless steel strips. Silicon sealant shall be used for water proofing in the panel joints or wherever necessary. Flashing shall be provided on the inner & outer side corner joints between vertical walls & roof/floor. Openings The shelter shall have provision for opening for air-conditioned piping and cabling on wall. Cable entry ports in the wall panel for AC power supply cabling, DG cable and earthing. Suitable wall opening in side wall for entrance of waveguides and feeder cables. All opening shall be Custom built and Cutting shall be typically done on site. Temperature range Internal temperature: Maximum outside temperature: Minimum outside temperature: + 25 + 2o C + 500 C (avg. + 45o C) + 50 C

1.6

1.7

1.8

Environmental Conditions Humidity: 100% The shelter shall have heat transmission coefficient, K<0.3 Earthing and Electrical Conductivity All metal parts shall be interconnected for good electrical conductivity. Inside the shelter a long Copper bar of thickness 400x35x6mm with M8 bolt size rounded holes in it shall be provided near the door for earthing of equipment. Structure Stability. Resistant to various volumes of rain, dust & sand impinging from various directions over different duration & different speeds. Resistant to corrosion against water, industrial air & saline air. Resistant to decomposing vegetation, rodents, termites & micro-organisms. Outdoor Installation Survival wind speed : 160Km/h To cope with these conditions, provision is to be made for threaded rods, connecting the shelters to the base frame, foundations respectively. Installation The shelter is to be installed on base frame supported on concrete foundation or on suitable supporting structures. The construction of shelter shall be such that it can be transported in a dismantled form to the site & assembled there. Foundation System for Shelter The foundation system shall consist of: Concrete pedestals (in situ) Fabrication of base frame Installation of base frame Stair access for Shelter The pedestals shall be laid directly on load bearing members as far as possible. The following operations are required for construction of foundation system -

1.9

1.10

1.11

1.12

1.13

101

a) Preparation of base (roof slab) for construction of pedestals. b) Construction of pedestals. c) The base frame shall be fabricated and mounted on the constructed pedestals and properly leveled to support the shelter. d) Brick steps (3 nos.) 1.0*0.75m with treads of 25cm and riser of 15cm. e) All the above operations are inclusive of shuttering, providing and placing of concrete and installation of base frame. The finishing shall be neat so that no additional finishing is required. 5. TOWER This will be self supporting structure consisting of three/six tubular main legs and panels of 1.5 m height. Cross bracers will be steel angle sections. Design The design will be in accordance to the relevant Indian standards. General design guidelines for permissible stresses are as per IS: 2062. Wind loading as per IS 875-pt III. Fabrication and erection as per IS 802 - pt II. General guidance of foundations as per IS 4091. Structural design of RCC members as per IS 456 . Performance : a) Antenna loading Deltas shall be designed for a maximum load. b) Wind loading The design wind speed shall be derived based on the urban location of the structure concerned from the Indian Standard IS : 875 ( Part 3), Code of Practice for Design loads for Building and Structures. c) Seismic loading The design seismic load, where required, shall be as per IS 12893. d) Operational loading Under operational wind speed, torsion and sway of the structure shall be limited to + 0.5 degrees, when carrying full or intermediate complement of antennas. 2.3 (a) Tower Fabrication Tower Steel All steel shall be structural steel as per the relevant IS codes, viz. Mild Steel Angles As per IS:2062 Mild Steel Bolts and Nuts As per IS:1363 and IS: 6639 Mild Steel Bracing As per IS:2062-grade A Mild Steel Jointing Plates As per IS:2062-grade A Angle sections and dimensions As per IS:808 Fabrication and erection shall conform to IS:802-part II. Hot dip galvanizing of steel members shall conform to IS 4759.

2.1

2.2

102

(b)

Finishing Base preparation will be done as per relevant Indian standards. One coat of Zinc Chrome Primer and two coats each of Orange and white as per ICAO regulations shall be done. Painting material shall be of standard make. Tower delivery The Deltas shall be supplied with the following accessories and services as standard delivery Design of Delta Lighting arrestor Foundation bolts Nuts, bolts, cleats, gusset plates, etc. Antenna fastenings.

(c)

6. 3.1

Air-conditioning system Comfort air-conditioning This type of air-conditioning shall be provided for Roof Top sites. It is necessary to make heat calculations which are based on the area and other environmental factors before arriving at the number of air-conditioning units required to be installed in order to maintain the desired temperatures.

3.1.1 Split Units It consists of indoor and outdoor unit. Outdoor unit consists of compressor and condenser unit. Indoor unit contains cooling circuit and arrangement for supply and return of air. The sites having the equipment Container/room shall be provided with proper air-conditioning system using two air-conditioners at each site such that one unit acts as a standby under normal operating conditions. The air-conditioning is needed for optimum working at the site and to maintain the longevity of the sensitive telecom. Equipment. The internal ambient temperature shall be maintained between +25o + 2oC. The air-conditioning units provided are of split type in order to minimize sound, vibrations and leakages. The compressor of the air conditioner units shall be of reciprocatory type and mounted outside. 3.1.2 Control of air-conditioning units The following controls are achieved by the control unit installed near to the air- conditioner : The air-conditioning units shall be cyclically operated with predetermined time periods. Normally one unit is switched ON and the other unit is OFF and is in standby mode. In case of failure of the running unit the standby unit is turned ON automatically. Normally one air-conditioning unit is sufficient to maintain the specified Container temperature. In the worst condition where the temperature exceeds the upper limit the second air-conditioning unit shall also be switched in to service. The second unit automatically shuts down when the Container temperature returns to its normal specified range. Failure of the air-conditioning units shall generate an alarm and would bring the other airconditioner in line. If temperature limits are exceeded then an alarm shall be generated.

103

3.1.3 Protection for outdoor unit Caging shall be provided for outdoor unit with a locking arrangement. The legs of caging shall be grouted. Pedestal shall be made square with respect to building/shelter. Pedestals shall be of same size and have a good finishing quality. 7. 4.1 Electrical system Electrical Distribution An AC distribution system shall be provided to distribute the incoming AC power to the various electrical equipment & lighting sections. Standby power from the diesel generator set is also fed to this distribution System.

4.1.1 ACDB An AC distribution board shall be provided at Rooftop sites and used to distribute the incoming AC power to the rectifier panel, air-conditioning units & lighting sections. ACDB shall be made of processed & powder coated steel sheet. It shall consist of: MCBs and terminals. The ratings of the above are to be calculated as per the actual load requirements. 4.1.2 AMF panel The basic functions incorporated by the PLC based AMF Panel shall be : Automatic starting of diesel generating set in the even of mains voltage falling below a present value. Automatic shutting down of the DG, when the main supply is restored, after a preset idle running period. The stability of the mains supply shall be monitored for a preset time period & then the load shall be automatically transferred to the mains. Generation of an alarm in case the generator fails to start in three attempts. Fuel level indicator shall be provided & in case of low fuel level an alarm shall be generated. 4.1.2.1 Programmable logical controller (PLC) The supply from mains as well as from the diesel generator set & the fire & intruder detection sensors shall be controlled by PLC. It shall control the logic for mains failure for control of diesel generator set & all alarms generation. The PLC shall be provided with CPU and all accessories. 4.1.3 Metering The following metering instruments shall be provided at the green field sites: Ammeter Voltmeter with selector switch 4.1.4 Protections: The protections provided in the AMF Panel shall be of two types: Mechanical Protection of the Engine. Electrical Protection

4.1.4.1 (a) Mechanical Protection: (a) LLOP (Low Lubricating Oil Pressure) (b) HCT (High Cylinder Head temperature) (c) Low Fuel Level (For fuel tank) (b) Electrical Protection: Electrical protection shall be provided against the following:-

104

(a) Overvoltage / Undervoltage Protection (b) Overload on the DG Recommended Equipments/System: Items AMF function 4.1.5 Roof Top sites Programmable logic controller (PLC) with all type of accessories.

Cables & Wires Various cables & wires to be used at Roof Top sites shall be: (a) Cable from the main supply to the ACDB. (b) Cable from DG set to ACDB. (c) Control cable from DG to AMF section. (d) Cable from the ACDB to the rectifier unit. (e) Cable from the ACDB board to the air-conditioner units. (f) Cable from the ACDB board to the lighting sections. (g) Cable from the ACDB to the power sockets. (h) Control cabling for smoke detector/fire detector and intruder alarm system. (i) Cable for earthing. (j) PVC channel/Aluminium trunking shall be provided for carrying cables. Cable glands & lugs shall be provided as per cables.

4.1.6

Lighting (a) Lighting provided shall be as per Lux requirements of Container/equipment room. (b) Emergency light with charging system shall be provided. (c) Aviation obstruction lamp along with twilight photoswitch shall be provided. (d) For the ground based sites external lights using Halogen lamps (1000 Watts) with standard accessories on lighting poles shall be provided. The number and placement will be site specific. Recommended Equipments/System: Items Lighting Emergency light External lighting for ground based sites. Aviation light Roof Top Sites Indoor decorative luminaries (2x 40W , fluorescent lamp) with all accessories. Bulkhead light with all accessories. Standard make with all the accessories. Halogen lamps with all standard accessories. Standard make with all the accessories.

4.1.7

Miscellaneous Items

4.1.7.1 (a) Isolation Transformer Isolation transformer shall be need to provide isolation between the incoming supply and the connected load. This result in suppression of electrical transient voltages present in some areas, hence providing additional protection against surge voltages present in the mains supply. An isolation transformer, with input supply 415 Volt & output supply 230 Volt shall be provided at the Roof Top sites. (b) Outdoor housing for electrical consumption meter The outdoor housing for electrical consumption meter made up of steel sheet with proper installation accessories shall be provided.

105

(c) Change over switch A change over switch along with 8 way control switch and terminal box for connecting a mobile DG set shall be provided. (d) Battery charger For charging the battery of DG set, a battery charger shall be provided. 5 Standby power system Diesel Generator set shall be provided, as a backup power source to cater to the power needs of the equipment and air-conditioning unit etc., in case of mains failure. The generator set provided shall be of suitable rating as per the load requirements. The size of the DG set shall be calculated on the basis of load requirement and area. Light weight DG set Technical specifications of compact size and light weight diesel generator set shall be as follows:

5.1

5.1.1 Engine Details of the engine: The engine used as a prime mover in the generator set shall be having a water cooling system. (a) Engine shall operate at 3000 RPM. (b) Engine shall be of suitable BHP. (c) A DC starter shall be provided to start the engine. (d) A battery of suitable rating to operate the starter shall also be provided. (e) Dynamo to charge the battery shall be provided. (f) Air cleaner/filter, Lube oil filter, and a Fuel filter shall be provided. (g) A governor shall also be provided to regulate the speed of engine. (h) The engine shall conform to BS : 649/BS : 5514. (i) Engine provided shall be of standard model from the reputed manufacturer. 5.1.2 Alternator (a) The alternator shall be for continuous operation at 3000 RPM generating 230 V + 5% at 0.8 power factor suitable for 50 Hz. (b) The alternator shall be self excited and self regulated. (c) Insulation properties shall confirm to BS : 26113 IS:4722. (d) The alternator provided shall be from a reputed manufacturer. (e) The alternator shall have provision of 10% overload for one hour after every twelve hours. 5.1.3 Accessories (a) Battery 12 Volts Battery with connecting leads & terminals shall be provided to operate the starter. (b) Fuel tank Fuel tank of sheet metal of suitable size complete with air vent, drain valve, fuel level indicator and inlet and outlet connection with enough fuel for twenty four hours working shall be provided.

106

(c)

Base Frame A light weight base frame suitable to carry a weight of approx. 400kg. and fabricated from MS channel shall be provided to hold the engine and alternator in an aligned position. The frame shall be provided with pre drilled foundation holes, suitable for permanent installation and/or mounting on anti-vibration mounting pads on prepared foundations. Exhaust Piping Exhaust pipe of suitable length shall be provided. It shall be securely supported with bracket to avoid the stress on the exhaust manifold. Acoustic enclosure An acoustic enclosure with suitable insulation padding and proper ventilation shall be provided. The sound suppression shall be as per relevant standards. Items Standby power system Roof top site DG set with all accessories

(d)

(e)

5.1.4 Foundation for DG Set: The foundation for DG set shall be of pad of RCC 1:2:4 with nominal reinforcement. The top of foundation to be 75mm above the floor level. The overall depth shall be minimum 150mm or as per the requirement of the DG set concerned. Any diff. between DG foundation bottom and top of RCC roof slab(unfinished) to be filled with PCC 1:4:8. The offset of foundation from extreme faces of DG set to be minimum 100mm. The work shall include the restoration of effected waterproofing. 6 Earthing System The earthing system is divided into 2 parts:a) Earth pits. b) Earth distribution. 6.1 Earth Pits There are two types of earth pits which are made. 1987 (Sketch is enclosed). Plate Earthing Pipe Earthing On the sites where space is not generally a constraint, a plate type of earthing is carried out using 600*600*6mm, Copper plate. But in urban areas making no. of pits in smaller space with necessary separation is always a problem. In these cases a pipe type earthing is carried out. This is done by using 52mm dia, 3000mm copper pipe. The construction of pits with regards to, salt & charcoal filling, watering arrangement etc. is based on I.S specification & is as illustrated in the attached sketch. The resistance level of the earthing system is maintained to be below 2 Ohms at the application points. The depth to which the earth electrode should be placed is standard for normal type of soil. But of sites with extra ordinary conditions e.g. rocky terrain, or sites with low water tables, the necessary modifications may have to be done, based on site conditions. The construction is based on I.S 3043-

107

108

109

6.2

Earth Distribution The distribution of the earthing is based on the following norms: 1. Earthing system should provide as nearly as possible a surface under & around the station which shall be at a uniform potential & as nearly zero or absolute earth potential as possible. 2. By providing such a surface, there can exist no difference of potential in a short distance, big enough to shock o=r injure an attendant is case of short circuit or other abnormal occurrences 3. Lightning protection to structures: In case of a lightning strike or hit the system ensures that a dedicated, undistributed low resistance path is available, which is a vertical & straight as practical for the surge to pass to the ground. 4. The distribution system ensures that all the ground points are ultimately brought to a single common potential.

Earth distribution for roof top sites a) As can be seen form the diagram, from the Antenna carrier body a separate conductor is carried upto the ground level. This conductor is a seven strand G.I. wire clamped to wall using special type of clamping arrangement. This is extended to the earth pit directly. Alternatively GI strip of size 25x3 mm can be used. b) The bodies of all the electrical equipment are brought at a common potential & this is connected to EGB (External ground bar) all the communication equipment and the positive terminal of batteries shall be connected to IGB (Internal ground bar). In case the DG set available at roof top, its body shall be connected to EGB and in case of ground based DG set, body shall be connected to earth pit directly. Both IGB and EGB shall be shorted internally, & externally with the earthing ring going for the tower. And both the earth pits shall be shorted together to avoid the open circuit fault in the earth path. c) Neutral point of both, the D.G. Set, as well as the output of isolation transformer is kept floating & is not connected to grounding system. This is because in single phase isolated system, backed up with adequate & correct protections, there is no necessity to ground the neutral point. d) Two separate conductors shall be provided for earthing connection upto grounding pit only for the purpose of redundancy. In case they are passing down closely, then they can be shorted at every 5 mts.

110

Earth Distribution Alternative 1: DG set position is on roof top

111

Alternative 2: DG set position is ground based

112

8 8.1

Safety & Security system Fire Alarm/Detection System Each Green field sites shall have its own Custom designed Fire alarm/extinguishing system. Each green field site shall be considered as one zone. & for each zone one set of sensors shall be provided.

8.1.1 Sensors Usually three types of sensors for fire detection shall be used which are as under: a) Optical type : it operates on the light scattering principle. When visible smoke enters, the detector light is scattered on to the photocell. This activates the sensor. b) Ionization type: This type of detector is most sensitive to particles in the 0.01 to 1 micron meter range. It senses invisible smoke such as is produced in early stage of high temperature flaming fire as well as visible smoke from most shouldering fires. c) Fixed rate cum rise type: This type of sensor activates when the surrounding temperature changes. This is ideally suited for detection of electrical short-circuits, shouldering fire such as those produced by certain plastics including PVC. d) For the fire alarm/detection at a Roof Top site, photo type and Ionization type sensors shall be provided. e) In case of fire/smoke and alarm shall be generated. Potential free contacts/hooter shall be [provided for the annunciation of the alarms. Area Description Roof Top sites Type of Sensor Photo Type & ionization type No. of set of sensors 1

8.1.2 Fire extinguishing system Hand held fire extinguisher system shall be provided. The fire extinguisher shall be of standard make & suitable type. Recommended Equipment / System: Item Fire Detection & alarm system Fire fighting system 8.2 Security system Intruder alarm system A magnetic switch shall be provided at eh door. Potential free contacts / hooter shall be provided for annunciation of the alarms. An alarm shall be generated in the case of opening up of the door. Recommended Equipments / system: Items Security system Roof top site Automatic system with magnetic switch ** Roof top sites Automatic System Hand held fire extinguisher

113

SECTION V SCHEDULE OF REQUIREMENTS Sl No. 1 1.1 a (i) (ii) b (i) (ii) 2 2.1 Description NSS R8 2G/ 3G MSC System R8 GMSC Gateway MSC server Gateway Media Gateway MSC Server & VLR MSC Server & VLR Media Gateway Operation & Maintenance System OSS upgradation 0 OMC-S Per PLMN OMC-R (common for GERAN & UTRAN) STP upgradation / expansion as per latest TEC GR and network requirement Combined Packet Core Network for 2G & 3G Subs Packet core elements (SGSN, GGSN, DNS, CG, Firewall, BG, DCN, etc.) to 10 Gbps capacity, with HSPA+ support PCRF with real-time automatic policy decisions FMCC OTA server 7 LBS & LBA BSC 1 1 1 1 M BHCA, 30K Erlangs 2 M BHCA 15 K erlang 2 2 1 2 1 1 1 2 Unit Delhi Mumbai Remarks Common 2G/3G core for

1 GMSC of 2M and 1 GMGW of 60K should be supplied in MTNL Delhi VLR for 1.5 times of 2G & 3G subscribers each is to be provisioned.

2.2

2.3

Per PLMN

Integration of new N/w elements in Mumbai Provisioned / upgradation to accommodate new capacity Provisioned / upgradation to accommodate new BTSs / Node Bs As per design Bidders

3 4 4.1 4.2 5 6

10 Gbps data throughput & .8 M PDP contexts 3 M subs

1 1 1

1 1 0 4 1

PDP contexts should be expandable to 2 M capacity (Vendor may quote the entire BoM)

500K subs

4 1

Bidders design (As per design guidelines) (i)As per bidders design. However, BSC should be designed for

114

Transcoder 9 Erlang 45K 30K

PCU 10 11 Per BSC GSM BTS ( All new BTS/ TRXs should include EDGE hardware) Dual Band BTS 4+4+4 (900 MHz) 2+2+2 (1800 MHz) Configuration with common BCCH in 900 MHz Per BTS (indoor type) Dual Band BTS 4+4+4 (900 MHz) 2/2/2 (1800 MHz) Configuration with common BCCH in 900 MHz - Per BTS outdoor unit Total BTS Micro BTS (2/0 configuration, 20W per carrier at antenna port) UPS with 4 hour back up for micro BTS EDGE RTU software 2G dual band BTS repeater of 5 Watt power UPS with 4 hour back up for BTS repeater BTS Expansion Kits BTS Expansion from 6+6+6 to 8+8+8 for item 11.1(indoor) BTS Expansion from 6+6+6 to 8+8+8 for item 11.2 (outdoor) 240 60 170 30 X Y

minimum 1000 TRXs & Maximum 1500 per BSC (ii)TRX count for micro BTS may be included. Calculation sheet for the total number of TRX may be attached. As per bidders design (Possibility of Transcoder free operation may also be explored and included in the bid) Bidders design (As per design guidelines)

11.1

240

170 Expandable to 8+8+8 in maximum one cabinet footprint by addition of TRX

11.2

60

30

300 Per BTS 30 30 One per Sector 930 10 10

200 30 30 630 25 25 Ordering of this item shall be as per actual requirement of MTNL Micro BTS with AC input feed. Ordering of this item shall be as per actual requirement of MTNL

11.3 11.4 11.5 11.6 11.7

12 12.1 12.2

Ordering of this item shall be as per actual requirement of MTNL.

13 13.1

WCDMA - RAN 3S-1C Configuration (1+1+1) macro Node B - Indoor

Per Node B

29

50

115

13.2 13.3

3S-1C Configuration (1+1+1) macro Node B - Outdoor with RRH 6S-1C Configuration (1+1+1+1+1+1macro Node B Outdoor with RRH Total Node B HSDPA License for 3.6 Mbps (DL) & 384 Kbps (UL ) Up-gradation of item No.13.4(a) for provision of 64 QAM HSPA+ software license to support 21.1 Mbps DL & 5.76 UL 192 Channel Element Up-gradation of item No.13.5 for provision of 384 Channel Element Micro Node B (equipped with one carrier, 20W per carrier at antenna port) UPS with 2 hour back up for micro Node B Node B Repeater of power 5 Watt UPS with 2 hour back up for Node B Repeater RNC Hardware and Software Infrastructure Equipment

Per Node B Per Node B

551 0 580

295 05 350 1095

13.4 (a) 13.4 (b) 13.5 13.6 13.7 13.8 13.9 13.10

Per Sector per Carrier Per Sector per Carrier Per Node B Per Node B

1770

1770 610 610 30 30 5 5

1095 380 380 30 30 10 10

Ordering of this item shall be as per actual requirement of MTNL. Ordering of this item shall be as per actual requirement of MTNL and will be part of evaluation Micro BTS with AC input feed. Ordering of this item shall be as per actual requirement of MTNL.

14 15 15.1 15.2 15.3 15.4 15.5

2 Ordering of this item shall be as per actual requirement of MTNL.

DG Sets - 15 KVA, three phase, air cooled, 1500 RPM (a) Prefabricated Shelters 3.5 x 2.5 x 2.7 m Automatic voltage regulator (AVR) Split Air conditioners with stabilizer & controller - each 2 ton Roof Top Tower 9 Meters

15 0 170 Per unit Including Set of 12 Antenna Mounting fixture per tower. -do-do-do340 0 20 5 0

15 0 100 200 0 3 3 3

15.6 15.7 15.8

Roof Top Tower 12 Meters Roof Top Tower 15 Meters Roof Top Tower 18 Meters

116

15.9 15.10 15.11 15.12 15.13 15.14 15.15 16 16.1 16.2 16.3 16.4 16.5

Poles 6 Meter GBT 30 Meter GBT 40 Meter Delta poles 6 mtr Delta poles 9 mtr. Mono Pole 12 Meter

Set of 9 Poles per site -do-do-do-doIncluding Set of 12 Antenna Mounting fixture per mono pole. -do-

5 0 0 0 5 7 5

30 3 3 3 3 2 2 Ordering of this item shall be as per actual requirement of MTNL.

Mono Pole 20 Meter Battery and power plant

Battery for new BTS / Node-B sites Battery sets for BSC/ RNC sites Battery sets for MSC/ MGW sites SMPS Power plant for BSC/RNC SMPS power plant for MSC/MGW

Two sets /BTS

170 A A A A

100 B B B B As per design bidders

16.6

SMPS Power Plant of 300A for 8+8+8 BTS, 3S/1C Node B and associated equipment (expandable upto 400A) Rectifier module for expansion of P/Plant in items 16.6 to higher capacity UPS/ Inverter for MSC/ BSC etc DC Power Distribution Board (DCPDB) of suitable capacity BTS DC Power Distribution Board (DCPDB) of suitable capacity BSC/RNC DC Power Distribution Board (DCPDB) of suitable capacity MG site Installation Material

Per Site

70

200

16.7 16.8 16.9 16.10 16.11 17

Each 50A

70 A

200 B B B B Ordering of this item shall be as per actual As per design bidders

Per site Per site Per site

A A A

117

requirement MTNL. 17.1 17.2 17.3 17.4 17.5 Core equipment (MSC/GMSC, Packet Core etc.) installation material VAS elements installation material ( OTA, FMCC, LBS etc.) BSC Installation Material RNC Installation Material BTS Installation Material - New Sites a) Indoor 6+6+6 b) Outdoor 6+6+6 BTS Installation material for SWAP sites ( BTSs & Node Bs each) a) BTSs Per Site Per Site Per Site Per Site Per Site 240 60 Per Site 170 30 A A A 2 B B B 2 As per design

of

bidders

17.6

200 b) Node Bs 17.7 17.8 19 19.1 Node B Installation Material Per Site 200 580

200 200 350

This is an indicative figure. However, redeployment will be done on actual basis.

*Feeder Cable 7/8" - 12 runs @ 35m per run for every BTS & for 6 Per meter runs @ 35m every Node B Antennae with mounting fixtures a)65 degree beamwidth (Gain >=17 dbi) Dual Band **65 degree beamwidth (Gain>=17 dbi) - For WCDMA 3 sector sites **45 degree beamwidth (Gain> =18 dbi) - For WCDMA six sector sites *30/33 degree beamwidth (Gain> =20 dbi) - Dual band **65 degree beamwidth (Gain>=17 dbi) - For Tri band Tools and testers RF Planning Tool

As per design

Bidders

Per Antenna

Optional

19.2 19.3 19.4 19.5 20 20.1

Per Antenna Per Antenna Per Antenna Per Antenna

840 0 0 900

435 30 0 600 Optional

118

20.2 20.3 20.4 20.5 20.6 20.7 20.8 20.9 20.10 20.11 20.12 20.13 20.14 20.15 21 22 22.1

Drive test tool Post Processing Tool with digital map Protocol Analyser Hand held GPS receiver BTS tester Node B Tester WCDMA (UMTS) Transmitter Analyser WCDMA (UMTS) Over the Air Analyser Power meter Laptop Engineering Handsets Ethernet Handheld tester Handheld VSWR meter Personal Computer (PC) with printer Spares for three years after warranty & AMC Installation and Commissioning Per BTS / Per Decommissioning of existing BTS / Node B Node B and transportation to new site Re-commissioning & Per BTS / Per Redeployment of existing BTS / Node B Node B to rearrange geographical boundaries Decommissioning & redeployment of existing BSC / RNC Decommissioning & Re commissioning of any other network element envisaged. Upgradation of existing elements (n/w element wise) Integration with existing n/w elements (itemwise)

4 2 1 10 1 1 0 0 5 25 60 15 25 A

4 2 1 10 2 10 1 1 5 25 50 15 20 B Bidders design (As per design guidelines)

22.2

22.3 22.4 22.5 22.6

119

22.7

CBCRM (Convergent Billing) upgradation to integrate new elements (VMSC, PCRF, packet core, LBS, LBA etc) Annual Maintenance Contract Year 1 Year 2 Year 3 Year 4 Year 5 Any other item/Services to meet the tender requirement. (Details to be given)

23 23.1 23.2 23.3 23.4 23.5 24

IMPORTANT NOTE: 1. The quantities indicated in above Bill of Materials are minimum. The bidders are required to prepare detailed network design after carrying out survey for entire scope of tender. Further, the bidder shall prepare the Bill of Materials as per bidders design with quantities of various items as per above Schedule of Requirements or quantities as per the design prepared by the bidder whichever is higher. The quantities as quoted by the bidder shall be considered for evaluation. Any other item required for successful commissioning of any of the network element and not mentioned in the bid will be supplied by the successful bidder free of cost. The prices for HW and SW may be quoted separately. However, the embedded SW should be quoted as part of HW only. The Installation & Commissioning at Sl.No.22 is to be quoted per item wise.

2. 3. 4.

120

SECTION VI-A TECHNICAL SPECIFICATIONS (TEC GRs) Relevant technical specifications applicable for this tender are as mentioned below or the latest version along with their latest amendments available on the date of NIT: 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 UMTS Core Network UTRAN NSS BSS General packet radio service for GSM, GERAN & UMTS Lawful interception Digital Distribution Frame (with Amendment-1 dt.13.11.2006) GPRS BTS & Node B Tester for GSM, GPRS, EDGE and WCDMA Networks BTS Shelter Accessories of Antennas, Feeders and Wave Guides(Amendment No. 1Dated: 09/07/2004) Power plant (SMPS) Battery Drive Test Tool for GSM, GPRS, EDGE and WCDMA Networks Post Processing Tool for GSM, GPRS, EDGE and WCDMA Networks Protocol Analyzer Electromagnetic Compatibility Standard for Telecommunication Equipment Test procedure for Measurement of Electromagnetic Fields from Base Station Antenna (For Telecommunication sector) Fraud Management and Control Centre GR/UCN-01/01 May 2005 GR/WS/UTR-001/02 MARCH 2011 GR/NSS-01/01 MAR 2004 GR/BSS-01/01 MAR 2004 GR/GPR-02/01. MAR 2006 GR/LIS-02/01 March 2004 GR/DDF 01/04.SEP 2005 GR/GPR-01/01. MAR.2002 GR/BTT-01/01.MAR 2007 GR/BSH-01/01 JAN 2006 (Corrigendum dated 22/11/06) GR/ACC14/02.JUNE2003(Supersedes G/ACC- 14/01. DEC 99) G/SMP-01 05 January 2005 G/BAT-0 1/03 Mar 2004 GR NO. GR/WS/DTG-001/01. MAR2009 GR NO. GR/WS/PPT001/01.MAR2009 Protocol Analyzer GR/DCS-14/01 FEB 2006 TEC/EMI/TEL-001/01/FEB09 (Supersedes SD/EMI-02/03 MAY.2006) TEC/TP/EMF/001/01.SEP2009

TEC/GR/SW/FMC-001/03/MAR2010 GR/FWS-01/01. SEP 2002 20 Firewall System GR/IDS-01/01. FEB 2003 21 Intrusion Detection System (for IP) GR/LBS-01/01 MAR 2004 22 Location Based Information system GR/LBA-01/01 MAR 2004 23 Location Based Application & Services GR/TWR-08/01 DEC 2002 24 Ground Based Tower (20M) GR/TWR-07/01 DEC 2002 25 Ground Based Tower (30M) GR/TWR-04/01 DEC 2000 26 Ground Based Tower (40M) SERC APPROVED/ IIT approved 27 Rooftop Tower FEB 2004 28 Roof Top Tower for Cellular Mobile GR/TWR-09/01. (Amendment No.1 Dated Systems (30/25/20/15/10 M Tower ) 22/04/2008) The bidder or their collaborators may ensure that the specifications are purchased from the Telecom Engineering Centre, Khursid Lal Bhavan, Janpath, New Delhi -110001.

121

SECTION VI-B DETAILED TECHNICAL REQUIREMENTS 1. GENERAL:

1.1.

This document outlines the detailed technical requirements of various network


elements viz: 2G /3G GMSC, MSC SERVER, REMOTE MEDIA GATEWAY, RNC/BSC, Node B/ BTS, SGSN, GGSN, OTA, LBS/LBA, FMCC etc.

2.

Coverage and Capacity requirements: MTNL intends to replace existing 800K lines Huawei make legacy MSC switch with Split architecture as defined in 3GPP Release 4 and having all features / specifications of release 8. MSC/MGW switch each in its 2G/3G network of MTNL Delhi & Mumbai as detailed below:

2.1

Out of 800K lines, he 400K lines will of 2G/GSM with GPRS & EDGE ready network and 400K of 3G/WCDMA/HSPA+ ready network .The network is to be designed with 2 BHCA per subs for 2G & 3 BHCA per subs for 3G and 35 Milli Erlang per subscriber. However, the system shall be capable of configuring for more number of subscribers subject to the limitation of the total erlangs traffic and total BHCA, whichever is achieved earlier without any other limitation. The WCDMA shall be an overlay to the GSM network. The network should have seamless 2G<->3G interoperability, reselection, handoff, hand over etc between the new network and existing network (GERAN as well as UTRAN) for service continuity for both voice , video & data. BSS Swap area: a. The successful bidder has to redeploy around 200 BTS and 200 Node B of existing equipment each in Delhi & Mumbai. These BTS / Node B are to be decommissioned, redeployed and replaced with new vendor equipment by utilizing the existing infrastructure such as shelter, tower, DG set, battery, power plant, tower antenna etc to the extent possible. In addition, new BTS sites with new vendor equipment and infrastructure will need to be installed to provide additional capacity as well as coverage. b. Ordered BTSs / Node Bs of the new vendor are to be utilized to swap that part of the Motorola / ITI BSS area as per tender requirement. All the Motorola / ITI BTS / Node B so swapped will be redeployed in the remaining Motorola / ITI area on new sites to be built by new vendor including infrastructure. c. It will be the responsibility of the new vendor to ensure that the total capacity of the network is so deployed that there is no congestion in the entire network including the existing one in the entire service area. d. The supplier must indicate details of all items with quantities, which are being replaced due to compatibility problem. Details about corresponding new items being provided to replace old items shall also be provided. e. Supplier must indicate the details of all items with quantities, which are becoming spare due to dimensioning rules. The items rendered spare will be redeployed in the new network elements, wherever feasible.

2.2

2.3

122

f. The sites in Delhi Metro tunnels, if any shall also form part of new / swap area and the same shall also be swapped by the successful bidder in each Phase as per requirements of MTNL. 2.4 The bidder shall quote / provide all items needed for upgradation of the existing network elements to integrate with new 2G/3G network. In case, any other item is required for successful integration, the same shall be supplied / implemented by the successful bidder free of cost. MTNL has Tekelec make mated pair STP each in Delhi & Mumbai. The bidder will design and provide the required connectivity of proposed network elements with existing STPs. The expansion required in existing STPs will be responsibility of successful bidder If required, the details of available ports in existing network elements (MSC/GMSC, MGW/GMGW , RNC, BSC) will be made available The successful bidder may consider these available ports / interfaces in designing the new network. In case additional ports are required to integrate new Network Elements, it is the responsibility of the bidder to arrange the same. The bidder should specify the following in case of failure of active node / element in redundancy:Traffic restoration time: Down time, partial restoration time and restoration to full functionality. 2.8 2.9 2.10 Location detail as per latitude and longitude should be as in the CDR besides the coordinate of the cell sites for all mobile calls as per DoT guidelines regarding location details. All the network elements envisaged in this tender should meet Mobile number portability (MNP) specifications. Integration of the network elements is the responsibility of the successful bidder. In case, any exiting elements become the bottle neck in implementation of HSPA+ feature, it will be the responsibility of successful bidder to upgrade or replace the same. SPECTRUM: Currently, for 2G, 6.2 MHz in 900 MHz band and additional 6.2 MHz in 1800 MHz band spectrum are available with MTNL. In addition, for 3G / UMTS services, one 5 MHz WCDMA carrier is available in 1900 / 2100 MHz band as per UMTS specifications. 4. (i) Core Network: MTNL presently has Huawei make GMSC/GMGW/MSC/MGW in Delhi and Alcatel make in Mumbai. Existing GMSC/GMGW /MSC/MGW should be suitably expanded and upgraded to required capacity as envisaged in this tender to provide 2G & 3G services seamlessly to the existing subscribers as well as new subscribers. The upgraded GMSC/GMGW /MSC/MGW shall be dimensioned accordingly. Alternatively, the successful bidder may supply new GMSC/GMGW/MSC/MGW to required capacity as envisaged in this tender to provide 2G & 3G services seamlessly to the existing subscribers as well as new subscribers. The responsibility of interworking of new GMSC /GMGW /MSC/MGW with existing network elements of MTNL / other network lies with the successful bidder.

2.5

2.6

2.7

3.

(ii)

123

(iii)

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 R8 features and functionalities. The core network shall support CAP-I,II,III & IV as per 3GPP TS 22.078,23.078 & 29.078. The MSC Server shall have capability to generate CDRs in ASN.1 formats and these CDRs shall be transferred to B&CCS on FTAM/FTP(secured) over TCP/IP interface. For the Post MNP scenario, the CDRs shall contain the Routing number prefix for the destination numbers. CDR module capable of monitoring the parameters like rate of transfer of CDR, rate of hourly generation of CDRs, on-line back up on storage media in case of link failure or congestion should be provided. All the core network elements procured under this Tender shall be integrated with the existing network elements of MTNL by the supplier and any hardware/software required to realise the same shall be included in the detailed BoM of the corresponding NE. The supplier should ensure this integration before commissioning of the core elements.

(iv) (v)

(vi)

(vii) The successful bidder will ensure that the proposed network elements should seamlessly work with the exiting LIS system of MTNL Delhi & Mumbai respectively. The MSC should support multiple LIS system. (viii) The Core network shall have video telephony call features (ix) as per ITU-T - H.324M.

All network elements handling IP shall support IPv6 addressing and routing with backward compatibility for IPv4. All equipment (Hardware, firmware, software) / services / features should be available on both IPv4 and IPv6 simultaneously (dual stack). All the core network elements supplied against this tender should work on -48V DC power supply. The network elements shall support generation of standardised charging records and tariffs based on parameters such as the dialled number(with appropriate LRN prefix), call duration, traffic (volume, bit rate) and Quality of Service provided to the user. The CDRs generated by the network elements shall provide identification of BTS and BSC from where the calls are originated and terminated to facilitate differential charging without any limitations.

(x) (xi)

(xii) CDRs generated by the various network elements such as MSC Server, SMSC, MMSC, GGSN, SGSN, PoC, SMLC, GMLC, LBA, 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. (xiii) All network elements shall have the ability to upgrade software or hardware in the live system without any interruption or degradation of services. (xiv) It shall be possible to expand all network elements by adding hardware & software to a live system without any interruption or degradation of services. (xv) A minimum of two O&M terminals for each of the VAS elements are to be provided in each of the service area. However, the access privileges shall be configurable to limit the access for

124

such terminals only to the data/services pertaining to the concerned licensed service area. The password management should be hierarchical and should apply to system console as well as terminals. The password should be reconfigurable. (xvi) CDR format should be as per MTNLs requirement. (xvii) The MSC-S shall provide in-built tracer for taking trace of CCS#7 (ISUP, MTP, SCCP, TCAP and CAP) and other protocol signals on the specified time slot of specified PCM system. (xviii) The MGW shall have TDM, ATM and IP bearer support. (xix) The supplier shall ensure that IP MPLS feature is inbuilt for the connectivity of core network elements such as MSC-S, MGW , GMSC, GMGW,GGSN, SGSN etc (xx) The core network shall comprise of MSC servers, Media gateways, and shall be compliant to TEC Gr. No. GR/UCN-01/01 May 2005. SR No 1 2 3 4 5 6 7 8 9 10 TEC GR clause 1.2.3/XI 2.5.4 2.14/II 2.17.2/XIV 3.9/III 3.9/IV 4.2.3.5 7.4.2 7.4.3 7.9 Description INTERFACE BETWEEN MSC/VLR AND SGSN GS INTERFACE MSC SUPPORT URL/URI IDENTIFICATION FOR ENUM PLATEFORM TEMPORARY TRUNK BLOCKING UNDER OVERLOAD CONDITION MSC SHOULD SUPPORT SCCP ACCOUNTING OPERATORWISE FR CODEC SUPPORTED BY MGW EFR CODEC SUPPORTED BY MGW INTERFACE BETWEEN HLR & SGSN AND GGSN transport of ccs7 within ip domain over sctp transport of protocol bicc & h/248 using sctp over ip over mpls network interface between msc & hlr should support map over sigtran requirement MANDATORY OPTIONAL OPTIONAL OPTIONAL OPTIONAL MANDATORY MANDATORY MANDATORY MANDATORY MANDATORY

DESIGN PARAMETERS: i. BHCA Per Subscriber for 2G = 2 BHCA Per Subscriber for 3G = 3 on A interface (both post paid and pre paid). (An end-to-end call attempt i.e., MO-MT or MO-PSTN or PSTN-MT shall be treated as one
BHCA.)

ii. iii. iv.

Average Traffic per subs for both pre paid and post paid= 35 mErl Common Core for GSM and WCDMA MSC server with remote media gateway

125

v.

The network should have seamless handover between 2G to 3G of new network as well as existing network and vice versa for service continuity for both voice, video & data. MSC SERVER: (i) (ii) (iii) (iv) (v) (vi) (vii) MSC or STP should have GTT capacity as per relevant TEC GR and its SCCP accounting for interoperator bill settlement for international roaming. MSC should support multi SP feature and high speed link toward STP. MSC should be able to generate hot bills for 1% of total subscriber capacity. MSC should support selective optimal routing feature. MSC should support A party analysis in case of routing feature. GMSC/MSC should have USSD call back and ETC message support feature. VLR shall be integral part of MSC server. The capacity of VLR shall be 1.5 times the capacity of MSC server.

A.

The bidders may use following design parameters for MSC Servers S.No. 1. 2. Items Total number of subscribers (2G+3G) a) CCS 7 Links - 64 Kbps 800K with 2 M BHCA 128 50% GSM and 50% WCDMA This is minimum required quantity. However, the bidder may quote as per his own design. This is minimum required quantity. However, the bidder may quote as per his own design.

b) CCS 7 Links - 2 Mbps to STP (High Speed Link)

3.

a) PCMs (E1s) b) STM-1s to GMSC Server c) STM-1s to RNC

2FE per MGW 2 As per bidders design

-do-do-

4. 5. 6. 7. 8. 9.

Optical drive / DAT Drive Announcement channels Echo-Cancellers devices in pool X.25 /TCP -IP port ISDN PRA SIP Support GTT Capacity per second As per bidders design As per bidders design 2 As per bidders design 100000

As per GR.

126

10. 11. 12. 13. 14.

15. 16. 17. 18. 19.

Inter-working unit devices (1%) Number of O&M Terminals with printer Number of simultaneous calls that can be handled Total Traffic carrying capacity (Erlang) a) Minimum number of Remotely located MGWs to be supported. b) Minimum number of colocated MGWs to be supported. Nc interfaces, BICC Mc interfaces, H.248 ISUP signaling (MSS-PoI of PLMN/PSTN) RANAP signaling RNC) (MSS-

As per bidders design 2 25000 30000 25 25 Min 0.92 Mbps per 100K subs. Min 1.5 Mbps per 100K subs. To meet the tender requirement To meet the tender requirement 2000K For Inter MSC-S Traffic To be carried on IP

20.

BHCA (capable to handle 100% prepaid or 100% postpaid traffic or any combination of the two) Minimum number of RNCs /BSCs of any size to be supported.

25

For all configurations - MSC server capacity on E1 interface shall be as per following (Clause 15.8.1 of TEC GR No. GR/UTR-01/01 June 2005): 1. 2. 3. Mobile to Mobile (Intra MSC server) Mobile to Mobile (Inter MSC server) Mobile to and from GMSCs 10% 15 % 75%

The MSC server CPU processing capability, traffic model for MSC server CPU sizing and supplementary and other services shall be provided as per relevant clauses of TEC GR No. GR/UCN-01/01 MAY 2005.
B. MEDIA GATEWAY -

Media Gateways shall comply with TEC GR No. GR/UCN-01/01 MAY 2005. (i) Integrated Signalling gateway functionality for BSCs/RNCs/PSTN Tandem switches etc. to be provided as per TEC GR.

127

(ii) The bill of materials provisioned by the bidder shall provide full flexibility in determination of price model for any mix of 2G and 3G subscribers. (iii) Media Gateway shall have an integrated announcement server supporting minimum 1024 announcements & 256 tones. (Clause 3.6.4 of TEC GR -UCN). The bidders may use following design parameters for Media Gateways S.No. 1. 2. 3. Items Total traffic handling capability Number of simultaneous calls that can be handled Number of TDM ports 15,000 Er Corresponding to Traffic handling capability 126

4. 5. 6. 7.

Number of E1s towards PSTN/PoI, PLMN, Legacy Network Number of STM1s towards PSTN/PoI, PLMN, Legacy Network Number of IP ports ( GE) optical Number of IP ports (FE) electrical

150 10 for VMGW , 32/16 in GMGW Delhi/Mumbai respectively 10 including redundant on different interface card 8 including redundant on different interface card

This is minimum required quantity. However, the bidder may quote as per his own design to meet the tender requirement. -do-do-do-do-

C. Traffic engineering: The bidder shall dimension the equipment as per the following broad guidelines. Dimensioning details shall be provided by the bidder in the bid. Any deficiency to meet this requirement has to be fulfilled by the bidder without any additional financial implication. (i) (ii) (iii) (iv) (v) (vi) Each MGW will be connected to all other MGWs, G-MGWs, 3 PSTN TANDEMs and 10 local exchanges. O/G mobile traffic from MGW to MTNL PSTN & CDMA subscribers will be handed over to the respective parented tandems / connected local exchanges. I/C traffic from MTNL PSTN & CDMA subscribers will be routed to the respective parented MGW which will query the location of the mobile subscriber and route the call to the corresponding MGW . The outgoing and incoming traffic of MTNL PLMN (Mumbai for Delhi PLMN and vice versa), BSNL and private operators (local, STD, ISD, roaming etc) will be routed through the GMSC directly or via TAX. Existing MSCs will also be connected to the GMSC. Core Network shall be provided with Tandem Free Operation and Transcoder Free operation functionality, as specified in 3GPP TS 22.053, 3GPP 23.153 and

128

3GPP 28.062 to ensure optimal utilisation of the transport backbone. Treatment of the various call scenarios shall be as under: (vii) All mobile to mobile calls within the same PLMN shall be transported using TrFO (viii) Mobile calls to the private operators shall be transcoded to G711 at the PoI MGW(GMGW) (ix) Mobile calls to the PSTN network shall be transcoded to G711 at the local MGW or the GMGW depending on where the call is being handed over. (x) Adequate transcoding resources shall be provided in the corresponding (G)MGWs to take care of the above scenarios. D. Interfaces : The type of interfaces to be provisioned on the MGW are as follows: i) ii) iii) iv) v) 5. E1 for co located tandems. STM-1 for distant tandems. FE/GE/10GE for connecting to IP/MPLS backbone. FE/GE interfaces towards BSC/RNC. H 248 interface with MSC-S on IP.

Packet Core: The upgraded or replaced packet core should be comply to TEC GR no. GR/GPR-02/01 Mar 2006 (i) MTNL presently has Motorola/Huawei make SGSN/GGSN in Delhi and Alcatel make in Mumbai. Existing SGSN/GGSN etc. should be suitably upgraded to 10Gbps throughput as envisaged in this tender to provide 2G & 3G services seamlessly to the existing subscribers as well as new subscribers. The upgraded SGSN/GGSN alongwith all other packet core elements shall be dimensioned accordingly. (ii) Alternatively, the successful bidder may replace the existing SGSN/GGSN with new SGSN/GGSN of required capacity In this case, the migration of existing SGSN/GGSN capacity to the new SGSN/GGSN will be the responsibility of the successful bidder.In this case, the PS core network shall be combine one for GERAN, E-GERAN & UTRAN. (iii) The GGSN SGSN shall support the standard GPRS / UMTS interfaces. The PS Core network to be supplied shall be as per latest 3GPP R8 Standard specifications. (iv) SGSN/GGSN should simultaneously support GSM/GPRS/EDGE and WCDMA/HSDPA/HSUPA/HSPA+ subscribers with BSS, RNC connected over Gb, IuPS interfaces respectively. (v) The entire resources of the PS Core shall be in a pool and shall be available for 2G and 3G 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. Gb over FR as well as IP should be supported. (vi) SGSN in pool shall be supported for non-pool aware BSC as well as BSC having only legacy Gb over Frame Relay interfaces. Load-balancing mechanism shall distribute the subscribers attaching to the SGSN pool service area among the SGSN within the pool. (vii) The offered system shall support Rel 8 High Speed Packet Access+ (HSPA+), Radius/Diameter Interim Accounting and Radius/Diameter initiated PDP Context deactivation, DHCP, IPSec over Gi, Gp and all interfaces, GRE, VLAN, secondary PDP

129

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/Diameter Servers, DNS servers, DHCP, LAN Switches, firewalls 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. (viii) The GGSN/SGSN shall support CAP IV protocol. The GGSN/SGSN shall provide all services for pre-paid and post-paid subscribers and charged the pre-paid subscribers real time. for the Packet core should have diameter protocol. The Information of traffic type and QoS shall be available in the CDRs. GGSN shall support Gy interface to provide services for pre-paid subscribers (ix) GGSN/SGSN shall support all four UMTS QoS classes - Background, Interactive, Streaming and Conversational. It should support mapping between 3GPP/ETSI QoS and Diffserv EF PHB & DiffServ Code point making(DSCP). Application required for back-tracing of Global IPs (Netted IPs) to local IPs (assigned to mobile) should be stored for minimum one month to provide the details to security agencies. (x) 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 ) shall be implemented. (xi) The packet core system shall comply with all the requirements of lawful interception as defined in the relevant 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. (xii) GGSN shall be able to forward information to multiple Radius/Diameter servers. The Border Gateway shall be configured as per the network design. (xiii) GGSN should be able to receive information about Radio access technology, Roaming location(MNC & MCC of used SGSN) and terminal(IMEI-SV) from SGSN & then forward radius/diameter accounting messages towards Charging & Billing Servers. (xiv) 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/Diameter server. SGSN shall support deletion of PDP context of a detached MS. (xv) 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. (xvi) 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 be able to send service identification to Charging system for charging subscriber based on the applications and not just the volume of data traffic on any APN. (xvii) The Information of traffic type and QoS shall be available in the CDRs.The packet core shall support setting up of a second session on an existing PDP context.

130

(xviii) The packet core shall allow more than one PDP context to be set up from same terminal to different APNs. (xix) The packet core shall be able to modify PDP context parameter at the request of the terminal. (xx) The packet core should allow IP broadcast/multicast as per 3GPP TS 25.324 v 8.0.0. (xxi) The SS7 interfaces: Gd, Gr, Ge, Gf, Gi, Ga (G-CDR) and Gs shall be supported over IP. Gp interface for roaming over GRX shall be supported.Lg interface for location based services shall be supported. (xxii) The system should support roaming restriction (national and international) as well as operator determined barring as per 3GPP TS 22.041 v8.1.0. (xxiii) Tools for capturing live traffic, from different interfaces and protocols, should be integrated in SGSN and shall be based on IMSI. 5.1 Design Aspects: i. DL/UL data ratio to be taken as 80:20. ii. HSPA data:R99 data ratio to be taken as 90:10 iii. Common SGSN/GGSN for 2G & 3G services (GSM & WCDMA) in any proportion within the total data requirements envisaged in the tender. iv. Must support content based / time based / volume based charging for post paid subs and prepaid subs v. Shall include all requisite Hardware and Software upgrade/swap for DNS, Firewall, LAN, Border Gateway, CG, LIB/LIC and Switches etc. vi. Throughput for simultaneous access should be dimensioned for 10 Gbps. However, subscription for 100% 2G & 3G subs should be provisioned for data services. The SGSN/GGSN should be expandable to (two) million PDP contexts capacity. vii. Attached data subscribers- 100% WCDMA & 50 % 2G. viii. The offered SGSN/GGSN solution should comply with TEC GR No. GR/GPR-02/01 MARCH 2006 and should support 3G services as envisaged in TEC GR No. GR/UCN-01/01 MAY 2005. 5.2 IP Log Management system: To check as per DOT requirement (i) Packet Core Network shall consist of an IP Log management system that shall keep log of all subscriber transactions for at least 12 months. (ii) System should have enough processing and storage capacity to store and retrieve the logs for the period mentioned above. (iii) MTNL shall allot the Public IP pool for end subscribers. IP log management shall keep the log along with time stamp for all Mobile numbers, Public IP Addresses/Port Number and Destination Public IP Addresses along with transaction details and able to co-relate Public IP/Port number to respective MSISDN as per the given time stamp. It shall provide a graphical user interface to retrieve the MSISDN from the Public IP in a single command. (iv) Packet Core should support all the industry standard access interfaces.

131

(v) Interfacing with LI system (vi) Integration with billing, GSM Network Elements, IN, LIS etc. system shall be responsibility of successful bidder. 6. Policy Charging and Rules Functions (PCRF) General The Policy and Charging Rules Function (PCRF) shall balance network utilization and ensure appropriate conditions for any application, resulting in a scalable, efficient infrastructure for cost control and increased revenue. At the Policy Server's core, there shall be a high-speed rules engine, with which MTNL can configure according to unique business rules using subscriber, application or network related data elements. (a) 3GPP Compliances required i. ii. (b) TS 29.203, TS 29.212 and TS 29.213 of latest releases 3GPP TS 23.002 including all optional features mentioned in this standard

Functionalities and interfaces (i) The Policy server shall be deployed including a 3GPP compliant Subscriber Profile Repository (SPR), to allow storage of subscriber information such as rate plans, and a 3GPP compliant Diameter Routing Agent (DRA) to load balance across multiple Policy Servers. (ii) The PCRF shall support the Gx interface towards a the Policy and Charging Enforcement Function (PCEF) compliant to 3GPP 23.203, 29.210, 29.212 and 29.213. the DPI functionalities resident in GGSN shall be leveraged for making effective commercial utilisation by MTNL. (iii) It shall also have S9 interface to provide transfer of (QoS) policy and charging control information between the Home PCRF and the Visited PCRF in order to support local breakout function. (iv) All the other 3GPP defined [Ref: TS 23.401] interfaces required for commercial utilisation shall be provided. PCRF shall be integrated with other related functional blocks like for charging etc.

(c) Dimensioning Criteria S. Parameter No. 1 Population of subscriber using PCRF 2 Population of subscriber using PCRF in busy hour 3 Frequency Per Sub Busy Hour Transactions 4 PDP supported [Busy Hour] 5 Average PDP Duration Requirement 100% of data customers in 2G, 3G 50% of data customers in 2G, 3G 0.5 0.8 Million PDPs of (expandable to 2M) 30 min 2G/3G

132

6 Subscriber using QoS Control, Service aware charging 7 Average number of private policy definitions per subscriber 8 ToD to be enabled for 9 CPU utilization 10 User end notifications to be considered 11 GE interfaces for all the logical interfaces (d) Features

100% 5 20 % Subs 70% max Reporting and Notifications Enabled 4+4 minimum

(i) Policy enforcement actions shall include real-time changes to QoS or bandwidth (per subscriber, tier or application), charging for applications or services, quota via service- or application-specific buckets, application optimization, and admission control to assure application performance. (ii) PCRF on the basis of usage reports received from PCEF should apply the following policies, at a minimum: (iii) Existing IP session level. PCRF stores usage counters at session level and reset them every time the user disconnects. (iv) Configured period of time (a month or a configured number of days or hours). (v) Based on a billing cycle. PCRF stores usage counters during a billing cycle and reset them on the specified billing date. (vi) PCRF should be capable of Dynamic Policy control comprising of functionalities such as Binding, Gating Control, Event Reporting, QoS control and IP-CAN Bearer establishment. (vii) PCRF shall support for Multiple PCEF (viii) PCRF shall be able to initiate Network-initiated dedicated bearers on the basis of the Application used (Rx interface). (ix) It shall support Time of day Policy Activation by sending Revalidation -Time. PCRF shall be able to provide a new value for the revalidation timeout by including Revalidation-Time in CCA or RAR (x) It shall notify the user by sending SMS or email at occurrence of certain events like monthly quota or charge expiry or any time that data user-session is terminated notifying user about the actual traffic usage and remaining quota left until expiration date. PCRF shall support multiple SMS notifications in multiple languages (with different texts) to multiple parties at usage thresholds. The system shall inform the subscribers (via a web page, SMS, email) that they have reached the set threshold and the speed that they will be getting during the remaining period of the validity period/billing cycle. (xi) It shall be able to converge usage-accumulators across multiple-accesses i.e for fixed access via Radius accounting and for Wireless access over Gx & Gy interface. (xii)I t shall support Multi-vendor RADIUS CoA

133

(xiii) (xiv) (xv) (xvi)

PCRF shall provide multiple SMS notifications in multiple languages (with different texts) to multiple parties at usage thresholds PCRF shall have 3GPP R9 Gx compliant usage reporting based on Monitoring-keys AVP's (Service Based) PCRF shall have overlapping IP-Addresses over Gx interface allowing for policy control with PCEF nodes that provide support to MVNO operators PCRF shall be able to do Bandwidth Control based on time of the day, special day, day of the week.

(xvii) PCRF shall be able to define policies based on subscriber dynamic parameters like RAT Type and Roaming Status. (xviii) PCRF shall be able to give right service to right subscriber for eg. Gold subscriber should be able to get higher QoS as compared to Bronze. It shall be able to do service authorization based on subscription. For eg. Gold subscriber should be given all services, bronze denied few. (xix) PCRF should have multiple auto provisioning profile. Subscribers which are not provisioned in PCRF should be provisioned using this. This profile can be selected based on RAT Type, PLMN or combination. (xx) Multiple subscribers should be able to share common quota in PCRF along with their individual limit. For e.g., 5 members of family have combined limit of 2Gb and individual of 500 Mb. After that there should be an option to deny service or QoS should be degraded. (xxi) Single Account: Subscriber having 2G, 3G, should be able to have a common account. (xxii) The offered equipment shall provide for implementation of Fair Usage Policy based on the operator decision. It shall be possible to configure the Fair Usage policy based on the subscriber plan, APNs, radio access technologies etc. with settable parameters for each of the items in terms of triggering threshold and the throttling speed. (xxiii) PCRF shall have TISPAN RACF for Resource and Admission control for fixed BB access as well. (xxiv) PCRF shall be able to classify users into heavy usage QoS Profiles based on configurable historical information. Example: User has exceeded his monthly usage limit in two consecutive months. (xxv) PCRF shall be able to converge usage-accumulators across multiple-accesses i.e for fixed access via Radius accounting and for Wireless access over Gx & Gy interface. (xxvi) PCRF should support Multi-vendor RADIUS CoA (xxvii) PCRF should support 3GPP R9 Gx compliant usage reporting based on Monitoring-keys AVP's (Service Based) (xxviii) PCRF should support overlapping IP-Addresses over Gx interface allowing for policy control with PCEF nodes that provide support to MVNO operators (xxix) It shall be possible to allow a subscriber to continue at committed speeds in case he agrees for a top up/higher slab.

134

(xxx) At the end of the validity period/billing cycle, the system shall automatically remove the throttle and reset the speed to the original higher values. (xxxi) The system shall allow for Deep packet Inspection and allow for the configuration of rules based on IP address/Domain name/Port number/Service/APN etc which will enable MTNL to typically offer services like subscription based unlimited access to specific sites/services like Twitter/Facebook, corporate Intranet, email downloads, Movie downloads, Streaming etc. (xxxii) It shall be possible to charge each URL differentially (post paid as well as prepaid) over the same APN. (xxxiii) The system shall support time based usage and charging rules. (xxxiv) Hardware and software of PCRF shall support IPv4 and shall be fully ready for IPv6. (e) Reliability The PCRF system shall provide the following telecom grade characteristics and a high availability: (i) Always-on (ii) Automatic software recovery (iii) Data replication (iv) Overload control and overload protection (v) Software updates and upgrades during operation (vi) Upgrade and update of Operating System during operation (vii) Online backup (viii) Hot-swap hardware replacement (f) QoS/Latency PCRF should support QoS Control for Default and Dedicated Bearer. QOS Control should be possible at service data flow level, at IP CAN bearer level and at Conflict Handling. (g) Active Network sharing feature The necessary features to facilitate commercial sharing of the eUTRA network with other operators [at least two] shall be provided as a separate item in SoR for due consideration of MTNL. It shall be possible to logically separate the S1 interface to different operators with a facility to limit the users in each sector to a configurable number against identified operators. The various options/features that would be available shall be detailed in the submitted design documents. 7. Over-the-Air (OTA) Server: (i) OTA platform should be capable of Over the Air updates to SIM/USIM cards from all SIM/USIM vendors without any dependence on any SIM/USIM card manufacturer. If required, the OTA platform shall be able to manage the existing SIM cards also.

135

(ii) The OTA platform should be able to manage menu structure on SIM card whereby SIM applets should be able to interact with application using SMS as bearer transport to OTA server. (iii) The OTA platform shall be capable of storing network information, such as to provide cell-id / landmark based subscriber location information to SIM browser applications. (iv) OTA platform shall have the capability to send and receive 7 bit and 8 bit encoding messages. (v) OTA platform shall communicate with the GSM/WCDMA network entity using the SS7 interface, so as to provide higher capacity on the messaging interface. (vi) The OTA platform shall have SS7 interface towards GMSC or MSC SERVER AND MEDIA GATEWAY and shall be able to perform the message transport functions as per GSM 03.48, without using the MTNL SMSC. (vii) OTA platform shall have interfaces to directly interconnect with gateway MSCs of each licensed service area. (viii) OTA platform shall have the functionality to receive MO messages over SMPP interface. (ix) OTA platform shall have GUI interfaces for operations management and administration activities (x) OTA platform shall support message concatenation (xi) OTA platform shall have "More Messages to Send" feature to enable faster delivery of concatenated messages (xii) OTA platform shall provide service menu management on the SIM card for at least two levels. I.e. it should be possible to modify a service by adding or deleting second level SIM Service Menus, without deleting or adding the Main Service Menu. (xiii) OTA platform shall provide self-provisioning feature for the subscriber on web interface as well as by the subscriber on SIM card using the menu options. OTA platform shall be suitably protected through a firewall to be provided by vendor. (xiv) OTA platform shall support Batch OTA updates for bulk updates and shall also be able to push 8-bit messages. 7.1 (a) (i) Services integrated with OTA platform Preferred Roaming Application The OTA server must have capability to provide MTNL a Preferred Roaming application, that enables its subscribers to remain in the Preferred Roaming networks configured in the subscribers SIM, while roaming.

(ii) 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 MTNL has Roaming agreements with those other networks. (iii) The OTA shall be able to connect to the SS7 roaming links of MTNL, and use dynamic network information such as VLR registration, to detect a subscriber's PLMN selection, check the SIM subscription information for preferred networks, and be able to make OTA updates to the SIM card attributes, that facilitates the movement of subscriber from the nonpreferred network to the Preferred Network in real time. (iv) The Preferred Roaming application should be able to make differential SIM updates depending on the Handset capability. The Handset capability shall be either discovered automatically in real time, or be configurable in the OTA database such as to make the SIM update procedure selection in real time. (v) The purchaser must be able to configure such timers, as can facilitate masking of the SIM updates for a time since the last SIM update activity. The purchaser must also be able to

136

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 SIM update activity is carried out for purposes of Roaming Management;. (vi) The system should generate reports & logs in the readable format. (b) (i) (ii) Device Configuration for GPRS / MMS / WAP Settings MTNL's networks shall be GPRS & MMS capable, and a solution shall be provided for automatic over the air setup of Handsets for GPRS, WAP, and MMS & E-MAIL settings. The Solution should maintain a repository of Terminal IMEI vs Terminal Capabilities. The Solution should be able to send Handset specific WAP, MMS, GPRS settings over the Air.

(iii) The OTA systems solution should be able to automatically detect the Phone IMEI, each time a SIM is inserted into a New Phone using network based detection mechanism. The Solution should then be able to Over the Air setup the Device with the handset specific, Network specific settings for WAP / GPRS / MMS / E-mail. (iv) There should be an alternate Web interface for Customer Care to set up a subscriber's device. (c) APPLICATION AND ADVERTISEMENT PUSH SERVER: The server shall interface towards WAP server and OTA server. The solution shall be able to dispatch WML pages, carrying New Applications or Promotional Messages, to a targeted set of subscribers (10% through WAP & remaining through OTA) 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. 8. (i) FRAUD CONTROL & MANAGEMENT CENTER (FMCC): FMCC should comply the TEC GR no. TEC/GR/SW /FMC-001/03/MAR-2010 and its latest amendment if any for 2G/3G GSM/WCDMA network.

(ii) The bidder shall supply a suitable fraud control & management centre(FMCC) as per 3GPP TS 22.031 & 32, TS 23.031 and 35 to interface with all the network elements including MSC SERVER AND MEDIA GATEWAY,IN platform, GPRS, EDGE charging gateway, WCDMA, and B&CCS etc. Board outline of the requirement for detection and monitoring shall be as follows: Roaming Frauds-National/International SIM card duplicate and cloning Detection of Organised fraudsters Call volume/duration frauds Detection over packet services Subscription frauds Abnormal behaviour (iii) The system shall ensure apart from detection and monitoring of above frauds, need to provide management reports and also should be configurable in the field to ensure defining rule based detection. System should be upgradable to manage new and evolving fraud

137

methods. The fraud management and detection and detection shall be in near real time basis. 9. (a) (b) Location based services: Upgradation of existing SMLC/GMLC to support the following: DoT vide letter no. 10-15/2011(AS-III)/(21) dated 31.05.11 issued the amendment to the Unified Access Service License agreement for security related concerns for expansion of Telecom services in various zones of the country. Clause 41.6A(x) of the Unified Access Service License agreement has been amended as per following: (i) Location Details: The vendor shall provide location details of mobile customers in the license service area as per below mentioned time frame from the date of issue of this accuracy. It should be a part of CDR in the form of longitude and latitude, besides the co-ordinate of the cell sites, which is already one of the mandated fields of CDR. Accuracy in Percentage : Distance Urban Sub-Urban and rural in Meters More than 1 Million mobiles in a municipal limit 1 Year 2 Years 1 Year* 2 Years 3 Years 50 100 300 500 30 60 80 50 75 95 50 60 50 60 70 60 70 80 50 60 60 70 Remote

2Years

3 Years

* Applicable for the state of J&K , Assam and NE region. (ii) To start with, these details will be provided for specified mobile numbers. However, within a period of 3 years location details shall be part of CDR for all mobile calls. Note 1: Depending upon the technological development the limits of accuracy could be modified any time in future. (c) MTNL presently has Septier make LBS & TeleDNA make LBA in Delhi and Alcatel make LBS & TeleDNA make LBA in Mumbai. Existing LBS/ LBA system should be suitably upgraded or integrated with a new LBS / LBA of capacity /features as envisaged in this tender to provide 2G & 3G services seamlessly to the existing subscribers as well as new subscribers. The new LBS / LBA shall be dimensioned accordingly. The responsibility of interworking of new LBS / LBA with existing LBS / LBA of MTNL / other network lies with the successful bidder. Alternatively, the successful bidder may replace the existing LBS / LBA with new LBS / LBA of higher capacity / fetaures which will include existing LBS / LBA capacity / features. In this case, the migration of existing LBS / LBA capacity to the new LBS / LBA will be the responsibility of the successful bidder.

(d)

138

(e) (f)

The bidders also have the option to expand and upgrade the existing LBS / LBA for providing 2G/3G services seamlessly to the existing as well as new capacity / features. The Location syatem should be as per above DoT guidelines and should also comply TEC GR no. GR/LBS-01/01 MAR 2004 & GR/LBA-01/01 MAR 2004 as per latest aendment if any. Location system shall support 100% yield, i.e., it shall be possible to locate a mobile subscriber 100% of the time. Location system shall not have any impact on the handsets, and shall work with standard off the shelf 2G and 3G handsets. The location system shall be easily scalable to meet the growing capacity and coverage demands in the market. Location system shall support the standard 3GPP interfaces Lb for 2G and Iupc for 3G. The successful Bidder will be responsible for integration of the LBS system with the exiting / new GSM network and billing system. The location system shall generate and provide location call detail records (calling party, called party, time of call, call duration etc) with the location information for all mobile subscriber calls in the network. The solution components installed to provide the location functionality must be inconspicuous to the general public The location system must provide a powerful OAM capability, including a useful set of KPIs reflecting location service performance. The system should have performance management, MIS report and troubleshooting mechanism. The bidder needs to indicate in its bid clearly the methodology used in the locating the subscribers. The technology used should be independent of handsets and SIMs. The system will be accepted after getting approval from DoT. LBS/LBA will be in integrated with the exiting and new required network elements.

(g) (h) (i) (j) (k) (l)

(m) (n) (o) (p) (q) (r)

10. WCDMA UTRAN: (i) The versions of the 3GPP specification referred to in TEC GR shall be of the latest version available of Rel-7 on the date of release of the NIT and all optional features mentioned in the GR may be treated as mandatory for the purpose of this tender. The GERAN shall support all features specified up to and including 3GPP Release 7. The UTRAN shall be compliant to and shall provide all the features specified up to and including 3GPP Release 7. The UTRAN features to be implemented against this Tender initially shall be full 3GPP R7 compliant HSPA+ functionality with the access transmission on IP technologies. (ii) The WCDMA UTRAN system shall be compliant to TEC GR No. GR/WS/UTR-001/02 MARCH 2011.

139

(iii) 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 numbers of simultaneous radio access bearer services, ie 2 packet switched + 1 circuit switched with independent traffic and performance characteristics. (iv) The UTRAN shall have call queuing and pre-emption feature. (v) 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, 100% of the WCDMA Subscribers will be assumed as HSDPA. (vi) Node-Bs to be supplied (macro and micro) shall be provided with Hardware ready for HSPA+ using 64QAM (DL) /16 QAM (UL) modulation techniques in DL/UL with peak data rates up to 21.1 Mbps in down link and 5.76 Mbps in uplink in each of the sectors and on allotted carrier of the Node-B. However, software for HSDPA/HSPA+ will be quoted as per Sl.No.13.4(a) & 13.4(b) of SOR given in Section V. (vii) The power amplifiers shall be able to handle QPSK, PSK, 16QAM and 64 QAM modulations of HSPA and HSPA+ without any impact on the nominal output power used for network planning. (viii) All Node-Bs and the related UTRAN, core network and VAS elements shall be provided with Wideband-AMR. The Outdoor Node-B shall provide nominal -48V DC for operation of transmission equipments like TDM/Hybrid Microwave and Optical Fibre Systems etc. Outdoor Node-B shall be IP55 compliant. (ix) The Outdoor Node-B shall be suitable for operation without air-conditioning and without shelter. The Outdoor Node-Bs shall be supplied with co-located battery (integrated / separate) and power plant as per SoR. (x) Power supply for Tower Mounted Amplifier (TMA), if used, shall be provided from the NodeB, for both outdoor, RRH and indoor, without the use of any extra cables. 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. (xi) The RNC shall be connected to CBC through standard Iu-BC interface. (xii) The Node-B and RNC shall have integrated IP functionality. All the components, required to build the UTRAN IP transport, shall be integrated in the UTRAN nodes (Node-B and Radio Network Controller). (xiii) The Node-B shall be equipped with FE interface. (xiv) 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. (xv) The RAN Traffic Concentrator (IP) shall be implemented with telecom grade reliability and QoS within the UTRAN nodes and for connections with Circuit and Packet Core network elements. Quality of service (QoS) implementation and support for network synchronization of Node-B and RNC shall be provided in the RAN Traffic Concentrator and in IP MPLS.

140

(xvi) The synchronisation of the UTRAN network shall be undertaken by the successful bidder. This shall include provision of 1588 v2 using IP clock server based synchronisation at each RNC site. (xvii) The system shall support various data rates as per 3GPP specifications on both the uplink and the downlink of each sector simultaneously without any restrictions through licensing or processor capacity or otherwise. The system shall support the mobility management between HSDPA and non - HSDPA traffic. (xviii) HSDPA solution provided by the Successful Bidder shall support all UE categories specified in latest 3GPP specifications. (xix) The 3G network shall have CS over HSPA feature and necessary features in RNC, Node-B and core network shall be provided. (xx) Seamless bidirectional handover and reselection shall be available for the PS or CS bearers between the existing 2G & 3G Network and the new network. (xxi) There shall be smooth handover and reselection between R99 and HSPA / HSPA+ RABs depending upon the availability of resources. A. Radio Network Controller (RNC): (i) The RNC shall have capable of supporting with FE, GE, and STM-1 interfaces for connecting on Iub, IuCS, IuPS and Iur interfaces without any restrictions. (ii) The RNC shall have separate Iu-CS and Iu-PS interfaces for connection to MGW and 3G SGSN. RNC shall fully support Iu-Flex interface as per latest version of 3GPP TS 23.236. (iii) The system shall have all types of rate allocation algorithm for all RABs and with different parameters including timers and thresholds. (iv) 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. (v) 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. (vi) The system shall provide Radio Access Bearer and Radio Bearers as defined in 3GPP specifications TS 25.993 for the different traffic classes and QoS mentioned therein. (vii) The system shall support URA update, AMR Rate Control and Asymmetric AMR Mode Adaptation. (viii) 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. (ix) The system offered shall have SMS cell broadcast function and shall integrate with 3rd party Cell Broadcast implementations.

141

(x) (xi)

The system shall support various services to be launched under the platform of HSPA+. The system shall support HSPA/HSPA+ in all the sectors and carriers. 1+1 physical port redundancy at RNC for the Iu direction.

Design Parameters The following assumptions shall be made when dimensioning the RNC. 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. B. Soft Handover traffic Signaling Overhead ATM overhead E1 capacity utilization STM1 capacity utilization FE/GE utilization for IP Traffic IuR Traffic Usage Per voice Sub Usage per Conversation video call BHCA per voice sub 2G BHCA per voice sub 3G Data per sub (DL at BH) (R99) No. of R99 subs Data per sub (DL at BH) (HSPA+) No. of HSPA+ Subs Cell Loading Maximum RNC loading : : : : : : : : : : : : : : : 40% 10% 30% 75% 75% 70% 3% 35mE 1 mE 2 3 As per Annexure - II 10% As per Annexure - II 90% As per Annexure - II 75%

Macro and Micro Node B dimensioning guidelines : (i) The system shall operate in the frequency band assigned by Government of India for the IMT-2000/UMTS systems and as indicated in the latest relevant TEC . No external components like filters etc to conform the equipment to operate in the specified band shall be permitted. The UTRAN system shall not interfere nor suffer interference from existing 2G & WiMax networks of any vendors. Any corrective action including replacement of front end units like duplexers with corrected characteristics, in the eventuality of interference, shall be undertaken by the supplier free of cost (ii) The channel element resources shall be pooled across sectors, carriers, uplink, and downlink, but allocated independently. (iii) The 15 X3 codes (15 codes in each sector) shall be provided in each Node-B for simultaneous usage without any restrictions. The processor of The Node-B shall be adequately dimensioned to ensure that it is not loaded beyond 80% even when all codes in each sector is fully utilised simultaneously. (iv) OPEX saving features like reduction in Node-B power consumption during low traffic periods and back haul non-availability shall be provided. The details of all such features shall be submitted along with the Bid. (v) All the Node-Bs shall be equipped with 192 Channel Elements per Node-B (upgradable upto 384) for the user traffic. Processing capability required for HSPA and HSPA+ traffic and common channels shall be provided over and above and separate resources shall be provided for the same.

142

(vi) The Bidder shall mention the number of channel elements required for each of the guaranteed RAB mentioned above including HSPA & HSPA+ for both uplink and Downlink. The vendor shall also indicate the number of channel elements required for each of the other common control, signalling, soft handover and other system channels etc Usable Channel elements for handling the actual traffic shall be arrived at after accounting for all the common channel, signalling channels, resources required for soft handover, and other system requirements. (vii) The Bidder shall furnish all calculation details for designing the capacity of the Iub interface and ensure that the maximum data throughput that is feasible with HSPA and HSPA+ are clearly stated assuming that at least 10% of users need to connect at peak rates in busy hour simultaneously in each sector of all Node-Bs. The pole capacity achievable in the quoted Node-B for different RABs should be submitted with calculations for both uplink and downlink. C. 1. 1.1 UTRAN Software: Radio resource management Radio Bearer Translation a. The system offered shall support Radio Resource Controller (RRC) connection reestablishment via dedicated channels. RRC re-establishment allows a reconnection of the call instead of releasing it. CS and PS calls will be re-established, and PS calls can be resumed (the PDP context is preserved) from where they were interrupted. b. The system offered shall support RAB /RRC establishment on common channels (RACH/FACH). RAB/RRC establishment on common channels allows call establishments to be made successfully even in high load situations, which is very efficient especially for services like SMS, paging etc. 1.2 a. Radio Bearer Control Rate Allocation: The system shall support all types of rate allocation algorithm for all RABs and different parameters including timers and thresholds. b. Bit Rate Adaptation: The system offered shall support bit rate adaptation (BRA) for packet data for single-RAB and multi-RAB services. The function aims to provide suitable quality of service for dynamically changing data rates of packet services, which is based on a general BRA concept that accounts for the radio link quality and the need of the service. The bidder shall describe BRA algorithm and state the relevant parameters. c. Transport Channel Type Switching: The system offered shall support 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. The system shall support various CTS algorithm and with relevant parameters. with

143

d.

Data Rate Management for PS Interactive / Background RABs: The system shall support 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.

1.3 a.

Bearer Services: Single-RAB Services: The system shall support the following single-RAB services defined in the 3GPP specs Description Source Max. rate, Statistics kbps Descriptor UL:12.2 Speech DL:12.2 UL:28.8 Unknown DL:28.8 Unknown Unknown Unknown Unknown Unknown N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A UL:32 DL:32 UL:64 DL:64 UL:14.4 DL:14.4 UL:28.8 DL:28.8 UL:57.6 DL:57.6 UL:8 DL:8 UL:16 DL:16 UL:32 DL:8 UL:32 DL:32 UL:32 DL:64 UL:64 DL:8 UL:64 DL:64 UL:64 DL:128 UL:64 DL:144 UL:64 DL:256 UL:64 DL:384

Radio Access Bearer (RAB) AMR 12.2 CS C 28.8 CS C 32 CS C 64 CS S 14.4 CS S 28.8 CS S 57.6 PS I/B 8/8 PS I/B 16/16 PS I/B 32/8 PS I/B 32/32 PS I/B 32/64 PS I/B 64/8 PS I/B 64/64 PS I/B 64/128 PS I/B 64/144 PS I/B 64/256 PS I/B 64/384

Traffic class: Conversational Conversational Conversational

C S/ PS C S C S C S C S C S C S C S PS PS PS PS PS PS PS PS PS PS PS

Remarks Mandatory Mandatory Optional

Conversational Streaming Streaming Streaming Interactive / Background Interactive / Background Interactive / Background Interactive / Background Interactive / Background Interactive / Background Interactive / Background Interactive / Background Interactive / Background Interactive / Background Interactive / Background

Mandatory Mandatory Mandatory Optional Mandatory Mandatory Mandatory Mandatory Mandatory Mandatory Mandatory Mandatory Mandatory Mandatory Mandatory

144

Radio Access Bearer (RAB) PS I/B 128/128 HSDPA RAB 384/3.6 mbps HSDPA RAB 384/7.2 mbps HSDPA RAB 384/14.4mbps HSPA+ 21.1/5.76mbps PS I/B 144/144

Traffic class: Interactive / Background

Description Source Max. rate, Statistics kbps Descriptor UL:128 N/A DL:128 N/A

C S/ PS PS PS PS PS PS

Remarks Mandatory Mandatory Mandatory Mandatory Mandatory Optional

Interactive / Background

N/A

UL:144 DL:144

PS

b.

Multi-RAB Services The system shall support the following multi-RAB services as defined in the 3GPP specs Radio Access Bearer (RAB) AMR 12.2 + PS I/B 0/0 AMR 12.2 + PS I/B 8/8 AMR 12.2 + PS I/B 32/32 AMR12.2 + PS I/B 64/64 AMR 12.2 + PS I/B 64/128 AMR 12.2 + PS I/B 64/256 AMR 12.2 + PS I/B 64/384 CS C 64 + PS I/B 8/8 Remarks Description Conversational / speech / UL:12.2 DL:12.2 kbps / CS RAB + Interactive or background / UL:0 DL:0 kbps / PS RAB Conversational / speech / UL:12.2 DL:12.2 kbps / CS RAB + Interactive or background / UL:8 DL:8 kbps / PS RAB Conversational / speech / UL:12.2 DL:12.2 kbps / CS RAB + Interactive or background / UL:32 DL:32 kbps / PS RAB Conversational / speech / UL:12.2 DL:12.2 / CS RAB + Interactive or background / UL:64 DL:64 kbps / PS RAB Conversational / speech / UL:12.2 DL:12.2 / CS RAB + Interactive or background / UL:64 DL:128 kbps / PS RAB Conversational / speech / UL:12.2 DL:12.2 kbps / CS RAB + Interactive or background / UL:64 DL:256 kbps / PS RAB Conversational / speech / UL:12.2 DL:12.2 / CS RAB + Interactive or background / UL:64 DL:384 kbps / PS RAB Conversational / unknown / UL:64 DL:64 kbps / CS RAB + Interactive or background / UL:8 DL:8 kbps / PS RAB Mandatory * * Mandatory Mandatory Mandatory Mandatory Mandatory

Conversational / unknown / UL:64 DL:64 CS C 64 + PS I/B kbps / CS RAB + Interactive or background / UL:64 DL:64 kbps / PS RAB 64/64 PS S 8/16 + PS I/B 8/8 Streaming / unknown / UL:8 DL:16 kbps / PS RAB + Interactive or background / UL:8 DL:8

Mandatory

Mandatory

145

Radio Access Bearer (RAB) kbps / PS RAB PS S 8/32 + PS I/B 8/8

Description

Remarks

Streaming / unknown / UL:8 DL:32 kbps / PS RAB + Interactive or background / UL:8 DL:8 kbps / PS RAB

Mandatory

Streaming / unknown / UL:16 DL:64 kbps / PS S 16/64 + PS PS RAB + Interactive or background / UL:8 DL:8 kbps / PS RAB I/B 8/8 PS S 16/128 + PS I/B 8/8 PS S 32/256 + PS I/B 8/8 PS C 8/8 + PS I/B 8/8 Streaming / unknown / UL:16 DL:128 kbps / PS RAB + Interactive or background / UL:8 DL:8 kbps / PS RAB Streaming / unknown / UL:32 DL:256 kbps / PS RAB + Interactive or background / UL:8 DL:8 kbps / PS RAB

Mandatory

Mandatory

Mandatory

Conversational / unknown / UL:8 DL:8 kbps / PS + Interactive or background / UL:8 DL:8 kbps / PS Conversational / unknown / UL:16 DL:16 PS C 16/16 + PS kbps / PS + Interactive or background / UL:8 DL:8 kbps / PS I/B 8/8

Mandatory Mandatory

1.4

Power Control The system shall support various power control mechanisms as defined in the relevant TEC GR.

1.5

Handover Control: The system shall support various Handover control mechanisms as defined in the relevant TEC GR. Radio Resource Management: The system shall support allocation and maintenance of Radio Communication Resources as defined in the relevant TEC GR.

1.6

1.7

Hierarchical Cell Structure : The system offered shall support hierarchical cell structure for macro-macro and macromicro scenarios.

1.8

HSPA+ (i) The system shall support HSPA+ as per this tender requirement . (ii) System shall support various services to be launched under the platform of HSPA+. (iii) The system shall support various data rates supported on both the uplink as well as the downlink.

146

(iv) The system shall support the mobility management between HSPA+ and non-HSPA+ cell. (v) Same channel card should support both HSPA+ and non-HSPA+ traffic. (vi) The system shall support number of HSPA+ subscribers and traffic capacity as defined in the 3GPP Release 8. 11. GSM BSS : (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.The availability of bandwidth is 6.2+6.2 MHz in 900 MHz band and bandwidth of 6.2+6.2 MHz in 1800 MHz spectrum is also available . (ii) All frequency dependent components and modules in the BTS shall be designed to fully comply with the frequency band specified above. Generally, all BTS of 4/4/4 and below configurations shall be in 900Mhz. The additional TRXs for BTSs of config above 4/4/4 shall be in 1800 Mhz band. But it shall be possible to modify this criteria without any financial implication in case there is change in the spectrum usage by MTNL. (iii) The PCU shall support EDGE, and GPRS simultaneously. (iv) Each BSC shall be a single logical entity with pooled CIC resources. (v) The number of optical STM1 interfaces provided for A-ter interface and E1 interface for the Abis shall both be engineered to carry the ultimate design capacity of the BSC at a grade of service of 0.1%. Additionally, A-bis, Gb and A-ter interface at the BSC shall be on optical GE ports for the full capacity. (vi) The PCU shall be co-located/integrated with each of the BSC and shall be engineered for a throughput of 50 Kbps per TRX. 50% of the time slots in all TRXs shall be assumed as data time slots. The Gb interface between PCU and SGSN shall be engineered to carry the aggregate throughput of BSC calculated on the above basis. The bidder shall furnish detailed calculation and documentation on the dimensioning. (vii) The BSC shall provide interface together with required software to work with Media Gateway and Combined MSC/MSC server based on 3GPP R4/R5/R6/R7/R8. (viii) Base Station Sub System as per TEC GR No. GR/BSS-01/01 March 2004 may be quoted. A. Transcoder a) Average Traffic per subscriber - 35mE b) Transcoder should preferably work in pool so as to give optimum performance. c) Entire Transcoder capacity for all codes (AMR/FR/EFR). B. Base Station Controller a) Number of BSCs will depend on vendors design/capacities. b) High Capacity BSCs may be planned to minimize handovers. C. Antennas i. All new antennas for 2G should be Dual Band (900/1800). ii. Triple band antennas capable of uplinking 900, 1800 and WCDMA carriers with individual optimization feature may be quoted for all new sites as per vendor design.

147

D.

BTS (i) BTS with minimum guaranteed power output of 20Watts per carrier with the ultimate configuration of BTS as 4/4/4 + 4/4/4 in dual band mode with single dual band antennae in the three sectors. (ii) The sensitivity of all BTSs shall be better than -115 dBm with 2 way receive diversity. (iii) The Outdoor BTS shall be suitable for operation without air-conditioning and without shelter. The OD BTSs shall have enough space to accommodate MW Eqpt/Optical Modems. Minimum 2U space shall be provided for the same and there shall be no performance degradation for the transmission equipment housed in the 2U space. Ample ventilation for the same shall be ensured. (iv) 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 BTS system. There shall be adequate surge protection devices in-built in the OD BTS to take care of all kinds of surges including those from the commercial power supply and from lightning. (v) The system shall support Tandem free and Transcoder Free operations (TrFO) as per 3GPP Standards. (vi) The Transcoders shall provide HR, FR, EFR, AMR and WB-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 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. (vii) There shall be a feature in BSS to dynamically allocate time slot resources of A-bis to time slots of air interface so that optimum utilisation of A-bis in backhaul is achieved. This dynamic A-bis allocation feature should enable creation of a BTS without one-to-one mapping of time slots in TRXs and A-bis interfaces and this shall result in less number of resources required in A-bis when compared to that in air interface.

12. 12.1 i.

Planning, Drive Test and Post Processing Tools: RF Planning Tool (GSM/GPRS/UMTS/3G) Planning tool on LAN based client-server configuration, with at least 3 clients, for Coverage prediction, Frequency Planning and Performance planning etc shall be supplied. The successful bidder shall supply the soft copy of the latest digital maps of MTNL Delhi & Mumbai service area used for coverage simulation, prediction map with the BTS simulated for the cities, highways and rail routes duly loaded on the planning tool. The digital maps supplied shall also be compatible with the planning tools NetPlan/ASSET available with MTNL and there shall be no restriction, whatsoever, in the use of these maps by the

148

purchaser. The soft copy of the Coverage prediction maps jointly agreed to by the successful bidder and purchaser shall be available in the planning tool, a jointly signed hard copy of which is to be made over to the purchaser as part of the planning and engineering exercise. The server shall be supplied along with 21 inch VDU/LCD display, LAN AO plotter and LAN A3-Colour Laser printer. The Installation and commissioning of the planning tool in the desired configuration shall be done by the successful bidder. ii. The software of Planning tool shall be licensed in the name of MTNL (unlimited period). iii. General Features A) B) The RF Planning tool should be able to perform 2G/ 2.5G and 3G Network Planning on the same platform simultaneously without having to switch between different modes. The RF Planning Tool should support Full 2G, 2.5G and 3G 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. The RF Planning Tool should be able to perform Automatic Cell Planning and Network optimization. The planning tool model should be able to get updated using the data from the drive test tool. RF planning tool should be capable of Network Performance analysis and problem area identification RF planning tool should be capable of Network Fine tuning and validation with Data measurements RF planning tool should be able to capture in optimisation mechanisms and real world design issues and constraints RF planning tool should be capable of handling the existing/implemented network plan and should be able to perform analysis/expansion activity on the existing database. RF planning tool should be able to automatically optimize the physical network configuration to maximise capacity for the range of services and traffic demands. RF planning tool should be able to Automatically optimize design parameters like antenna and power settings for multi-technology networks RF planning tool should be able to Utilize an extensive range of survey measurement and network statistics data to tune the modelled network and facilitate area performance optimisation RF planning tool should be able to Automate and improve the efficiency of the iterative process of ongoing planning and optimisation RF planning tool should be able to Support 'real world' performance targets and network configuration constraints RF planning tool should provide a choice of various radio propagation models. RF planning tool should be seamlessly integrated to a single relational database Oracle. Accurately simulate current and future capacity scenarios using static and dynamic simulators 3G data service QoS analysis Automatic Frequency Planning and Code planning Location Service Planning Sophisticated statistics generation and reporting. Advanced propagation model support including: Auto tuning of models, and support for 3rd party models. The tool should have a powerful embedded GIS or should be seamlessly integrated with 3rd party GIS tools.

C) D) E) F) G) H) I) J) K) L) M) N) O) P) Q) R) S) T) U) V)

149

W) X)

The tool should have powerful filtering capabilities based on object attributes. The tool should have the flexibility to store additional attributes per object type (strings, pick lists, numbers, integers, Boolean etc.). Y) The tool should support both OS & Oracle authentication, and should have built in administration accounts. Z) RF planning tool should have the capability to use propagation models for both macro-cell as well as micro-cell. AA) The tool should support static analysis for faster results. BB) The RF Planning tool should have the ability to handle terminals moving at different speeds. CC) The RF Planning tool should have embedded latest deterministic models to avoid tuning if required. DD) The RF Planning tool should allow the user to create arrays that combine coverage predictions and the effects uplink/downlink loads have on them EE) The tools should support integrated dual band planning. FF) The RF Planning tool should have accurate modeling of RRM algorithms and service characteristics to accurately predict QoS. iv. Capabilities for Predictions and propagation a. b. c. d. e. f. g. h. v. Should support fast predictions using different propagation models. Should incorporate more than two diffraction models. The user should be able to tune the propagation models and include customized models. Should have capability to define separate models for different cell layers/cells. Interactive azimuth reorientation for the map view should be available. Should have option to display predictions on site basis, filtered sites or map view. Should have the facility for background prediction Should support multiple CW data formats.

Capabilities for Interference and Automatic Frequency Planning a. b. c. d. e. f. The handover hysterious margin and underlay/overlaid sub cells should be considered in the calculation. Should support base band and synthesizer frequency hopping, DTX and group planning. Should support MA List definition. Should support HSN/MAIO/TSC planning. BSIC planner should allow for exclusion of selected BCCs and NCCs Should calculate C/I and C/A cell interference calculations and display it on the map view.

vi.

Capabilities for Traffic Planning a. Allows the utilization of user defined traffic forecasts or live traffic carried by network b. Employs Erlang B or C model. c. Permits dynamic cell dimensioning according to traffic in Underlay/overlay situations.

12.2

Drive Test Tool Drive Test Tool shall comply TEC GR no. GR/WS/DTG-001/01/Mar 2009 and its latest amendments.

12.3

Post Processing Tool

150

Post Processing Tool shall comply TEC GR no. GR/WS/PPT-001/01/Mar 2009 and its latest amendments. 12.4 i. Protocol Analyser for Iub, Iur, Iu, Gn, Gi interfaces: Protocol Analyser alongwith 8 Nos. of probes to monitor both the GSM interface protocols including the proprietary ones, if any, used in the network as well as for WCDMA interfaces will be provided.

ii. Protocol Analyser should have following features:a. The Protocol Analyser should provide fully automated online and offline UMTS 3GPP Iu-b deciphering of control and user (speech, circuit, and packet data) plane data. Support for single-session/multi-services, macro-diversity (session control and user plane data sent across multiple Iub links), cell-FACH/cell-DCH transitions scenarios b. Support for multi port E1 links (single-port, IMA, and channelization modes) c. Protocol support for GSM/GPRS A and Abis interfaces including call traces and tabular statistics profiles d. Support for standard TRAU 16K decode e. Support for H.324 (H.223/H.245 decode) PDU reassembly and analysis on Iub interface f. Support for real-time 3GPP R99/R4 Gb deciphering g. Support for FP and RLC/MAC real time high speed downlink packet access (HSDPA) analysis h. AMR playback on Iu interface i. Session buffer replay- the entire traffic buffer can be replayed for correction to MAC logical channel settings. User can update the MAC logical channel settings in configuration and these settings will be used for decoding and reassembling the RLC/MAC PDUs during buffer replay operation. Buffer replay is also for reassembling the following protocols data in offline mode: UMTS: RLC/MAC and H.223/H.245 j. Ability to listen to voice play out in the middle of call in both Iub and Iu interface k. Real-time capture and offline playback per IMSI/VPI/VCI l. Gn/Gi correlation to other interfaces like Iub and Iu m. SS7 subset n. Support for up to 8 full duplex STM-1 interfaces for greater network visibility. o. Multi user server-client support. p. Call manager. q. Data mining support for long term data storage, reporting and analysis. r. Monitor and troubleshoot interoperability of handsets with existing networks with the power call trace features. s. Handles inter system handover between GSM/EDGE and UMTS. t. IP-based UMTS core network, e.g. Iu over IP, MAP over etc iii. Call Trace Features a. Macro-diversity call traces b. 2G and 3G handover call trace (2 ways handover, 2G-3G and 3G-2G). support both PS and CS calls c. 3GPP Iub and Iub/Iu call traces to group in the soft handover legs for a single session together. This also provides intuitive information on the number of macro-diversity legs in each call d. 3GPP Iub/Iu/Iur call traces to group in the soft handover legs that extend to DRNC for a single session together e. RP (TCP option) call trace that keeps track of TCP resends f. RP tabular statistics to perform statistical analysis based on cell ID, IMSI, NID, sector ID, serving PCF, SID and user name.

151

g. Iub/Iu/Gn call traces h. 3GPP call traces to group the messages exchanged across the Iub, Iu and Gn interfaces of UMTS networks. This also allows intuitive grouping of Iub/Gn or Iu/Gn traffics. i. Iub and Iub/Iu call traces- vendors variant call traces that also group in the handover messages j. Iub/Iu/Iur call traces- 3GPP call trace that also group in the FP frames. k. Iub/Iu/Map call traces l. Iub and Iur RLC stats m. ISUP, BICC over IP call traces n. Iu/GCP binary combined call trace o. Iu/IuUP/H.245 combined call trace p. Iu/H.245 combined call trace iii. Protocol support a. b. c. d. e. f. g. h. i. GSM/GPRS A interface including call traces and tabular statistics analysis GSM/GPRS Abis interface including call traces and tabular statistics analysis 3GPP R4 June 2003 release 3GPP R99 September 2002, R99 June 2003 and R99 December 2003 H.324M (H.223/H.245 decode) 3GPP R5 release 3GPPSABP and PCAP R5 Decode Iu, Iub, Iur, NAS decodes and call traces SIGTRAN (M3UA)

iv. Data mining software features a. The tool shall provide detailed insight into RAN quality and performance in a large area down to a per cell or user granularity b. Iur analysis - where a subset of the KPIs and analysis available on Iub can be used to monitor and troubleshoot inter RNC handovers. c. Video telephony analysis, handset analysis via IMEI, user centric analysis around IMSI, voice channel analysis, network performance and service performance. d. packet switched services such as MMS, FTP, email etc. e. KPI and statistic report. v. Interface Requirement: Following interfaces are required to be supplied to monitor Iub, Iur,Iu, Gn,Gi on network proposed/supplied by the bidder. Ports are to be full duplex. STM-1- 8 ports, Optical/ electrical E1 - 8 ports FE - 2 port, Optical 12.5 Handheld GPS Receiver with position accuracy of 20-25m - The GPS receiver casing shall be waterproof. While the GPS Receiver shall operate with rechargeable AA size batteries, the GPS receiver 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. BTS Tester & Node B Tester

12.6

152

BTS Tester & Node B Tester shall comply the TEC GR no.GR/BTT-01/01 Mar 2007. 12.7 WCDMA(UMTS) Transmitter Analyser to measure frequency, frequency error, Code Domain Noise Floor, Carrier Feedthrough, Channel Power, Average Power, Pilot Channel Power, Difference in amplitude between key control channel. WCDMA (UMTS) Over the Air Analyser to measure frequency error, scramble code, noise floor, Carrier feedthrough, pilot dominance, multipath power, Utilisation (Peak and Average), Amplifier Capacity (Peak and Average), code domain power measurement. Interference Analysis should be possible with Spectogram display for viewing intermittent or busted interfering signals. It should have built in signal identification capability to identify possible interferer/ distinguish between W -CDMA, CDMA, GSM transmitter. 12.9 Power Meter (Digital). Power Meter shall be supplied conforming to clause 2.8.3 of TEC GR no. GR/BTT-01/01 Mar 2007. 12.10 Laptop: Lap top (Min Core 2 Duo Processor, 160 GB Hard disk, 2 GB RAM, DVD RW, stand-by battery, Carrying case) with required Operating system, Antivirus software (with updated database during AMC) any required application software, required cabling and appropriate size UPS for the entire DTT set up Engineering Handsets- The model shall be the latest and the model number of the handset shall be specified. The user manual of the engineering features with complete explanation is also to be supplied. All the accessories required for comprehensive use of the Measuring Instruments/Planning and allied tools shall be included as part of this package. 12.11 Handheld Ethernet tester: Ethernet Traffic Analyzer for Ethernet Transport Service Testing - Hand-held model shall be supplied conforming to GR/ETA 04/01.DEC.07 with latest amendments. 12.12 Handheld VSWR meter: Handheld VSWR meter shall be supplied conforming to clause 2.8.1 of TEC GR no. GR/BTT-01/01 Mar 2007. 13. Layout of Equipment: The supplier shall furnish the equipment layout for complete floor clearly indicating equipment planned. Layout of all equipment shall be so planned that available space in the equipment room/ pre fabricated shelters is optimally utilised. 14. SOFTWARE: i. Software maintenance shall be as per SECTION 'E' Chapter-4 of TEC Specification GR/LLT-01/05 Mar.03 and its latest amendments if any.

12.8

153

ii. The supplier shall provide software to meet the requirement of the specification NO.GR/LLT-01/05 Mar.03 and its latest amendments if any Section 'C chapter-3 duly evaluated by TEC. iii. Any software modification and up-gradation for MTP, ISUP, SCCP, TCAP, CAP, as per National Standards shall be implemented without any extra cost. Any software modification and upgradation arising out of inter-working or interfacing with equipment of other vendors of PSTN, ISDN, PSPDN, IN, CMTS shall be carried out by the supplier, at no extra cost. iv. Software version must be indicated. 15. i. ii. iii. iv. PERIPHERALS: In addition to system specific peripherals, the following shall be provided: Testing equipment / PC Documentation pre-loaded on disk. PCs with Laser printer shall be provided for MSC SERVER, MEDIA GATEWAY, BSC,RNC,Packet Core, at least 5 OMC-R terminal and 5 OMC-S terminal and other major network element sites. PCs shall have following minimum configuration: CPU: at least I-5, RAM: 4GB, HDD: 320 GB, LAN port 17 Inch flat Colour Monitor, 4 USB ports, latest anti virus software. v. The system shall support Input/ Output terminal which can be exclusively used to enter password controlled commands. It shall not be possible to load any software form this terminal through floppy/CD drive etc., (which means floppy/CD drives are not to be provided with this PC) It shall be possible to support file transfer on IP through designated PC. In addition, one PC shall be provided to receive information over X.25 link for billing /CDR/NMS data and to transfer this data to remote billing/CDR/NMS systems over IP for all configurations. Digital Distribution Frame (DDF):

vi. vii.

16. i.

DDF and associated items shall be supplied for the MSC SERVER AND MEDIA GATEWAY, XCDR, BSC and BTSs. At least 10% additional terminating capacity on the line side of DDF should be provided for MSC SERVER AND MEDIA GATEWAY, XCDR and BSC, for flexibility. No protection is envisaged for DDF. ii. The supplier shall provide all the cabling from the exchange side of the DDF to the equipment room. The Jumpers required for extending 2 Mbps PCM streams between line side and the exchange side shall also supplied by the supplier. Minimum of 50 M of 16 pair HF screen cable per length (Run) between DDF and transmission room shall be supplied. iii. For STM-1 interface, a minimum of 60-meter pre-connectorised optical cable length with suitable connectors shall be provided. iv. These shall form part of the MSC SERVER AND MEDIA GATEWAY, XCDR, BSC and BTS packages.

17.
i.

INSTALLATION MATERIALS, MAINTENANCE SPARES & CONSUMABLES:


All installation material and installations consumables shall be provided to enable the proper installation of equipment supplied (like Runways & other accessories for fixing runways & lugs, Media Cleaning Solution, Alcohol Isopropyl, Soft Cotton, Soft Brushes, Solder Wire, Printer Papers, Adhesive Tape, Mag Tapes 2400-P, optical disc drive, Floppy Diskettes 3.5 inch, Various sizes of Fuses/ Connectors, Covers, Hand Gloves, MCBs, Fuses for batteries, Spare Fuses for DC Distribution Cabinet, Spares for Control Panel of SMPS Power Plant

154

etc.,). Any other materials and consumables, which are technology dependent and required for installation, but not quoted shall also be supplied free of cost. ii. Item-wise details of installation materials required for installation has to be furnished alongwith its unit price and quoting of installation materials in LOTS is not acceptable. iii. One set of complete maintenance spares & consumables is to be provided to each site to cater to the needs for three years. Spare parts/Spare Units for Hard disks, optical drives, PCs, Printers, CD-ROM & CD-ROM drive, SMPS Modules etc. are to be provided. iv. Besides system specific spares, sufficient number of consumables like Media Cleaning Solution, Alcohol Isopropyl, Soft Cotton, Soft Brushes, Solder Wire, Printer Papers, Adhesive Tape, Mag Tapes 2400-P, optical disc drive, Floppy Diskettes 3.5 inch, Various sizes of Fuses/ Connectors, Covers, Hand Gloves, MCBs, Fuses for batteries, Spare Fuses for DC Distribution Cabinet, Spares for Control Panel of SMPS Power Plant etc.,) are also to be supplied to cater the need for three years for the maintenance of the equipment supplied. Any other materials and consumables, which are technology dependent and required for maintenance, but not quoted shall also be supplied free of cost. v. Complete details of each and every item of installation materials, maintenance spares and maintenance consumables shall be provided. vi. PCB level break-up along with price of each module shall be furnished. vii. In the spare list, details of module(s) in which each spare PCB proposed to be supplied is to be used shall also be given.

18.
i.

TOOLS AND TESTERS (FOR INSTALLATION):

One complete set of Tools, Testers, simulators instruments etc. is to be supplied for each site needed for installation of various network elements of the project. ii. Traffic Generator for generating 512 Simultaneous calls (256 originating and 256 terminating) on A-interface together with compatible PCs shall be made available by the supplier for carrying out the load test of the MSC SERVER AND MEDIA GATEWAY. iii. The MSC SERVER AND MEDIA GATEWAY shall provide in-built tracer for taking trace of CCS#7 (ISUP, MTP, SCCP, TCAP and CAP) and other protocol signals on the specified time slot of specified PCM system. System not supporting this facility shall provide separate tester free of cost.

19.

TOOLS AND TESTERS (FOR MAINTENANCE):


One complete set of Tools, Testers, simulators, instruments etc. for maintenance is to be provided for each MSC SERVER AND MEDIA GATEWAY site.

20.
i. ii. iii. iv. v.

MISCELLANEOUS:
Provisions will be made for recording of announcement in all network elements that play recorded announcement. Equipment required for recording the announcement shall be supplied to each site as part of the concerned network element. As per TRAI directives for carrier selection implementation, it will be mandatory for CMTS operator to route all de-fault calls to pre-recorded announcement. Therefore provision shall be made for 100% subscribers for default calls at 0.01 erlang traffic/line in addition to other requirements. There should be adequate storage capacity with duplicate redundant disks for storing CDRs of at least one month in each Network Element. At least 10 optical discs/cartridges shall be provided. Post processing software for Traffic reports: If all the traffic and statistical reports as required by the purchaser are not available, necessary post processing software for off-line generation of traffic reports is also to be provided for each site.

155

(vi)

Modification of system, office and network data at site: The successful bidder shall ensure that necessary modification of the system, office and network data is possible at site together with re-configuration, if required. Necessary tools and commands have to be provided by the successful bidder for the same.

21. Synchronisation Equipment


(i) The non IP interfaces of all the network elements shall support both of the following synchronization methods: a. Extraction of embedded clock of the traffic carrying E1. b. Synchronizing to the external 2MHZ clock OR Synchronizing to the external 2Mbps non-traffic carrying clock. (ii) The requirement at the IP interfaces of all the network elements are below: a. Availability of synchronisation through IEEE 1588 V2-2008 standard is a must for IP interfaces and networks. b. The management of the IP Clock server IEEE-1588 -2008 [either distributed in RNCs etc or centralised in the LSA] shall be provided centrally. It shall be possible to connect the management functions to an NMS through standard interfaces. c. The redundancy of the IP clock server shall be 1 + 1. In case the Clock servers are co-located with RNCs and BSCs it shall be possible for the clients to switchover automatically to the best available alternate synchronisation clock sources. d. The clock servers shall have redundant rubidium holdover. They shall be provided with GPS system/antenna with a minimum of 90m cable and associated lightning protection. e. The PTP server to client inter-operability with different equipment shall be available so that smooth integration with network elements of existing network is possible. f. The capacity in terms of packet rate shall be sufficient for catering to the new 2G & 3G network and the existing 3G network. The capacity shall be explicitly stated in the bid response. But, the IP clock servers shall be capable of serving the core network, BTSs & Node-Bs in the LSA which shall be assumed as minimum 4000

156

SECTION VII (PART-I) BID FORM Tender No. .. To DGM (MM-I) MAHANAGAR TELEPHONE NIGAM LIMITED, CORPORATE OFFICE NEW DELHI. Dear Sir, 1. Having examined the conditions of contract and specifications including addenda Nos.....................the receipt of which is hereby duly Acknowledged, we, undersigned, offer to supply and deliver .............................................. in conformity with the said drawings, conditions of contract and specifications for the sum shown in the schedule of prices attached herewith and made part of this Bid. We undertake, if our Bid is accepted, to commence deliveries within ( complete delivery of all the items specified in the contract within ( from the date of issue of your purchase order. ) months and to ) months calculated Date: ...

2.

3. 4.

If our Bid is accepted, we will obtain the performance guarantees of a Scheduled Bank for a sum @ 5% of the contract value for the due performance of the contract. We agree to abide by this Bid for a period of ------- days from the date fixed for Bid opening and it shall remain binding upon us and may be accepted at any time before the expiration of that period. Until a formal Purchase Order of Contract is prepared and executed, this Bid together with your written acceptance thereof in your notification of award shall constitute a binding contract between us. Bid submitted by us is properly sealed and prepared so as to prevent any subsequent alteration and replacement. We understand that you are not bound to accept the lowest or any bid, you may receive.

5.

6. 7.

Dated this ............................. day of......................... 200 Name and Signature -----------------------In the capacity of ---------------------Duly authorized to sign the bid for and on behalf of ... witness ... Address ... Signature **

157

SECTION VII (PART-II) PRICE SCHEDULE FOR INDIGENOUS EQUIPMENT Table-1 Non-CENVAT-able Duties Sales Tax Freight, Forwarding, Packing & Insurance CENVAT-able Duties Excise Duty

Amt.

Amt.

Amt

10

11

12

13

14

15

16

17

18

19

NOTE: 1. We hereby certify that Customs Tariff Head shown in Col. 16 are correct & CENVAT Credit for the amount shown in Col. 18 above are admissible as per CENVAT Credit Rules 2004. 2. The bidder shall quote for hardware and software as per Special Conditions of Contract and as per Note 3 given under SOR. 3. The bidder submitted the offer with concessional sales tax shall submit the proof of applicable concessional sales tax. 4. Bidder shall mention Make & Model No. against each item.

158

SECTION VII (PART-II) PRICE SCHEDULE FOR IMPORTED EQUIPMENT Table-2 Non CENVAT-able Duties Custom Duty component (NonCENVATable) Sales Tax Packing & Inland Freight CENVAT-able duties Custom Duty

Amt.

A mt

A mt.

Amt.

2 NOTE:

10

11

12

13

14

15

16

17

18

19

20

1. We hereby certify that Customs Tariff Head shown in Col. 17 are correct & CENVAT Credit for the amount shown in Col. 19 above are admissible as per CENVAT Credit Rules 2004. 2. The bidder shall quote for hardware and software as per Special Conditions of Contract and as per Note 3 given under SOR. 3. The bidder submitted the offer with concessional sales tax shall submit the proof of applicable concessional sales tax. 4. Bidder shall mention Make & Model No. against each item.

159

SECTION-VII (PART-II) Table- 3 Price Schedule for Services %age of Equipment price Price Inclusive all Non CENVATable duties and taxes (Rs.) CENVATable duties and Taxes (Rs.)

Item To be filled as per SOR-Section V Training Charges as per Clause 57 of Section IV(per Man days) Total

It is mandatory to separately indicate CENVATable duties and Taxes. SECTION-VII (PART-II) Table- 4 Price Schedule for Comprehensive AMC for five years after one year warranty (Hardware & Software) (A) %age of Equipment price Price Inclusive all Non CENVATable duties and taxes (Rs.) CENVATable duties and Taxes (Rs.)

Item AMC for Year One AMC for Year Two AMC for Year Three AMC for Year Four AMC for Year Five Total

It is mandatory to separately indicate CENVATable duties and Taxes. Note: For items quoted by the bidder in their price bids/ SOR but not ordered (fully or partially) by MTNL, pro-rata reduction in AMC charges shall be applicable at the time of issue of P.O. (B) (C) For De-commissioned and Redeployed Existing Equipment:- Same format as above. Total of A & B

160

SECTION VII (PART II) TABLE- 5 List of spares for five years along with process after one year warranty/Five years AMC as per Clause 10.2 of Section III S.No. Item Quantity Delhi Mumbai Unit Price Total Price Delhi Mumbai

Note:

The spares quoted should meet purchaser requirement of three years. Any deficiency in quoting the spares & if required by the purchaser in three years, shall be given by the bidders free of cost.

161

SECTION VII (PART II) TABLE- 6 FINAL PRICE OF THE PROJECT Sl. No. 1 2 3 4 5 Item Total equipment price for Indigenous equipment (Table-1) Total equipment price for Imported equipment (Table-2) Total cost of services (Table-3) Total Cost of AMC (Table-4 ) Total Cost of Spares (Table-5 ) Grand Total Price Inclusive of all Non CENVATable duties and taxes (Rs.)

Note: The price for Delhi and Mumbai is to be quoted separately as pet Tables 1 to Table 6.

162

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 MAHANAGAR TELEPHONE 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. 2. If the Bidder withdraws his bid during the period of bid validity specified by the Bidder on the Bid form or If the Bidder, having been notified of the acceptance of his bid by the Purchaser during the period of bid validity (a) (b) fails or refuses to execute the Contract, if required; or 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 13 and 33.2 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. Signature of the Bank Authority. Name Signed in Capacity of Name & Signature of witness Address of witness Full address of Branch Tel No. of Branch Fax No. of Branch

163

SECTION IX PERFORMANCE SECURITY GUARANTEE BOND In consideration of the CMD, MTNL (hereinafter called MTNL) 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 MTNL an amount not exceeding against any loss or damage caused to or suffered or would be caused to or suffered by MTNL 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 MTNL 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 MTNL 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 MTNL 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 MTNL under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till ________________________(office/Department) MTNL 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 THREE YEARS (as specified in P.O) from the date hereof, we shall be discharged from all liabilities under this guarantee thereafter. 5. We (name of the bank)_________________________ further agree with the MTNL that the MTNL 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

164

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 MTNL 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 MTNL or any indulgence by the MTNL 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 MTNL in writing.

Dated the ________________ day of _______ for (Indicate the name of bank) **

165

SECTION-X-A ADDITIONAL BANK GUARANTEE BOND To, MTNL 1. In consideration of the Competent Authority, MTNL (hereinafter called MTNL) 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 related to extension of Delivery Schedule contained in the said Agreement, on production of additional 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 MTNL an amount not exceeding ___________________ against any loss or damage caused to or suffered or would be caused to or suffered by MTNL by reason of any breach by the said Contractor(s) of any of the terms or conditions related to the Delivery Schedule 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 MTNL by reason of breach by the said contractor(s) of any of the Delivery Schedule related terms or conditions contained in the said Agreement or by reason of the contractors(s) failure to perform the said Agreement within the extended delivery schedule. 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 MTNL 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 MTNL 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 Delivery Schedule related obligations against the said Agreement have been fully met or till ________________________(office/Department) MTNL certifies that the Delivery Schedule related 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 ONE YEAR(for delivery of

166

goods)/ONE AND HALF YEARS(for turnkey projects) 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 MTNL that the MTNL 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 MTNL 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 MTNL or any indulgence by the MTNL 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 MTNL in writing. Dated the ________________ day of for __________________________________ (indicate the name of bank) Witness: 1. 2. **

167

SECTION X-B SECURITY BANK GUARANTEE THIS DEED OF GUARANTEE IS MADE THIS DAY OF.between Mahanagar Telephone Nigam Limited (MTNL) (which expression shall unless excluded by all Repugnant to the context include its successors and assigned) of one part and . hereinafter called the Bank (which expression shall unless excluded by all Repugnant to the context include its successors and assigned) of other part. WHEREAS MAHANAGAR TELEPHONE NIGAM LIMITED accepted the tender of M/s. .. (hereinafter called Vendor/Supplier) to provide/supply, install, commission and hand over the equipments to MTNL as per the scope, specifications and quality requirements specified in the Tender Enquiry No..dated and Purchase Order No...dated .. And Whereas MTNL and the Vendor/supplier have entered into an Agreement dated .. (hereinafter referred to as the said Agreement) wherein the vendor agrees to supply the equipments, products and services ensuring that it is free from any security threat. AND WHEREAS THE said Agreement provides that vendor/supplier shall furnish the Security Bank Guarantee to the extent of value of the Purchase Order as and by way of security for the due observance and performance of the terms and conditions of the said Agreement for addressing security concerns i.r.o. the equipments, products and services supplied by the Vendor/Service Provider. AND WHEREAS at the request of the vendor/supplier, the Bank has agreed to execute these presents. NOW THE DEED WITNESSED AND IT IS HEREBY AGREED AND DECLARED BY AND between the parties here to as follows:1. We (Name of Bank). do hereby undertake to pay to the MTNL an amount not exceeding in case any security breach is detected in the equipment, products and services supplied/provided by the vendor/supplier due to inadvertent inadequacy(ies) in precaution or intentional omissions or deliberate vulnerability left into the equipment, products and services or in case of deliberate attempt or any loss or damage caused to or suffered or would be caused to or suffered by the MTNL by reason of any breach by the said Vendor/Supplier of any of the terms or conditions contained in the said Agreement for addressing security related concerns in the equipments, products and services. 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 MTNL stating that the amount claimed is due by way of detection of security breach in the equipment, products and services supplied/provided by the vendor/supplier due to inadvertent inadequacy(ies) in precaution or intentional omissions or deliberate vulnerability left into the equipment, products and services or in case of

168

deliberate attempt or any loss or damage caused to or suffered or would be caused to or suffered by the MTNL by reason of any breach by the said Vendor/Supplier of any of the terms or conditions contained in the said Agreement for addressing security related concerns in the equipments, products and services. Any such demand made on the Bank shall be conclusive as regard the amount due and payable by the Bank under this guarantee where the decision of the MTNL 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 undertake to pay to the MTNL any money so demanded notwithstanding any dispute raised by the contractor/supplier/vendor 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 contractor/supplier/vendor shall have no claim against us for making such payment. 4. The Bank further agrees that the Guarantee herein contained shall remain in full force and effect for a period of THREE YEARS from the date hereof and also that the Bank will further extend this guarantee year by year automatically till the scrapping/decommissioning of the equipments/products provided. Further, if any claim accrues or arises against the Bank before the expiry of the said one year or an extension thereof till the scrapping/de-commissioning of the equipments/products, the same shall be enforceable against the Bank notwithstanding the fact that the same is enforced after the said period of THREE YEARS or any extension thereof. This guarantee will not be discharged due to the change in the constitution of the Bank or vendor/supplier. 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 performance of the said agreement and that it shall continue to be enforceable till the scrapping/de-commissioning of the equipments/products or till it is certified by MTNL that the terms and conditions of the said Agreement have been fully or properly carried out by the said contractor/vendor/supplier agency and accordingly discharge this guarantee after the scrapping/de-commissioning the equipments/products. Unless a demand of claim under this guarantee is made on us in writing till the scrapping/decommissioning of the equipments/products, we shall be discharged from all liabilities under this guarantee thereafter. 6. We (Name of the Bank)..further agree with the MTNL that the MTNL shall have the fullest liberty without our consent and without affecting in any manner our obligations thereunder to vary any of the terms and conditions of the said Agreement or to extend time of performance by the said vendor/supplier from time to time or to postpone for any time or from time to time any of the powers exercisable by the MTNL against the said vendor/supplier 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 vendor/supplier or for any forbearance, act or omission on the part of the MTNL or any indulgence by the MTNL to the said vendor/supplier 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.

169

7. We (Name of the Bank) . lastly undertake not to revoke this guarantee during its currency i.e. THREE YEARS and automatic extension thereafter till the scrapping/de-commissioning of the equipments/products, except with the previous approval/ consent of the MTNL in writing.

IN THE WITNESS WHEREOF the parties have executed these presents the day and year therein above written.

Signed on the day of . WITNESSES: 1. 2. FOR AND ON BEHALF OF BANK LTD. N.B. The Bank Guarantee shall be from any scheduled Bank of India.

Signature of Tenderer

170

SECTION XI INTEGRITY PACT Between Mahanagar Telephone Nigam Ltd. (MTNL) hereinafter referred to as Principal And hereinafter referred to as The Bidder/Contractor Preamble The Principal intends to award, under laid down organizational procedures, contract/s for .. The Principal values full compliance with all relevant laws of the land, rules, regulations, economic use of resources and of fairness/transparency in its relations with its Bidder(s) and/or Contractor (s). In order to achieve these goals, the Principal has appointed an Independent External Monitor (IEM), who will monitor the tender process and the execution of the contract for compliance with the principles mentioned above. Section 1 Commitments of the Principal The

(1) The Principal commits itself to take all measures necessary to prevent corruption and to observe the following principles: a. PRINCIPAL is committed to have most ethical and corruption free business dealings with Bidder(s)/contractor(s). b. No employee of the Principal, personally or through family members, will in connection with the tender for, or the execution of a contract, demand, take a promise for or accept, for self or third person, any material or immaterial benefit which the person is not legally entitled to. c. The Principal will, during the tender process treat all Bidder(s) with equity and reason and will deal with them in a fair and transparent manner. The Principal will in particular, before and during the tender process, provide to all Bidder(s) the same information and will not provide to any Bidder(s) confidential/additional information through which the Bidder(s) could obtain an advantage in relation to the tender process or the contract execution. d. The Principal will exclude from the process all known prejudiced persons. e. PRINCIPAL will honour its commitments and make due payments to The Bidder(s)/Contractor(s) in a timely manner.

171

f. (2)

PRINCIPAL will initiate action and pursue it vigorously whenever unethical behaviour occurs or is suspected to have occurred. If the Principal obtains information on the conduct of any of its employees which is a criminal offence under the IPC/PC Act, or if there be a substantive suspicion in this regard, the Principal will inform the Corporate Vigilance Office and in addition can initiate disciplinary actions.

Section 2 -Commitments of the Bidder(s)/Contractor(s) (1) The Bidder(s)/Contractor(s) commit himself to take all measures necessary to prevent corruption. He commits himself to observe the following principles during his participation in the tender process and during the contract execution. The Bidder(s)/Contractor(s) will not, directly or through any other person or firm, offer, promise or give to any of the Principals employees involved in the tender process or the execution of the contract or to any third person any material or other benefit which he/she is not legally entitled to, in order to obtain in exchange any advantage of any kind whatsoever during the tender process or during the execution of the contract. The Bidder(s)/Contractor(s) will not enter with other Bidders into any undisclosed agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or non-submission of bids or any other actions to restrict competitiveness or to introduce cartelisation in the bidding process. The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act; further the Bidder(s)/Contractor(s) will not use impropriety, for purposes of competition or personal gain, or pass on to others, any information or document provided by the Principal as part of the business relationship, regarding plans, technical proposals and business details, including information contained or transmitted electronically. The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and all payments he has made, is committed to or intends to make to agents, brokers or any other intermediaries in connection with the award of the contract. The Bidder(s)/Contractor(s) will not make any false or misleading allegations against the principal or its associates. The Bidder/Contractor will not bring any Political, Governmental or Diplomatic influence to gain undue advantage in its dealing with PRINCIPAL. The Bidder(s)/Contractor(s) will promote and observe best ethical practices within its organization. The Bidder(s)/Contractor(s) will promptly inform the Independent Monitor(of PRINCIPAL) If he receives demand for a bribe or illegal payment/benefit and (i) If comes to know of any unethical or illegal practice in PRINCIPAL.

a.

b.

c.

d.

e. f. g. h.

172

(ii) (2)

If he makes any payment to any PRINCIPAL Associate.

The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined above or be an accessory to such offences.

Section 3 - Disqualification from tender process and exclusion from future contracts. If the Bidder)s/Contractor(s) before award or during execution has committed a transgression through a violation of Section 2, above or in any other form such as to put his reliability or credibility in question, the Principal is entitled to disqualify the Bidder(s)/Contractor (s) from the tender process or take action as per the procedure mentioned in the Guidelines on Banning of business dealings. Copy of the Guidelines on Banning of Business Dealings is annexed and marked as Section-XII. Section 4 -Compensation for Damages (i) If the Principal has disqualified the Bidder(s) from the tender process prior to the award according to Section 3, the Principal is entitled to demand and recover the damages equivalent to Earnest Money Deposit/Bid Security. (ii) If the Principal has terminated the contract according to Section 3, or if the Principal is entitled to terminate the contract according to Section 3, the Principal shall be entitled to demand and recover from the Contractor the amount equivalent to Security Deposit/Performance Bank Guarantee in addition to any other penalties/recoveries as per terms and conditions of the tender. Section 5 -Previous transgression (i) The Bidder declares that no previous transgressions occurred in the last 3 years with any other Company in any country conforming to the anti corruption approach or with any other Public Sector Enterprise in India that could justify his exclusion from the tender process. (ii) If the Bidder makes incorrect statement on this subject, he can be disqualified from the tender process or action can be taken as per the procedure mentioned in Guidelines on Banning of business dealings. Section 6 - Equal treatment of all Bidders/ Contractors/ Subcontractors (i) (ii) (iii) The Principal will enter into agreements with identical conditions as this one with all Bidders/Contractors. The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a commitment in conformity with this Integrity Pact. The Principal will disqualify from the tender process all bidders who do not sign this Pact or violate its provisions.

173

Section 7 - Criminal charges against violating Bidder(s) Subcontractor(s)

/ Contractor(s) /

If the Principal obtains knowledge of conduct of a Bidder, Contractor or Subcontractors, or of an employee or a representative or an associate of a Bidder, Contractor or Subcontractor which constitutes corruption, or if the Principal has substantive suspicion in this regard, the Principal will inform the same to the Corporate Vigilance Office and may initiate criminal proceedings against the violating Bidder(s)/Contractor(s). Section 8 - Independent External Monitor/Monitors (1) The Principal has appointed competent and credible Independent External Monitor for this Pact. The task of the Monitor is to review independently and objectively, whether and to what extent the parties comply with the obligations under this agreement. (2) The Monitor is not subject to instructions by the representatives of the parties and performs his functions neutrally and independently. He reports to the CMD, MTNL. (3) The Bidder(s)/Contractor(s) accepts that the Monitor has the right to access without restriction to all Project documentation of the Principal including that provided by the Contractor. The Contractor will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation. The same is applicable to Subcontractors. The Monitor is under contractual obligation to treat the information and documents of the Bidder(s)/Contractor(s)/Subcontractor(s) with confidentiality. (4) The Principal will provide to the Monitor sufficient information about all meetings among the parties related to the Project provided such meetings could have an impact on the contractual relations between the Principal and the Contractor. The parties offer to the Monitor the option to participate in such meetings. (5) As soon as the Monitor notices, or believes to notice, a violation of this agreement, he will so inform the Management of the Principal and request the Management to discontinue or take corrective action, or to take other relevant action. The monitor can in this regard submit nonbinding recommendations. Beyond this the Monitor has no right to demand from the parties that they act in a specific manner, refrain from action or tolerate action. (6) The Monitor will submit a written report to the CMD, MTNL within 8 to 10 weeks from the date of reference or intimation to him by the principal and, should the occasion arise, submit proposals for correcting problematic situations. (7) If the Monitor has reported to the CMD, MTNL, a substantiated suspicion of an offence under relevant IPC/PC Act, and the MTNL has not, within the reasonable time taken visible action to proceed against such offence or reported it to the Corporate Vigilance Office, the Monitor may also transmit this information directly to the Central Vigilance Commissioner.

174

(8) The word Monitor would include both singular and plural. Section 9 - Pact Duration This pact begins when both parties have legally signed it. It expires for the Contractor 12 months after the last payment under the contract, and for all other Bidders 6 months after the contract has been awarded. If any claim is made / lodged during this time, the same shall be binding and continue to be valid despite the lapse of this pact as specified above, unless it is discharged / determined by CMD, MTNL. Section 10 - Other provisions (1) This agreement is subject to Indian Law, place of performance and jurisdiction is the Registered Office of the Principal, i.e. New Delhi. The arbitration clause provided in the tender document/contract shall not be applicable for any issue/dispute arising under Integrity Pact. Changes and supplements as well as termination notice need to be made in writing. If the Contractor is a partnership or a consortium, this agreement must be signed by all partners or consortium members. Should one or several provisions of this agreement turn out to be invalid, the remainder of this agreement remains valid. In this case, the parties will strive to come to an agreement to their original intentions. (For & On behalf of Bidder/Contractor) (Office Seal)

(2) (3) (4)

(For & On behalf of the Principal) (Office Seal) Place ------------------Date ------------------Witness 1:

(Name & Address)__________________________

Witness 2: (Name & Address)__________________________

175

SECTION XII Guidelines of MTNL on Banning of Business Dealings 1. INTRODUCTION Mahanagar Telephone Limited (MTNL), being a Public Sector Enterprise and State, within the meaning of Article 12 of Constitution of India, has to ensure preservation of rights enshrined in Chapter III of the Constitution. MTNL has also to safeguard its commercial interests. MTNL deals with Agencies, who have a very high degree of integrity, commitments and sincerity towards the work undertaken. It is not in the interest of MTNL to deal with Agencies who commit deception, fraud or other misconduct in the execution of contracts awarded / orders issued to them. In order to ensure compliance with the constitutional mandate, it is incumbent on MTNL to observe principles of natural justice before banning the business dealings with any Agency. Since banning of business dealings involves civil consequences for an Agency concerned, it is incumbent that adequate opportunity of hearing is provided and the explanation, if tendered, is considered before passing any order in this regard keeping in view the facts and circumstances of the case. 2. SCOPE 2.1 The General Conditions of Contract (GCC) of MTNL generally provide that MTNL reserves its rights to remove from list of approved suppliers / contractors or to ban business dealings if any bidder/contractor who has been found to have committed misconduct and also to suspend business dealings pending investigation. 2.2 However, absence of such a clause does not in any way restrict the right of Company (MTNL) to take action / decision under these guidelines in appropriate cases. 2.4 The procedure of (i) Suspension and (ii) Banning of Business Dealing with Agencies, has been laid down in these guidelines. 2.5 These guidelines apply to all the Units and subsidiaries of MTNL. 2.6 It is clarified that these guidelines do not deal with the decision of the Management not to entertain any particular Agency due to its poor / inadequate performance or for any other reason. 2.7 The banning shall be with prospective effect, i.e., future business dealings. 3. DEFINITIONS In these Guidelines, unless the context otherwise requires: i) Party / Contractor / Supplier / Purchaser / Customer shall mean and include a public limited company or a private limited company, a firm whether registered or

176

not, an individual, a cooperative society or an association or a group of persons engaged in any commerce, trade, industry, etc. Party / Contractor / Supplier /Purchaser / Customer in the context of these guidelines is indicated as Agency. ii) Inter-connected Agency shall mean two or more companies having any of the following features: a) If one is a subsidiary of the other. b) If the Director(s), Partner(s), Manager(s) or Representative(s) are common; c) If management is common; d) If one owns or controls the other in any manner; iii) Competent Authority and Appellate Authority shall mean the following: a) For Company Wide Banning (entire MTNL) the Director (Technical) shall be the Competent Authority for the purpose of these guidelines. CMD, MTNL shall be the Appellate Authority in respect of such cases except banning of business dealings with Suppliers of Imported Equipment. b) For Units level banning: Any officer not below the rank of ED shall be the Competent Authority for the purpose of these guidelines. The Director (Technical) shall be the Appellate Authority in all such cases. c) For banning of business dealings with Suppliers of Imported Equipment, MTNL Directors Committee (MDC), consisting of Director (Technical), Director (Finance), Director (HR) of MTNL, shall be the Competent Authority. The Appeal against the Order passed by MDC shall lie with CMD, as First Appellate Authority. d) In case the foreign supplier is not satisfied by the decision of the First Appellate Authority, it may approach MTNL Board as Second Appellate Authority. e) CMD, MTNL shall have overall power to take suo-moto action on any information available or received by him and pass such order(s) as he may think appropriate, including modifying the order(s) passed by any authority under these guidelines. iv) Investigating Department shall mean any Department or Unit investigating into the conduct of the Agency and shall include the Vigilance Department, Central Bureau of Investigation, the State Police or any other department set up by the Central or State Government having powers to investigate. 4. INITIATION OF BANNING / SUSPENSION: Action for banning / suspension business dealings with any Agency should be initiated by the department having business dealings with them after noticing the irregularities or misconduct on their part.

177

5.

Suspension of Business Dealings 5.1 If the conduct of any Agency dealing with MTNL is under investigation by any department (except Suppliers of Imported Equipment), the Competent Authority may consider whether the allegations under investigation are of a serious nature and whether pending investigation, it would be advisable to continue business dealing with the Agency. If the Competent Authority, after consideration of the matter including the recommendation of the Investigating Department, if any, decides that it would not be in the interest to continue business dealings pending investigation, it may suspend business dealings with the Agency. The order to this effect may indicate a brief of the charges under investigation. If it is decided that inter-connected Agencies would also come within the ambit of the order of suspension, the same should be specifically stated in the order. The order of such suspension would operate for a period not more than six months and may be communicated to the Agency as also to the Investigating Department. The Investigating Department may ensure that their investigation is completed and whole process of final order is over within such period. 5.2 The order of suspension shall be communicated to all Departmental Heads within the Units. During the period of suspension, no business dealing may be held with the Agency. 5.3 As far as possible, the existing contract(s) with the Agency may be continued unless the Competent Authority, having regard to the circumstances of the case, decides otherwise. 5.4 If the gravity of the misconduct under investigation is very serious and it would not be in the interest of MTNL, as a whole, to deal with such an Agency pending investigation, the Competent Authority may send his recommendation to Corporate Office along with the material available. If Corporate Office considers that depending upon the gravity of the misconduct, it would not be desirable for all the Units and Subsidiaries of MTNL to have any dealings with the Agency concerned, an order suspending business dealings may be issued to all the Units by the Competent Authority of the Corporate Office, copy of which may be endorsed to the Agency concerned. Such an order would operate for a period of six months from the date of issue. 5.5 For suspension of business dealings with Suppliers of Imported Equipment following shall be the procedure: i) ii) Suspension of the foreign suppliers shall apply through out the Company including Subsidiaries. If gravity of the misconduct under investigation is found serious and it is felt that it would not be in the interest of MTNL to continue to deal with such agency, pending investigation, Unit dealing with agency may send such recommendation on the matter to a Committee consisting of the following: 1. 2. 3. ED (Technical), C.O.MTNL. ED (Delhi), MTNL ED (Mumbai), MTNL

178

4.

Legal Advisor (Corporate Office) give its

The committee shall expeditiously examine the report; comments/recommendations within twenty one days. iii)

The comments / recommendations of the Committee shall then be placed before MTNL Directors Committee (MDC). If MDC opines that it is a fit case for suspension, MDC may pass necessary orders which shall be communicated to the supplier of Imported Equipment.

5.6 If the Agency concerned asks for detailed reasons of suspension, the Agency may be informed that its conduct is under investigation. It is not necessary to enter into correspondence or argument with the Agency at this stage. 5.7 It is not necessary to give any show-cause notice or personal hearing to the Agency before issuing the order of suspension. However, if investigations are not complete in six months time, the Competent Authority may extend the period of suspension by another three months, during which period the investigations must be completed. 6. Ground on which Banning of Business Dealings can be initiated 6.1 If the security consideration, including questions of loyalty of the Agency to the State, so warrants; 6.2 If the Director / Owner of the Agency, proprietor or partner of the firm, is convicted by a Court of Law for offences involving moral turpitude in relation to its business dealings with the Government or any other public sector enterprises or MTNL, during the last five years; 6.3 If there is strong justification for believing that the Directors, Proprietors, Partners, owner of the Agency have been guilty of malpractices such as bribery, corruption, fraud, substitution of tenders, interpolations, etc; 6.4 If the Agency continuously refuses to return / refund the dues of MTNL without showing adequate reason and this is not due to any reasonable dispute which would attract proceedings in arbitration or Court of Law; 6.5 If the Agency employs a public servant dismissed / removed or employs a person convicted for an offence involving corruption or abetment of such offence; 6.6 If business dealings with the Agency have been banned by the Govt. or any other public sector enterprise; 6.7 If the Agency has resorted to Corrupt, fraudulent practices including misrepresentation of facts; 6.8 If the Agency uses intimidation / threatening or brings undue outside pressure on the Company (MTNL) or its official in acceptance / performances of the job under the contract;

179

6.9 If the Agency indulges in repeated and / or deliberate use of delay tactics in complying with contractual stipulations; 6.10 Willful indulgence by the Agency in supplying sub-standard material irrespective of whether pre-dispatch inspection was carried out by Company (MTNL) or not; 6.11 Based on the findings of the investigation report of CBI / Police against the Agency for malafide / unlawful acts or improper conduct on his part in matters relating to the Company (MTNL) or even otherwise; 6.12 Established litigant nature of the Agency to derive undue benefit; 6.13 Continued poor performance of the Agency in several contracts; 6.14 If the Agency misuses the premises or facilities of the Company (MTNL), forcefully occupies, tampers or damages the Companys properties including land, water resources, forests / trees, etc. (Note: The examples given above are only illustrative and not exhaustive. The Competent Authority may decide to ban business dealing for any good and sufficient reason). 7. Banning of Business Dealings 7.1 Normally, a decision to ban business dealings with any Agency should apply throughout the Company including Subsidiaries. However, the Competent Authority of the Unit except Corporate Office can impose such ban unit-wise only if in the particular case banning of business dealings by respective Unit will serve the purpose and achieve its objective and banning throughout the Company is not required in view of the local conditions and impact of the misconduct /default to beyond the Unit. Any ban imposed by Corporate Office shall be applicable across all Units of the Company including Subsidiaries. 7.2 For Company-wide banning, the proposal should be sent through the ED of the Unit setting out the facts of the case and the justification of the action proposed along with all the relevant papers and documents except for banning of business dealings with Foreign Suppliers. The Corporate Office shall process the proposal of the Unit for a prima- facie view in the matter by the Competent Authority nominated for Company-wide banning. If the prima-facie decision for Company-wide banning has been taken, the Corporate Office shall issue a show-cause notice to the agency conveying why it should not be banned throughout MTNL. After considering the reply of the Agency and other circumstances and facts of the case, a final decision for Company-wide banning shall be taken by the Competent Authority.

180

7.3 There will be a Standing Committee in Corporate Office and each Unit to be appointed by Director (Technical) & ED respectively for processing the cases of Banning of Business Dealings except for banning of business dealings with suppliers of Imported Equipment. The functions of the committee shall, inter-alia include: i) To study the report of the Investigating Agency and decide if a prima-facie case for Company-wide / Local unit wise banning exists, if not, send back the case to the Competent Authority. To recommend for issue of show-cause notice to the Agency by the concerned department.

ii)

iii) To examine the reply to show-cause notice and call the Agency for personal hearing, if required. iv) To submit final recommendation to the Competent Authority for banning or otherwise. 7.4 If the Competent Authority is prima-facie of view that action for banning business dealings with the Agency is called for, a show-cause notice may be issued to the Agency as per paragraph 8.1 and an enquiry held accordingly. 7.5 Procedure for Banning of Business Dealings with Suppliers of Imported Equipment. i) ii) Banning of the agencies shall apply through out the Company including Subsidiaries. Depending upon the gravity of the alleged misconduct the investigation report with all relevant details shall be placed before a Committee consisting of the following :1. 2. 3. 4. ED (Technical ), C.O.MTNL ED (Delhi), MTNL ED (Mumbai), MTNL Legal Advisor (Corporate Office)

The Committee shall examine the proposal and give its comments / recommendations within 21 days. iii) The comments / recommendations of the Committee shall be placed before MTNL Directors Committee (MDC). If MDC opines that it is a fit case for initiating banning action, it will direct to issue show-cause notice to the agency for replying within a reasonable period. On receipt of the reply or on expiry of the stipulated period, MDC will consider & award decision on case. The decision of the MDC shall be communicated to the agency.

iv) v)

181

8.

Show-cause Notice 8.1 In case where the Competent Authority decides that action against an Agency is called for, a show-cause notice has to be issued to the Agency. Statement containing the imputation of misconduct or mis-behaviour may be appended to the show-cause notice and the Agency should be asked to submit within 30 days a written statement in its defence. 8.2 If the Agency requests for inspection of any relevant document in possession of MTNL, necessary facility for inspection of documents may be provided.

8.3 The Competent Authority may consider and pass an appropriate speaking order: a) b) For exonerating the Agency if the charges are not established; For banning the business dealing with the Agency.

8.4 If it decides to ban business dealings, the period for which the ban would be operative may be mentioned. The order may also mention that the ban would extend to the interconnected Agencies of the Agency. 9. Appeal against the Decision of the Competent Authority 9.1 The Agency may file an appeal against the order of the Competent Authority banning business dealing, etc. The appeal shall lie to Appellate Authority. Such an appeal shall be preferred within one month from the date of receipt of the order banning business dealing, etc. 9.2 10. Appellate Authority would consider the appeal and pass appropriate order which shall be communicated to the Agency as well as the Competent Authority. Review of the Decision by the Competent Authority Any petition / application filed by the Agency concerning the review of the banning order passed originally by Competent Authority under the existing guidelines either before or after filing of appeal before the Appellate Authority or after disposal of appeal by the Appellate Authority, the review petition can be decided by the Competent Authority upon disclosure of new facts /circumstances or subsequent development necessitating such review. The Competent Authority may refer the same petition to the Standing Committee for examination and recommendation. 11. Circulation of the names of Agencies with whom Business Dealings have been banned.

11.1 Depending upon the gravity of misconduct established, the Competent Authority of the Corporate Office may circulate the names of Agency with whom business dealings have been banned, to the Government Departments, other Public Sector Enterprises, etc. for such action as they deem appropriate. 11.2 If Government Departments or a Public Sector Enterprise request for more information about the Agency with whom business dealings have been banned, a

182

copy of the report of Inquiring Authority together with a copy of the order of the Competent Authority / Appellate Authority may be supplied. 11.3 If business dealings with any Agency have been banned by the Central or State Government or any other Public Sector Enterprise, MTNL may, without any further enquiry or investigation, issue an order banning business dealing with the Agency and its inter-connected Agencies. 11.4 Based on the above, Units may formulate their own procedure for implementation of the Guidelines. **

183

Anda mungkin juga menyukai