Sunteți pe pagina 1din 59

BHARAT SANCHAR NIGAM LIMITED

(A Govt. of India Enterprise)


Bharat Sanchar Bhawan
Harish Chandra Mathur Lane, Janpath,
New Delhi-110001.
(MMT-Section)
T/No. 011-2303 7172 ; Fax 011-2371 0198

To

All Prospective bidders (Through BSNL website & ETS portal)

F. No. CA/MMT/11-20/2016(CNP)/ Pt. Dated 18.07.2016

Subject: - Replies to pre- bid queries raised by some of the prospective bidders, self
clarifications & revised formats in respect to tender for procurement of MPLS-TP based
CPAN equipment vide No. CA/Ent.-CNP/CPAN/T-551/2016 issued on 26/05/2016 and
due for submission / opening on 27/07/2016.

Dear Sir,
Kindly find enclosed herewith Replies to pre- bid queries raised by some of
the prospective bidders and self clarifications/ revised formats, as per enclosures,
against the subject tender.

These replies/ clarifications/ revised formats as given in enclosures are also uploaded
on e-tender portal as an addendum for acceptance by bidder during submission of bid
on e-tender portal.

These replies/ clarifications/ revised formats form part and parcel of tender document.

Please acknowledge the receipt.

.
Encl: Three files / enclosures
1. CPAN_replies_Queries ( 36 pages).
2. CPAN Self Clarifications (1 page)
3. CPAN Annexure_Formats_Clarifications (21 pages)

-Sd/-
( P. Balaji Venkatesh)
AGM (MMY)

Copy to : GM(CNP) for kind information


Reply to the Queries of BSNL MPLS-TP based CPAN Equipment against Tender No. - CA/ Ent.- CNP/CPAN/T-551/2016 dated 26.05.2016

Sub Sub- Sub


Query Main clause/ sub-
Section Sub Clause Description Query Reply from BSNL
No. Clause Page Clause sub
SECTION-5 No. Clause
Part A - We Propose -- In the case of package supply/ turnkey
GENERAL projects when the delayed portion of the supply materially
(COMMERCIA hampers installation and commissioning of the systems
Clause 16
L) where such delay is attributed solely to the default of the
CONDITIONS In the case of package supply/ turnkey projects Supplier, LD charges shall be levied as above on the total
OF when the delayed portion of the supply value of the concerned package of the Purchase Order.
1 CONTRACT. 16.2 c materially hampers installation .. As per Tender
We Propose -- Provided, also that if the contract is
terminated under this clause, the Purchaser shall be at
SECTION-5
liberty to take over from the Supplier at a mutually agreed
Part A -
price to be fixed by the purchaser, which shall be final, for
GENERAL
all unused, undamaged and acceptable materials, bought
(COMMERCIA
Clause 17 out components and stores in course of manufacture which
L)
may be in possession of the Supplier at the time of such
CONDITIONS
termination. or such portion thereof as the purchaser may
OF
deem fit, except such materials, bought out components
CONTRACT.
Provided, also that if the contract is terminated and stores as the Supplier may with the concurrence of the
2 17.2 under this clause, .. purchaser elect to retain. As per Tender
Notwithstanding anything to the contrary, it is agreed that
the Supplier shall not indemnify nor be liable to the
Purchaser, general public and/or third party for any
indirect, consequential (including but not limited to any
economic losses or profits, etc.), special and/or punitive
losses, interests, damages, costs and/or expenses. The
Suppliers maximum liability to the Buyer, general public
and/or third party under this contract or order shall not
exceed the amount of moneys received from the Purchaser
immediately prior to any alleged claims being made under
3 General Proposed clause this Agreement or Purchase Order. Not Agreed
If in case the OEM is foreign entity, can that company
Section 4 (Part Clause 14.3 submitt a power of atorney on its own letter head instead of
4 A) a Power of Attorney Non- Judicial Stamp Paper. As per Tender

Page 1 of 36
MEF CE1.0 is basically includes MEF9 and MEF14 specifications. It
defines EPL, EVPL and/or ELAN services.

MEF's CE 2.0 Certification Program was introduced, providing the


next generation of compliance certification building on the success
of the CE 1.0 Certification Program.
CE 2.0 greatly expands from 3 services in CE 1.0 to
- 8 services, 2 of each respectively in E-Line, E-LAN, E-Tree, and E-
Access (defined in MEF Standards MEF 6.1, 22.1, 33)
TEC-GR-TX-
The equipment shall be fully compliant to MEF - The industry's first standardized Multi-CoS with application-
CEN-004-02- Clause 2.13 oriented CoS Performance Objectives, new metrics (MEF 6.1,
9 and MEF 14 standards.
SEP-13 10.2, 20, 23.1)
- Interconnect through the integrated delivery of MEF Service
Attributes (MEF 10.2, 26.1, 33) allows ubiquitous deployment
spanning multiple providers
- Manageability, (MEF 7.1, 16, 17, 30, 31) plus additional
specifications
We recommend to consider both CE1.0 and CE2.0 for this tender.
MEF is in process of discontinuation of MEF 9 and MEF 14 i.e. CE
1.0.
Kindly confirm .
5 As per TEC GR

In respect of A1 & A2 , B1 &


B2 Type Switches FE/GE (
10/100/1000 Base T )
Electrical Interfaces while
All the switches asked in tender has less switching testing for full load condition
TEC-GR-TX-CEN-004-02-SEP-13 Section 2.3
capacity than the interface requirement, how we are going 50% interfaces shall be
"The switching fabric plane shall be
to meet TEC GR requirement of non-blocking and wire considered as 100 Base T
bidirectional and non-blocking. The CEN
Section 3 Part speed. and balance 50% interfaces
B Switch shall support a wire speed L2 switching
B shall be considered as 1000
capabilities under full load condition. "
Kindly confirm . Base T, accordingly the full
MPLS-TP based switch Technical Requirments load condition will be tested.
The minimum requirement for
Packet Switching Fabric is
specified as 5G, 40G & 80G
and bidders quoting for higher
capacity of Packet Switching
6 Fabric is also acceptable.

What type of E1 is required , 75 ohm or 120 ohm ?


Uplink/ Downlink Interfaces for A1 and A2
Section 3 Part
B switches Kindly confirm .
B

7 120 ohm

What type of E1 is required , 75 ohm or 120 ohm ?


Uplink/ Downlink Interfaces for B1 and B2
Section 3 Part
B switches
B Kindly confirm .

8 120 ohm

Page 2 of 36
For STM interface please specify the distance requirments
Uplink/ Downlink Interfaces for B1 and B2 10km/40km/80km.
Section 3 Part
B switches
B
Kindly confirm .
9 10 Km
Type Approval Certificate given by Telecom
Engineering Centre (TEC)/ TSEC issued by the We understand that we don't need Form QF 103 at the
Quality Assurance Circle of BSNL or proof of time of tender submission
Section 4 Part Clause 10.0 10.1 b
having applied for TSEC (Copy of Form QF
A
103 be attached). (This sub-clause not Kindly confirm .
applicable in this tender).
10 Yes
The offered product has to be type approved.
For this purpose, the supplier shall submit a
sample type for evaluation. The sample would
be evaluated for its ability to meet the technical
specifications, manufacturability, reliability, With reference to Clause number 10.1 b) Section 4 Part A
testability, ease of installation, maintainability , It is understood that Form QF 103/Type Approval
etc. Necessary documents to substantiate certificate of the offered product is not required at the time
Section 4 Part Clause 10.0 10.4
these attributes will have to be submitted at the of tender submission .
A
time of application for approval by the supplier
for obtaining type approval. Or In case goods Kindly confirm .
offered have already been type approved/
validated by the Purchaser, documentary
evidence to this effect shall be submitted by the
11 bidder. Yes

kinldly provide details on existing MPLS NMS to which


Integration of EMS of CPAN Switches with EMS has to be integrated, also, please specify the Scope
Section 3 Part B i network of BSNL and NMS of IP-MPLS of Work/Task which the bidder needs to perform. Existing MPLS NMS is HP
A network. Open View System of HP
Make. The scope of work is
12 as per Tender Condition
(i) Integration of EMS of CPAN Switches with Please confirm that the integration of the EMS with the
SECTION -3 B network of BSNL and NMS of IP-MPLS existing IP-MPLS NMS is only for Fault and Performance
13 Part A (i) network. through NBI As per Tender
SC-PC Connector on FDMS
and length of optical Patch
SOR
SECTION -3 Please specify the Type (Connector on FDMS) and length cord and Ethernet cable shall
14 Part C of Optical Patch Cords and Ethernet cable. be 20 m.
If only a single module is mounted on the
chassis for the support of any services ( GE We understand that no Redundancy has been asked for A1
optical, FE/GE Electrical , E1 & STM-1 ) on the and A2 type systems, so this clause is not applicable for
C
customer interface, then provision for 10% A1 and A2 type of configuration.
SECTION-3 spare service module shall be made by the
15 Part B 17 bidder free of cost. Kindly Confirm. As per Tender

Page 3 of 36
NEs can be managed by other protocals like SNMP V2,
TL1 etc. Should we consider SNMP V3 as a mandatory
C
SECTION-3 requirement or we can propose some other protocals?
16 Part B 19 All devices shall support SNMPv3 Kindly Confirm? As per Tender

The eMS should be flexible and modular. The


eMS should be flexible enough that it can
implemented from a single machine to powerful
open client server architecture in different
platforms like Linux, Solaris, etc. The eMS
C should be modular so that the each module like Due to invent of new techology latest servers are hight
Fault, Provisioning, Performance, etc., in the speed and powerful, so all modules like Fault,
eMS can be separately installed in other Provisioning, Performance, etc. can be mannaged
servers / machines based on the load or other centerally.
needs. The eMS and its client should be
SECTION-3 configurable from a single machine to powerful We request you to allow single server to manage all
17 Part B 22 22.1 22.1.2 and complex server architectures. modules like Fault, Provisioning, Performance, etc. As per Tender
The eMS should have an Embedded Object
We request you to allow NMS data to be stored in some
Oriented Database for efficient administration &
external or network drive. This arrangemnet would be
C cost effectiveness. The database should have
scalable and secured.
sufficient capacity to store data at peak load for
SECTION-3
minimum three years.
18 Part B 22 22.1 22.1.15 Kinldy confirm. As per Tender
We request you to allow NMS data to be stored in some
external or network drive. This arrangemnet would be
The eMS shall have interface support to an
C scalable and secured.
external RDBMS for a common data repository.
SECTION-3
19 Part B 22 22.1 22.1.10 Kinldy confirm. As per Tender

In respect of A1 & A2 Type


Switches FE/GE (
BSNl has currently Specified the requirements of 10/100/1000 Base T )
10/100/1000 interfaces 4 No's.But involvement of 4*1G Electrical Interfaces while
(B) MPLS- testing for full load condition
will increase total crossconnect capacity above 5G (
TP based Technica 50% interfaces shall be
including all interfaces) as we need to ensure non- blocking
Switch l considered as 100 Base T
matrix. We strongly feel above requriements are restrictive
Technical Require and balance 50% interfaces
3 (Part B) in nature and only bidders who have these interfaces on a
Requiremen ment shall be considered as 1000
single card can comply and offer. In order to have a wider
ts: (Sr.No Base T, accordingly the full
participation we request BSNL accept an option of
.1&2) load condition will be
offering these inetrfaces on two different cards as 10/100
2 No's and 1000 as 2 No's . Request BSNL to Kindly tested.The option of offering
(B) MPLS-TP based Switch Technical Confirm and modify the SOR accordingly these interfaces on 2 different
Requirements: cards as 10/100 Base T - 2
Model A1/A2 :- FE/GE (10/100/1000 Base T ) No. and 1000 Base T -2 No.
20 Electrical interface is not acceptable.

Page 4 of 36
In respect of B1 Type
Switches FE/GE (
BSNl has currently Specified the requirements of 10/100/1000 Base T )
10/100/1000 interfaces 10 No's.But involvement of 10*1G Electrical Interfaces while
(B) MPLS- testing for full load condition
will increase total crossconnect capacity above 40G (
TP based Technica
including all specified interfaces) as we need to ensure non- 50% interfaces shall be
Switch l
blocking matrix. We strongly feel above requriements are considered as 100 Base T
Technical Require and balance 50% interfaces
3 (Part B) restrictive in nature and only bidders who have these
Requiremen ment
interfaces on a single card can comply and offer. In order shall be considered as 1000
ts: (Sr.No
to have a wider participation we request BSNL accept an Base T, accordingly the full
.3)
option of offering these inetrfaces on two differnt cards as load condition will be
10/100 5 No's and 1000 as 5 No's . Request BSNL to tested.The option of offering
(B) MPLS-TP based Switch Technical Kindly Confirm and modify the SOR accordingly these interfaces on 2 different
Requirements: cards as 10/100 Base T -5
Model B1 :- FE/GE (10/100/1000 Base T ) Nos. and 1000 Base T- 5
21 Electrical interface Nos. is not acceptable.

In respect of B2 Type
Switches FE/GE (
BSNl has currently Specified the requirements of 10/100/1000 Base T )
10/100/1000 interfaces 20 No's.But involvement of 20*1G Electrical Interfaces while
(B) MPLS-
will increase total crossconnect capacity above 80G ( testing for full load condition
TP based Technica
including all specified interfaces) as we need to ensure non- 50% interfaces shall be
Switch l
blocking matrix. We strongly feel above requriements are considered as 100 Base T
Technical Require
3 (Part B) restrictive in nature and only bidders who have these and balance 50% interfaces
Requiremen ment
interfaces on a single card can comply and offer. In order shall be considered as 1000
ts: (Sr.No
to have a wider participation we request BSNL accept an Base T, accordingly the full
.4)
option of offering these inetrfaces on two differnt cards as load condition will be tested.
10/100 : 10 No's and 1000 as 10 No's . Request BSNL to The option of offering these
(B) MPLS-TP based Switch Technical Kindly Confirm and modify the SOR accordingly interfaces on 2 different cards
Requirements: as 10/100 Base T - 10 Nos.
Model B2 :- FE/GE (10/100/1000 Base T ) and 1000 Base T -10 Nos. is
22 Electrical interface not acceptable.
Requirement of E1 interfaces on high capacity box of 80G
(B) MPLS-
will under-utlize slot capacity. Normally such kind of
TP based Technica interfaces are not required on HUB sites. However to carry
Switch l
E1 traffic from one Access node to another via B2 (80G)
3 (Part B) Technical Require site BSNL can use CES option on MPLS-TP. We would
Requiremen ment
also like to highlt that once BSNL has planned an evolution
ts: (Sr.No
.4) (B) MPLS-TP based Switch Technical to MPLS-TP based network the legacy interfaces can be
Requirements: avoided on hub nodes . Hence request BSNL to drop the
specified E1 interfaces on B2 Model.
23 Model B2 :- E1 interface As per Tender
Requirement of STM-1 interfaces on high capacity box of
(B) MPLS-
80G will under-utlize slot capacity. Normally such kind of
TP based Technica interfaces are required less in Number on HUB sites. We
Switch l
would also like to highlt that once BSNL has planned an
3 (Part B) Technical Require evolution to MPLS-TP based network the SDH interfaces
Requiremen ment can be reduced on hub nodes . Hence request BSNL to
ts: (Sr.No
.4) (B) MPLS-TP based Switch Technical reduce the specified STM-1 interfaces on B2 Model. We
Requirements: Strongly feel 2 No's of STM-1 interfaces would be
sufficient. Request BSNL to kindly confirm the same.
24 Model B2 :- STM-1 interface As per Tender

Page 5 of 36
The equipment shall support the bridging As per Tender, please refer
MPLS-TP equipments don't support this functionality,
3 (Part C) 10 10(III) 10(III) functionality between MPLS-TP and IP- Main Clause 10. in this
Request you to remove this requirement from tender.
25 MPLS domains. section.
UPS system shall be SNMP v 2 or higher We understand SNMP requirement is related to NMS not
3 (Part C) 21 21.6
26 compliant. UPS, Pls clarify Consider as deleted

The eMS shall be IPv4 & IPv6 enabled, the We understand that NMS should support IPV4 & IPV6
IPv4 & IPv6 capability shall be at all levels either through NATing or by other means. So that eMS
3 (Part C) 22 22.1 22.1.14 viz., OS, Hardware, eMS application and application and should be able to handle the FCAPS with
should be able to handle the FCAPS with IPv4 &IPv6 functionalities. Pls clarify
27 IPv4 &IPv6 functionalities. As per Tender

22.2.4 There shall be near zero downtime


during any changeover of resources of eMS Genrally Manual Switchover takes 15-20 minutes of time,
3 (Part C) 22 22.2 22.2.4 application due to any single component Our recommendation is to change 10minutes of manual
failure at DC and a maximum of 10 minutes switching time to 15-20 minutes.
failure in case of failover or manual Max of 10 Min may be read
28 switchover from DC to DR site as Max of 15 mins
22.2.6 The eMS application switch over time
Our recommendation is to change 10minutes of switching
3 (Part C) 22 22.2 22.2.6 between DC to DR shall not be more than 10 10 min in the clause may be
time to 15-20 minutes.
29 Minutes. read as 15 min.
Requirement is not clear, May we know the details of
The Configuration Management Module
3 (Part C) 22 22.5 22.5.3 "discrete configuration file management" on the Network
shall support discrete configuration
Elements.
30 file management on the Network Elements. As per Tender
In few tenders recently released by BSNL , BSNL has
udpated the defination of Commissioning and have claried
that Commissioning of a network element shall mean its
putting into use, for carrying live traffic or for its intended
use, after functional tests. The date of such putting into use
will be considered for determining the significant date for
5 ( part B) Acceptance Testing (A/T)
purpose of assessment of liquidated damages if any,
determination of commencement date for warranty & AMC
date and qualifying for payment milestone..
We request BSNL to Kindly accept and confirm the above
would also be accepted and applicable for the current
31 Procurement planned against this tender As per Tender
In few tenders recently released by BSNL , BSNL has
incoproarted a New Provision and have defined new
clause for "Limitation of Liability" which states "
The aggregate liability of the supplier under this Tender
shall be limited to 100% (one hundred percent) of the
respective Contract (contemplated by the Tender) Price .
5 ( part B) New Clause Such limitation, however, shall not apply to liability arising
out of (i) breach of Confidentiality or Intellectual Property
related obligations under this Contract (ii) fraudulent or
criminal acts or omissions or willful default". Request
BSNL to Kindly confirm and incorporate the above
provision for this planned procurement also.
32 As per Tender

Page 6 of 36
In the event of any question, dispute or We Would like to draw your kind attention on the
difference arising under this agreement or in provision of the Arbitration Amendment Act 2015
connection there-with (except as to the matters, (Amendment to Section 12), which provides the provision
5 ( part A) 20 20.1 20.1 the decision to which is specifically provided for arbitrator to ensure neutrality of arbitrators. Request
under this agreement), the same shall be BSNL to kindly incorporate the provisions in line with the The provisions of Arbitration
referred to the sole arbitration of the CMD, latest acts and modifiy teh Arbitration provisions Amendment Act 2015 shall
33 BSNL .. accordingly also be applicable
in the current propsoed payment terms for A1 and A2
nodes 90% of payments are linked with Completion of
Validation. We request BSNL to Split the 90% payment
5 ( part B) Table V/ Table VI
milestone to two parts wherein 80% Should be delivered
on Supply of equipment and 10% on Sucessful
34 commissioniong of Validation. As per Tender
As per procurement Manual of BSNL, The eligible bidders
should be Indian Companies registered under company's
The Bidder Company shall be registered & Act 1956 to manufacture the tendered item in India, kindly
incorporated in India under the Companies amend to restrict this tender for telecom companies and to
35 1A 4 4.1 i - Act,1956 discourage traders. As per Tender
In all on going tenders of BSNL, BSNL is exempting
36 1A 5- - - EMD MSME units for tender fee & EMD, Please confirm? As per Tender
As per Our understanding , OEM for the purpose of this
tender means a company who is manufacturing the
equipment or getting it manufactured through contract
manufacturer, based on its own technology, for which it has
the source code, design details and IPR rights. Kindly
37 1A 4 4.1 iii OEM Confrim ? As per Tender

Cabinet committee of economic Affair(CCEA) approves


Procurement quota to M/s ITI Ltd on 01-06-2016 in
procurement made by BSNL,BBNL & MTNL for Finacail
Year 2016-17 & 2017-18, Kindly confirm that :-
1. Resevered quota for ITI applicable in this tender?
38 2 8- - - Award of work 2. if yes, How distribution will be done among the bidders? As per Tender
APO shall be issued for full
quantity as for L1 & L2
quantity distribution and PBG
shall be submitted by the
successful bidders as per
Request you clarify that Performance bank guarntee is to APO which covers both
50% Quantity in Phase-1 & balance 50% be submitted by bidder Phase-1 & Phase-2 separately at Phase-I quantity and Phase-II
39 2 5- - - quantity in phase-1 the time of issuing PO by BSNL? quantity.

Page 7 of 36
In respect of A1 & A2 Type
Switches FE/GE (
10/100/1000 Base T )
Electrical Interfaces while
testing for full load condition
50% interfaces shall be
considered as 100 Base T
and balance 50% interfaces
shall be considered as 1000
Base T, accordingly the full
load condition will be tested.
The minimum requirement for
In the A1/A2 configuration for the required Interface/port Packet Switching Fabric is
The switching fabric plane shall be bidirectional capacity(2 GE + 4 GE+ 4xE1 CEM) exceeds 5G switch specified as 5G and bidders
and non-blocking. The CPAN Switch shall capacity, it becomes around 6.08 G and hence switch quoting for higher capacity of
support a wire speed L2 switching capabilities becomes blocking. Please increase switch fabric capacity Packet Switching Fabric is
40 3B C 5- - under full load conditions. as required . also acceptable.

In respect of B1 & B2 Type


Switches FE/GE (
10/100/1000 Base T )
Electrical Interfaces while
testing for full load condition
50% interfaces shall be
considered as 100 Base T
and balance 50% interfaces
shall be considered as 1000
Base T, accordingly the full
load condition will be tested.
The minimum requirement for
Packet Switching Fabric is
The switching fabric plane shall be bidirectional In the B1/B2 configuration for the required Interface/port specified as 40 & 80G and
and non-blocking. The CPAN Switch shall 40G/80G of respective switch capacity actually it would be bidders quoting for higher
support a wire speed L2 switching capabilities approx 41/82G respectively to become switch non- capacity of Packet Switching
41 3B C 5- - under full load conditions. blocking, so please increase switch fabric as required. Fabric is also acceptable.

The parameters of A1 & A2 Type Switches will Please confirm the number of MAC
be as per TEC GR No. TEC/GR/TX/CEN- addresses/LSP/PW/VPLS entries to be supported as per
003/02/SEP-13- MPLS-TP Based CEN Switch Type-1 ofTEC GR, TEC/GR/TX/CEN-003/02/SEP-13. Yes, as per Type-I of TEC
42 3B C 13 - - for Access Network Type-I Switches. GR
If only a single module is mounted on the
chassis for the support of any services ( GE
optical, FE/GE Electrical , E1 & STM-1 ) on the
customer interface, then provision for 10%
spare service module shall be made by the We understand this clause is applicable for B1 and B2
43 3B C 17 - - bidder free of cost. configuration only. Please confirm. As per Tender

Wherever the redundant interface(s) have been


asked, the same shall be provided using Please specify what are the interfaces that need to be
interface(s) on different cards mounted in considered as redundant.Is this applicable only for Uplink
44 3B C 18 - - different physical slots of chassis. interfaces or even client interfaces. As per Tender

Page 8 of 36
Type -A1 Switch with
Type A1 Switch (without interface cards) with In this configuration, there are no separate cards for interface card as part of
control module, switching module, power switch/controller/interfaces etc., these all can be part of the single card that also has
supply module etc including License of all single card that also has switch fabric. Requested to switch fabric is also
45 3C SoR 1 1- additional services for all type interface cards. confirm. acceptable.
Type -A2 Switch with
Type A2 Switch (without interface cards) with In this configuration, there are no separate cards for interface card as part of
control module, switching module, power switch/controller/interfaces etc., these all can be part of the single card that also has
supply module etc including License of all single card that also has switch fabric. Requested to switch fabric is also
46 3C SoR 1 2- additional services for all type interface cards. confirm. acceptable.

MPLS-TP based Switch Technical We understand the reference standard for circuit emulation
47 3B B - - - Requirements, table for different configuration. is as per MEF-8, please confirm. As per TEC GR

Please confirm that the interface count mentioned in this


MPLS-TP based Switch Technical table (for various interfaces like 10GE, GE,FE/GE,STM-
48 3B B - - - Requirements, table for different configuration. 1,E1) includes interfaces required for redundancy. As per Tender
Please clarify:
1-Site Survey is not covered in this scope of work.
2-Kindly let us know whethere site survey will be Site Survey shall also be
conducted by BSNL and necessary details will be shared successful bidder's
to us for I& C of Equipments at site.We need site details in responsibility to identity the
Installation and commissioning of B1& B2 type advance to arrive at the cost and also need clarity on any DC power cable length upto
switches by the supplier and also Validation civil works to be done. DCDB and also the actual
Testing of MPLS-TP Switches A1, A2, B1 & B2 3- Also we would like to know the test cases covered in requirement in respect of B1
49 3A B b - - Type. Validation testing. and B2 Type Switches.

1) Yes, power cable from


power plant will be
terminated by BSNL and from
DCDB to B1 /B2 Switches will
be terminated by bidder.
The average length of the
Please clarify: power cable required from
1) as per our understanding, Power cable from power DCDB to equipment rack will
plant to DCDB will be terminate by BSNL and DCDB to be 30 m.
B1/B2 switch will be terminate by bidder, please specify (2) Data Cable required is 20
average length of the power cables required from DCDB m (average).
All cabling and installation work in respect of to equipment rack ? (3) Yes earthing will be
B1 & B2 Type shall be carried out by the 2) length of Data Cable required from Our Equipment to provided by BSNL and bidder
selected bidder which includes electrical wiring router. shall have to extend from
starting from power plant/ DCDB, optical and 3) Whether Earthing will be provided by BSNL to from earthing point in the same
50 3A B c - - data caballing etc. Earth Pit to Rack. transmission room/ DCDB.
Supply of EMS (NOC/ DR NOC) for
management of MPLS-TP Switches of A1, A2,
B1 & B2 Types centrally on zonal basis and its
installation and commissioning including As per TEC GR/ Tender
51 3A B e - - Validation Testing by the supplier Please clarify the test cases covered in Validation testing. requirement.
Delivery of the goods and documents shall be
made by the supplier in accordance with the
terms specified by the purchaser in its schedule In respect of B1 & B2 Type
of requirements and special conditions of Switches the transportation
contracts, and the goods shall remain at the from ultimate consignee store
risk of the supplier until delivery has been to respective installation
completed. The delivery of the equipment shall Please clarify shipment responsibility of equipment from station shall be the
be to the ultimate consignee as given in the ultimate consignee store to respective installation responsibility of successful
52 5A 6 6.1 - - purchase order. location. bidders.

Page 9 of 36
Delay by the Supplier in the performance of its BSNL shall be responsible to
delivery obligations shall render the Supplier provide fibre, if any civil
liable to any or all of the following sanctions: works required, permissions
(a) forfeiture of its performance security, etc. accordingly if there is
(b) imposition of liquidated damages, and/ or Please clarify, In case if delay is caused due to issues like delay due to BSNL reasons,
(c) Short closure of the contract in part or full , fiber laying , civil works , permissions etc. then supplier the bidder shall not be
53 5A 15 15.2 - - and/ or termination of the contract for default. shouldn't be held responcible for delay. responsible.

If the supplier fails to restore the fault within the


time limit specified in clause18 above,
following penalties shall be applicable Severity
Level Penalty per hour of delay/Per node/per
occasion
1A Rs.10,000/-
1B Rs.8,000/-
1C Rs.5,000/-
2A Rs.4,000/-
2B Rs.2,000/-
(Delay shall be counted in steps of one hour). If delay is caused due to customer response , permissions
54 5C 19 19.1 - - etc. then panelty should not be applicable.Please clarify. Yes agreed

As per our understanding, neither QF-103 Form from BSNL


QA to be obtained nor any check of avaialbility of product
for participating the said tender. We are proud of our
domestic certification processes like TSC (from TEC) and
TSEC (from BSNL QA) which are respected not only within
Indian private operators but also respected in neighbouring
countries like Bangaladesh, Sri Lanka & Malysia etc. for
their quality process and certification validity. We are
removing such established processes to control quality of
product from this tender. This will incraese chance of non
serious bidders to participate in this tender without any
check point and joepardising the project execution. We
firmly believe and recommend to BSNL to have some
check point of product avaialbility as per tender
Type Approval Certificate given by Telecom specification. We request to kindly make mandatory for
Engineering Centre (TEC)/ TSEC issued by the TSEC & TEC aproval before supply of the equipment and
Quality Assurance Circle of BSNL or proof of bidder has to obtaion QF-103 to participate in this tender.
having applied for TSEC (Copy of Form QF This will be as per set processes and standards for BSNL
55 4A 10 10.1 b - 103 be attached procurement processes for Carrier Grade products. As per Tender

Page 10 of 36
The bidder shall have Consortium/Teaming
agreement with each of the OEM partners
(including data base vendor) individually, to
ensure that respective product support for
implementation, operations, maintenance, We are supplying third party hardware and relevent
spares and upgrades is available to BSNL for a software along with our equipment and EMS software
minimum period of 8 years from the date of since long, have not counter any service issue from
commissioning the product/service. The copies Reputed server OEMs. EMS Server OEM and data base
of the actual Teaming Agreement between the software OEMs and its channel Partner are not ready to
bidder and each of the partner companies shall enter in teaming agreement and support certificate for 8
have to be submitted along with the Technical years for such small quantities as asked in tender.
bid. All such agreements shall be signed by the However if Hardware/Software related problem will come,
respective authorized signatories of the bidder will responsible for all third party hardware and
concerned companies. Format of consortium/ software for smooth functiong and meeting SLA during
Teaming agreement is at Annexure-A1/A2 of warranty and AMC, Kindly delete this requirement and
56 4B 4 4.3 - Section 10. confirm. As per Tender
We are supplying third party hardware and relevent
software along with our equipment and EMS software
since long, have not counter any service issue from
Reputed server OEMs. EMS Server OEM and data base
software OEMs and its channel Partner are not ready to
Support Certificate: Each of the OEM partners enter in teaming agreement and support certificate for 8
shall also certify direct support of its respective years for such small quantities as asked in tender.
products supplied to bidder and BSNL for a However if Hardware/Software related problem will come,
period of 8 years from the date of bidder will responsible for all third party hardware and
commissioning, giving a clear road map, as per software for smooth functiong and meeting SLA during
Annexure C of Section 10of the tender warranty and AMC, Kindly delete this requirement and
57 4B 4 4.4 - document confirm. As per Tender
As per our understanding , bidder will supply the
equipment to consignee store as mentioned in PO and will
take material receipt for claiming delivery linked payment.
BSNL Consignee again will issue the material to bidder for
installation and commissiong as per site requirement,
58 5B 24 - Storage of equipment kindly confirm. As per Tender
Over a period of three years starting from the
date of final acceptance, the supplier shall
supply, at its own cost, all necessary spares
which have not been included in the offer as We understand that during hardware faults on field BSNL
part of the requirement. These spares should will procure spares for immediate replacement of the card
be supplied within a maximum period of 30 onsite and restoration of services and can later apply the
days from the notification by the purchaser of failed card for Repair and Return under warranty/AMC
59 5A 9 9.2 its need contract as per agreed Turn around Time. Kindly confirm. As per Tender

Page 11 of 36
As per our understanding, bulk supplies are to made
without inspection and testing of BSNL QA and no
inspection certificate is required to be submitted for
payment.This is another violation of the standard BSNL QA
practice. Bidder may get inspected good quality of
equipment/accessorries and supply inferior quality without
considering any standarisation for quality of product. This
not only will control the quality of product but also will
ensure Infrastructe avaialble with bidder/OEMs to support
in future. Due to this kind of relaxation, OEM do not have
any infrastructure in country will team with trader without
establising any infrastructure for manufacturing or for
support. This facilitates just delivery of equipment for the
one contract and run away. Repair and maintenance will be
a perennial problem for BSNL of these critical equipment.
We strogly recommend that equipment should be supplied
Equipment shall be supplied accompanied duly tested by BSNL QA. Please confirm the BSNL QA
60 5B 8 8.1 with factory test report/certificate processes shall be applied for bulk supply of the products. As per Tender
BSNL has well specified time line for submission of
validation Test schedule by bidder and finalisation by
BSNL. But timelines for actual commencement of
validation tests and date for completion of validation is
missing. We request BSNL to Specify commencement and
completion time lines of valdation testing by bidder and
61 5B 8 8.5 Validation testing BSNL . As per Tender

In case a bid is submitted by bidder in


consortium with the OEM of MPLS-TP
equipments, both, the bidder as well as OEM of
MPLS-TP equipments i.e. Consortium partner
shall have to furnish separate Performance
Bank Guarantees (PBGs), each for an amount In case of bidder and OEM is same compaany, please Please refer Clause No. 40.2
62 5B 40 40.3 equal to 2.5% of the value of Purchase Order. confirm that this clause is not applicable. of Section 5 part B.
We understand that installation and commissioning of
equipment and A/T is to be completed Node wise, we
request to replace network to node in all milestones in the
tables where the milestoen is relevant to node. Example
like After installation and commissioning of EMS and 50% The word in this clause
commisioning of nodes of a consignee including inventory "network" may be read as
63 5B 21 Table-1 to Table-VI handover. "nodes" integrated with EMS".
Most of the nightmare through Traders participated in
BSNL Tender without any infrastructure in india and they
never neither set up repair centre not technical support
ending with no services to BSNL for supplied equipment,
they are many cases in BSNL where modules/cards are
exported for repair and takes 3-4 months time. As MPLS
TP is emerging technology and will continue for many
years now. we request BSNL to allow participate in the
tender who are already established Technical
support/repair centre in India and currently not exporting
64 5B 16 Technical Support Centre/Repair Centre cards for repair As per Tender
The prices of each individual item shall form
part of financial Bid and the total price for
evaluation shall be the quoted price excluding
AMC + NPV of the AMC of 7 years discounted As per our understanding, the total price for evalution shall
65 5B 18 18.2 iii @ 12% per year. be quoted price including AMC of 7 year, please confirm? As per Tender

Page 12 of 36
As per CEN access switch GR-
TEC/GR/TX/CEN-003/02/SEP-13.
It shall support minimum 16 E1 and/or 1 STM-1
GR-Page No- ports Circuit Emulation Services over MPLS as Tender required only E1 as circuit emulation, no need to
66 21 Part-1 6 11 1 per PWE3 standard. support ATM, please confirm. Yes please.

Circuit Emulation: The equipment shall support As per our understanding in configurations B1 equipment
E1/STM-1 circuit emulation mechanism if need to support channelized circuit emulation for every The equipment shall support
asked for by the user. However, circuit STM-1 interface means equipment need to support 4*63 = E1/ STM-1 circuit emulation
GR-Page No- emulation service shall be restricted to Type-I, 252 plus 32E1's so total 284 circuit emulation channels. and other requirements as
67 24 Part-1 6 11 - Type-II and Type-III equipment. Please confirm. per TEC GR.

Circuit Emulation: The equipment shall support As per our understanding in configurations B1 equipment
E1/STM-1 circuit emulation mechanism if need to support channelized circuit emulation for every The equipment shall support
asked for by the user. However, circuit STM-1 interface means equipment need to support 8*63 = E1/ STM-1 circuit emulation
GR-Page No- emulation service shall be restricted to Type-I, 504 plus 32E1's so total 536 circuit emulation channels. and other requirements as
68 24 Part-1 6 11 - Type-II and Type-III equipment. Please confirm. per TEC GR.

The equipment shall support phase and timing The recommended GR-TEC/GR/TX/CEN-004/02/SEP-13
synchronization as per IEEE 1588v2. It shall is asking for 1588v2 but tender does not explicitly specify
GR-Page No- provide transparent tunneling of IEEE 1588v2 type of 1588v2 support required. Requested to confirm the
69 25 Part-1 6 12 1 packets. type of IEEE 1588v2 implementation required. As per TEC GR

As per GR-TEC/GR/TX/CEN-004/02/SEP-13 clause 6.12.1


of part-1 as saying transparent tunneling of IEEE 1588v2
but against this clause saying timing extraction of protocol
based on IEEE 1588v2.

So request you please confirm which option 1 or 2 fullfil


your requirement as mention below.
1-Should switch devices transparently tunnel 1588v2
packets.
GR-Page No- It shall support timing extraction protocol based 2-Or it should terminate 1588v2 packets and extract timing.
70 25 Part-1 6 12 4 on IEEE 1588v2. As per TEC GR
The equipment shall support phase and timing
synchronization as per IEEE 1588v2. It shall
GR-Page No- provide transparent tunneling of IEEE 1588v2 Please confirm 1588v2 support required only on
71 25 Part-1 6 12 1 packets. GE(optical) ports. As per TEC GR
In case BSNL is not able to
The total installation & commissioning period provide Fibre routes within
In case the Fibre routes are not made available within the
for B1& B2 Type MPLS-TP equipment under the 10 months then
stipulated 10 months time from the Issue of PO , it may be
Purchase Order (P.O.) will be Ten (10) months equipment will be taken over
72 2 6.1 required to consider that the equipments are taken over by
from the date of issue of P.O subject to by the BSNL and balance 30
BSNL and 90% ( 60%+ 30% ) payments are made at the
availability of fibre & route by the concerned % payment of the equipment
end of 10 months. Kindly confirm.
Circle portion will be made by
BSNL.
The authorised signatory for signing the bid need not be
Attestation of the specimen signatures of
the authorised signatory of the company for banking
authorized signatory by the Companys/ firms
purpose . Hence signature attestation by the bankers may
bankers shall be furnished. Name, designation,
4 Part A 14.3 d be deleted. Signature of the signing authority of the bid can
Phone number, mobile number, email address
be attested by the Board member of the comapny in the
and postal address of the authorized signatory
Power of Attorney document duly notorised by the Notory
shall be provided
public as done in all other BSNL tenders. Kindly confirm.
73 Yes, please.
Validation is a long drawn process and the whole payment
After successful installation and commissioning
can be stuck inspite of successful Installation and
74 5 Part B 21.1.A Table I 3 of balance network including successful
Commissioning. Hence it is requested to de link validation
completion Validation
from this payment milestone. As per Tender

Page 13 of 36
Validation is a long drawn process and the whole payment
After successful installation and commissioning
can be stuck inspite of successful Installation and
5 Part B 21.1.A Table III 3 of balance network including successful
Commissioning. Hence it is requested to de link validation
completion Validation
75 from this payment milestone. As per Tender
At the time of delivery of the equipment and
We request BSNL to de link Validation from this delivery
76 5 Part B 21.1.A Table V 1 successful completion of Validation (A1 & A2
milestone
MPLS-TP Switches) As per Tender
At the time of delivery of the equipment and
We request BSNL to de link Validation from this delivery
5 Part B 21.1.A Table VI 1 successful completion of Validation (A1 & A2
milestone
77 MPLS-TP Switches) As per Tender
Customs duty already paid directly by BSNL
shall be deducted in full from the first payment From this clause it is implied that BSNL would be paying
78 5 Part B 21.4
due to the Supplier, subsequent to the payment Customs duty. Kindly confirm.
of customs duty As per Tender
Any withholding tax on the interest payment
5 Part B 21.6 shall be determined in accordance with the Kindly elaborate.
79 Applicable Laws As per Tender
Commercial use of the network implies that the supplies
Commercial Use: The Purchaser reserves the
and services are delivered correctly and are meeting the
right to commercially use the installed
requirements of the customer. There is a possibility that
Equipments. Such commercial utilization of the
BSNL may delay payments linked to validation etc unduly
network shall not entail the Supplier to claim
inspite of the fact the delivered network is performing well.
deemed completion of otherwise incomplete
80 5 Part B 23 There is no mechanism such as fixing the completion of
obligations under the terms and conditions of
validation within a fixed period( say 1 month from
this Contract and shall not relieve the Supplier
commercial utilisation of the network) in the tender to take
of the liability under the relevant clauses of
care of the interests of the supplier. Hence we feel
liquidated damages arising out of such non-
commercial use has to be done only after commissioning
completion/delay
milestone.
As per Tender
(B) MPLS-
BSNL is requested to clarify whether the provided interface
TP based
quantity is to be used from day-1 or there is some buffer for
Switch
3 Part B future expansion. As with these number of ports the whole
Technical
switching capacity will be exhausted.
Requiremen
81 ts: As per Tender
(B) MPLS- FE/GE (10/100/1000 Base T ) Electrical
We understand that FE/GE (10/100/1000 Base T )
TP based interface
electrical interface referes to GE electrical interface with
Switch
82 3 Part B auto negotiation cabability i.e. GE Electrical port can be
Technical
also configured as FE electrical.
Requiremen
BSNL is requested to confirm the same.
ts: Yes, please.

Page 14 of 36
In respect of B1 & B2 Type
As per the interfaces and switching capacities asked by Switches FE/GE (
BSNL in the tender, the B1&B2 type do not satisfy this 10/100/1000 Base T )
clause for wire speed swiching. Electrical Interfaces while
For example, B1 switch capacity is 40G, but the total testing for full load condition
access capacity is 50% interfaces shall be
The switching fabric plane shall be bidirectional considered as 100 Base T
2*10G+10*GE+10*FE/GE+32*2M+4*155.52M=40.686G>4
and non-blocking. The CPAN Switch shall and balance 50% interfaces
3 Part B C 5 0G, so B1 must have more switching capacity than 40G
support a wire speed L2 switching capabilities shall be considered as 1000
to satisfy wire speed. Similarly B2 also need more
under full load conditions. Base T, accordingly the full
switching capacity than 80G.
load condition will be tested.
Hence we request BSNL to increase the minimum B1 The minimum requirement for
switch capacity to 50G and B2 switch capacity minimum Packet Switching Fabric is
100G for considering future traffic. specified as 40 & 80G and
bidders quoting for higher
capacity of Packet Switching
83 Fabric is also acceptable.
17. If only a single module is mounted on the
chassis for the support of any services ( GE
optical, FE/GE Electrical , E1 & STM-1 ) on the
We understand that only redundancy for 10GE interface
customer interface, then provision for 10%
card is mandatory with 5% spares and for other interface
spare service module shall be made by the
84 3 Part B C 17, 18 cards(GE/FE/STM-1/E1) redundancy is not required
bidder free of cost.
instead vendor shall quote 10% spares for GE/FE/STM-
18. Wherever the redundant interface(s) have
1/E1 interface cards.
been asked, the same shall be provided using
interface(s) on different cards mounted in
different physical slots of chassis.
As per Tender
The frequency required shall not be less than 15 minutes,
The performance module shall poll the network
but the frequency of polling require 5 minutes or 10
elements of frequency not less than 15 minutes
minutes but not 20 minutes. The two requirements are
4 Part B C 22.7 22.7.8 in case of storing the same as historical data
contradictory. As we understand, the frequency of polling
i.e., frequency of polling can be 5 minutes or 10
should be less than 15 minutes. Kindly request BSNL to Yes the polling should be less
minutes but not 20 minutes.
85 clarify. than 15 minutes.
As per the figure 4G has also been mentioned for the
GSM/3G may be read as
services to be implemented but scope of work and
86 5 part B figure 1 GSM/3G /4G in scope of
technical requirements only include GSM/3G, Broadband,
work and technical
NGN, WiFi, Enterprise customers. Kindly confirm.
requirements.
Kindly clarify B1/B2 type shall be uplink to which type of
equipments, router or PTN. Also please confirm where is
5 part B figure 1
the RNC, BSC and aGW location,will they connect to This shall be as per the
87 B1/B2 directly or through routers. network requirement.

Subject: Undertaking/Certificate from OEM of BSNL is requested to allow the undertaking from the
server, Operation System(OS) and Application Application Software OEM that their application software is
88 10 Annexure E
software for commercially in operation for at compatible to the quoted server and OS instead of
least one year. undertaking from each OEM.
As per Tender
Teaming 5. OEM/SSP has to give a Certificate of
Annexure We understand that Certificate of Satisfaction refers to
10 Agreeme 5 Satisfaction with respect to all the parameters
A2 Sizing Certificate. Kindly confirm.
nt concerning sizing and performance.
89 As per Tender
Teaming
Annexure We understand that separate teaming agreement shall be
90 10 Agreeme 5 General
A2 submitted for all OEMs. Kindly confirm.
nt
As per Tender

Page 15 of 36
All reports generated in eMS shall have the
facility to be stored in local machine of the user
Kindly request BSNL to remove GR/NMS-01/02 MAY07 for
Exported in various standard formats as
FCAPS as FCAPS functions have already been covered
3 Part B 22 22.1 22.1.23 required. eMS should be as per
under the tender document and TEC/GR/SW/EMS-001/ 02/
TEC/GR/SW/EMS-001/ 02/ NOV-09. The eMS
NOV-09 for compliance.
shall support FCAPS as per GR/NMS-01/02
MAY07 and as per latest amendment, if any.
91 As per Tender

Provided, also that if the Contract is terminated


under this clause, the Purchaser shall be at
liberty to take over from the Supplier at a price
to be fixed by the Purchaser, which shall be
final, all unused, undamaged and acceptable
materials, bought out components and stores in If the Contract is Terminated, Purchaser will be at liberty to
92 5 Part A 17 17.2 course of manufacture which may be in take goods from Supplier but the price should be mutually
possession of the Supplier at the time of such decided.
termination or such portion thereof as the
Purchaser may deem fit, except such materials,
bought out components and stores as the
Supplier may with the concurrence of the
Purchaser elect to retain.
As per Tender
It is agreed that Arbitration shall be as per Arbitration &
Annexure of The provisions of Arbitration
5C 26 Disputes & Arbitration Conciliation Act, but Arbitrator shall be mutually appointed
Secrtion 5C Amendment Act 2015 shall
& he should not be BSNL official.
93 also be applicable
Set off shall be under same contract and not inter linked
94 5 Part A 21 SET OFF
with other contracts. As per Tender

Installation and commissioning of B1& B2 type The Revised Price Schedule


In the SECTION-9 Part-B (PS-1 to PS-4) Price Schedule,
switches by the supplier and also Validation PS(1-2) includes installation
3 Part A B b there is not any service price line item of these euipment.
Testing of MPLS-TP Switches A1, A2, B1 & B2 and commissioning services
Please clarify.
Type is in the scope of supplier price line item for the
95 equipment B1, B2 & EMS .
Supply of EMS (NOC/ DR NOC) for
The Revised Price Schedule
management of MPLS-TP Switches of A1, A2, In the SECTION-9 Part-B (PS-1 to PS-4) Price Schedule,
PS(1-2) includes installation
96 3 Part A B e B1 & B2 Types centrally on zonal basis and its there is not any service price line item of these euipment.
and commissioning services
installation and commissioning including Please clarify.
price line item for the
Validation Testing by the supplier.
equipment B1, B2 & EMS .
Installation and commissioning of A1& A2 type As mentioned I&C done by BSNL, so BSNL is responsible
3 Part A B d
switches by BSNL. to carry out Acceptance Testing as well. Please confirm.
97 Yes,please
As mentioned I&C is done by BSNL so delivery of A1 and
Installation and commissioning of A1& A2 type
98 3 Part A B d A2 type switeches to sites will be done BSNL only. Please
switches by BSNL.
confirm. Yes,please
O&M of the EMS system for 8 years after As mentioned O&M of 8 Years, that means 7 years AMC
3 Part A B f
99 commissioning and one year warranty, please cofirm. Yes,please

Page 16 of 36
Annexure of
Section- 5C
ANNUAL
MAINTENA
If any
NE
No equipment / unit would be allowed to be card/Unit/module/equipment
CONTRACT If any card/Unit/module/equipment got burnt at site, then
declared as RNP (Repair Not Possible) by the got burnt/physical damage at
AGREEME burnt card/Unit/module/equipment shall not be included in
100 5C 21 supplier. All the faulty equipments / units have site, then burnt /physical
NT FOR RNP and should not be replaced by supplier FOC, please
to either repaired or replace at no additional damage
MPLS-TP confirm.
cost to BSNL/free of cost. card/Unit/module/equipment
based
shall be included in RNP.
CPAN
Switches &
EMS
Equipment

AC Input
Technical The standard operating input voltage of single phase UPS
Single operatin
requirement shall be 180-300V at 100% load & 100-300 at 50% load.
101 2 phase A) g range 170V-270V
of UPS Please allow us to offer UPS with standard input voltage
output &
system range
freqency
As per Tender
single
Technical 12V Mono block batteries is not available TESEC/TEC
phase &
requirement 2) Only TSEC/TEC Approved batteries shall be approved. Please clarify whether we should offer only 2V
102 2 Three B-5 Battery
of UPS accepted TSEC approved batteries OR 12V Mono block is aslo
phase As per specifications in
system acceptable.
output tender
single
Technical Battery
phase &
requirement monitori Battery temperature compesation are not available for
103 2 Three B-7 iii) Battery temperature compensation
of UPS ng higher back up UPS.
phase As per specifications in
system system
output tender
single
Technical Standard UPS of the rating up to 10KVA is not available
phase & Manual Manual transfer switch shall be capable
requirement with manual bypass swich. Please allow us to offer the
104 2 Three B-19 transfer of110% load of rated capacity to transfer the
of UPS UPS without manual bypass swich OR external manual
phase switch load at input supply. As per specifications in
system bypass switch.
output tender
single
technical UPS shall be capable of taking 105% for 1hour
phase & UPS shall be capable of taking 110% for 1hour of rated
requirement & 110% for 30 minutes of its rated capacity.
105 2 Three B-20 Overload capacity at .7PF load. Incase of excessive overload or
of UPS Incase of excessive overload or short circuit,
phase short circuit, inveter shall trip. As per specifications in
system inveter shall trip
output tender
single
Technical
phase &
requirement AC output current shall not be available however %age
106 2 Three B-24 Metering ii) AC output current
of UPS loading KVA/KW shall be avilable.
phase As per specifications in
system
output tender
single
phase &
Battery current shall not be displayed however %age
107 2 Three B-24 vi) Battery current charge discharge
capacity of battery shall be displayed.
phase As per specifications in
output tender

Page 17 of 36
single Function
phase & al alarm
108 2 Three B-26 & A)Fuctional indication: Charger On/Float boost Float/Boost charge indication shall not be available
phase Indicatio As per specifications in
output n tender
single Function
Technical
phase & al alarm
requirement B) Alarm indication: 2) Charger FR/FC fail 7) B) Alarm indication: 2) Charger FR/FC fail 7) temperature
109 2 Three B-26 &
of UPS temperature sensor fail sensor fail Not available
phase Indicatio As per specifications in
system
output n tender
single
Technical
phase & Every alarm shall be accomanied with an audio Every alarm shall be accompanied with an audio alarm.
requirement Audio
110 2 Three B-27 alarm with non locking type key or push button Only non critical alarm can be reset with non locking type
of UPS Alarm
phase having audio cut off facility key or push button having audio cut off facility As per specifications in
system
output tender
The eMS shall be configured with a common
external storage of capacity to store at least We understand that there is no requirement for SAN
111 3 Part B C 22 22.2 22.2.1
one years of fault and performance data and storage and SAN Switch for this tender. Please confirm.
any all relevant data As per Tender
Expansions: The power cable shall be
completely wired up to the full rack / sub-rack
capacity as per actual provision in the
racks/sub racks so that the expansions to the Kindly confirm whether A1, A2, B1, B2 shall be configured
112 3 Part B C 11
rack/sub racks ultimate capacity are possible with rack.
by simply adding modules. If BSNL go for
expansion in the future, power cable shall not
be procured. As per Tender
(A) Please confirm what average length can be taken for
below interfaces: (A)
i) E1 cable i) 20m (avg)
E1 interfaces for A1/A2/B1/B2
113 3 Part B (B) - - - Ii) Power cable (from DCDB to rack) ii) 30m (avg)
STM-1 for B1/B2
iii) STM1 optical cable (from FDF to rack) iii) 20m (avg)
(B) Please confirm the the STM1 optical interface type, (B) The STM1 optical
whether it is S1.1, L1.1 or L1.2. interface type is L1.1
SNMP is too simple to be used for NMS based
configuration/ provisioning network. We request BSNL to
make it more general and allow other management
114 3 Part B 19 - - - All devices shall support SNMPv3.
interface like ITU-T Qx.
Please confirm if our understanding is correct and other
interfaces like ITU-T Qx is allowed. As per Tender
16. The uplink and downlink 10Gbps ports in
B1 & B2 Type Switches shall be distributed in
We understand that different type of interfaces like 1GE or
minimum two different cards.
10GE optical or GE electrical or STM1 or E1 can be
17. If only a single module is mounted on the supported on one card.
115 3 Part B 16 & 17 - - - chassis for the support of any services ( GE But if one type of interface is supported only on one card,
optical, FE/GE Electrical , E1 & STM-1 ) on the
then 10% extra needs to be provisioned.
customer interface, then provision for 10%
Please confirm if our understanding is correct.
spare service module shall be made by the
bidder free of cost. As per Tender
In the SOR table there is no requirements for rack/PDP, we
understand that same has to be provided by the vendor as
part of their supply suiting to their system requirements.
116 3 Part C SOR - - - N/A
Please confirm.

Yes, please.

Page 18 of 36
The A1 and A2 type boxes would be small and will not
come in standard 19inch configuration. Also esthetically
these boxes would be placed on table and hence need to
117 3 Part C SOR - - - N/A
be small in size. Vendors can give boxes with different
sizes like A4/A3 etc. Please confirm if our understanding is
correct As per Tender
In the SOR table there is no requirements for optical patch
cord/clock cable/ power cable etc. We understand that
118 3 Part C SOR - - - N/A
same needs to be provided as part of system supply and
as per the number of interfaces asked in the tender.
Yes, please.
22. eMS Specification: CPAN EMS uses GUI based operation to operate the
22.1.8 The eMS shall be able to reload the network, and it is not command line based. In GUI there is
119 3 Part C C 22 22.1 22.1.8 command into the GUI or execute the no reloading of the commands. Please confirm that our
previously executed commands from the understanding is correct. Yes, please.
commands history log.
60% payment after supply in case of B1, B2 &
EMS; 30% after commissioning and 10% one We understand that the balance payment of 30% of B1 &
year after commissioning i.e., after one year B2 type switches will not be linked with the integration of
120 2 4 4.1 - - warranty period. Integration of EMS with NMS EMS with NMS of IP-MPLS network. And the 30% balance
of IP-MPLS network of BSNL will form part of payment would be done after AT of these switches.
commissioning. (Details are as per clause 21 Please confirm if our understanding is correct.
Section 5 Part-B)
As per Tender
All cabling and installation work in respect of
B1 & B2 Type shall be carried out by the
We understand that the average length of cables used is
121 3 Part A B c - - selected bidder which includes electrical wiring Power Cable- 30m (avg),
30mtrs. Please confirms if our understanding is correct.
starting from power plant/ DCDB, optical and Data Cable & Patch cords-
data caballing etc. 20m (avg)
The clause mentions O&M for the EMS only which seems
inappropriate if the O&M of other items like CPAN switches
O&M of the EMS system for 8 years after are not included as part of O&M. We further understand
122 3 Part A B f - -
commissioning that all items should be covered for O&M and vendor need
to quote O&M for all the item for 8years.
Please confirm if our understanding is correct.
As per Tender
Comprehensive Annual Maintenance Contract
(AMC) for all equipments including switches We request BSNL to clearly define the scope of word
123 3 Part A B g - -
and EMS for 7 years after one year of warranty "comprehensive AMC" Please refer Section 5C and
period. Annexure of Section 5C.
We request BSNL to let us know the name of the vendor Existing MPLS NMS is HP
(i) Integration of EMS of CPAN Switches
whose IP-MPLS is NMS is deployed. This will help in Open View System of HP
124 3 Part A B i - - with network of BSNL and NMS of IP-MPLS
working with the vendor for the probable integration cost Make. The scope of work is
network.
required. as per Tender Condition

Page 19 of 36
In respect of A1 & A2 Type
Switches FE/GE (
10/100/1000 Base T )
Electrical Interfaces while
As we understand that in A1 and A2 switches, 2x1G testing for full load condition
(optical), 4x1G (electrical) and additional E1 interfaces are 50% interfaces shall be
asked. The packet switching fabric of 5G is not enough to considered as 100 Base T
125 3 Part B B - - - cater the E1 requirement. We suggest to make the packet and balance 50% interfaces
switching fabric requirement as 6G to take care of extra E1 shall be considered as 1000
capacity. Request BSNL inputs and confirmation on the Base T, accordingly the full
same load condition will be tested.
The minimum requirement for
Packet Switching Fabric is
specified as 5G and bidders
quoting for higher capacity of
Packet Switching Fabric is
also acceptable.
OEM - eMS application is for managing the CPAN node
and is not designed for any other network element.
Moreover there is no practical need to monitor the
eMS shall be able to monitor and manage its
126 3 Part B 22 22.1 22.1.22 - hardware of Servers and Storages as these are very
own components of servers, storages etc.,
rugged equipments
We suggest BSNL to relax the clause of monitoring of
hardwares related to Servers and Storages As per Tender
Further, the bidder has to carry out integration
of eMS with the existing NMS of IP-MPLS
network of BSNL on standard interface
(SNMP/JAVA API/ corba/ XML/file interface) at
both DC and DR locations. The IP- MPLS NMS We understand that for EMS and NMS integration,
127 3 Part B 22 22.2 22.2.7 - of BSNL is distributed across two Network TMF814 Corba is allowed. Please confirm that our
Operation Centers (NOC) locations with one of understanding is correct.
them acting as Primary. The Secondary NMS
NOC act as a disaster recovery (D/R) site. The
main NOC is located at Bangalore with DR
NOC at Pune. As per Tender
Details of the NMS of IP-MPLS ( Make, Model & Supplier) Existing MPLS NMS is HP
Integration with EMS of CPAN with Network of are requested in order to have an estimation of the efforts Open View System of HP
128 3 Part A B i - -
BSNL and NMS of IP-MPLS network required for the Integration of the same with EMS of CPAN Make. The scope of work is
switches. as per Tender Condition
Request to re look this clause as 100% repair of the cards If any
No equipment / unit would be allowed to be would not be possible. There would be certain cases card/Unit/module/equipment
declared as RNP (Repair Not Possible) by the related to burning of the cards or due to power got burnt/physical damage at
Annexure of
129 21 - - - supplier. All the faulty equipments / units have fluctuations/site conditions and which may not be possible site, then burnt /physical
Section- 5C
to either repaired or replace at no additional for repair. 4 % of RNP cases should be allowed. Physical damage
cost to BSNL/free of cost. damage and card burn cases should be excluded from this card/Unit/module/equipment
clause. shall be included in RNP.

Page 20 of 36
TEC GR No TEC/GR/TX/CEN-004/02/Sep-13
6.6.1 The Edge CEN Switch shall support
linear protection (Ir l & 1+1) as specified in ITU-
T Rec. 0.8131.i or 0.8131.2 or RFC 6378. the
As we understand that G.8132 is yet not standardized.
equipment shall also support ring protection as
A Serial Secondly, linear protection at LSP & PW is enough for
130 3 Part B - - per the available standard pending finalization
No. 2 protection mechanism. We request BSNL to relax
of 0.8132 by ITU-T or RFC 6378 by IETF. All
complying to G.8132 for ring protection. Please confirm
operator commands (FS, MS,' lockout of
protection) as
specified in the above standards shall be
supported. (Page No. 20)
As per Tender
We understand that multicast as required in these clauses
A Serial TEC GR No TEC/GR/TX/CEN-004/02/Sep-13 needs to be transparently supported.
131 3 Part B - -
No. 2 6.4.9 to 6.4.11: Multicast (Page No. 18) And CPAN equipment should not affect the end to end
multicast services. As per Tender
We understand that multicast as required in these clauses
TEC GR No TEC/GR/TX/CEN-003/02/Sep-13
A Serial needs to be transparently supported.
132 3 Part B - - Clause 6.4.10 to 6.4.13 : Multicast (Page No.
No. 1 And CPAN equipment should not affect the end to end
17)
multicast services. As per Tender

TEC GR No TEC/GR/TX/CEN-003/02/Sep-13
6.6.1 The Edge CEN Switch shall support
linear protection (Ir l & 1+1) as specified in ITU-
T Rec. 0.8131.i or 0.8131.2 or RFC 6378. the
As we understand that G.8132 is yet not standardized.
equipment shall also support ring protection as
A Serial Secondly, linear protection at LSP & PW is enough for
133 3 Part B - - per the available standard pending finalization
No. 1 protection mechanism. We request BSNL to relax
of 0.8132 by ITU-T or RFC 6378 by IETF. All
complying to G.8132 for ring protection. Please confirm
operator commands (FS, MS,' lockout of
protection) as
specified in the above standards shall be
supported. (Page No. 19)
As per Tender
22.1.18 The web server for web access shall
be treated as a separate module of eMS and
shall be hosted on separate server for security
reasons. Web access is not recommended to access eMS and
22.1.18
134 3 Part B 22 22.1 - needs to be done by the eMS clients only. This helps in
& 19
22.1.19 Remote users who are not using eMS better control over the eMS clients.
client should be able to view alarms and
performance data through web access.
As per Tender
The eMS shall support the inventory
management to discover all the elements and
their subsystems etc along with their part serial NE Memory capacity keeps on changing dynamically at
number. Inventory Management has to cover every instance and having this data as a part of inventory
all the parts including chassis. The details management is unessential and may put unnecessary load
135 3 Part B 22 22.1 22.1.3 -
obtain shall be and not limited to serial number, on NE and eMS. We request BSNL to make the support of
hardware version, software version, any memory capacity as part of inventory management as
resource if available like memory capacity, optional
type of the inventory, description of the
inventory, part code etc. As per Tender

Page 21 of 36
The eMS should be flexible and modular. The
eMS should be flexible enough that it can
implemented from a single machine to powerful
open client server architecture in different The eMS modules like Fault, Provisioning, Performance,
platforms like Linux, Solaris, etc. The eMS etc. are integral part of eMS. OEM vendor's eMS needs to
should be modular so that the each module like ensure that there is no loading on the eMS for the asked
136 3 Part B 22 22.1 22.1.2 -
Fault, Provisioning, Performance, etc., in the number of NEs.
eMS can be separately installed in other We request BSNL to make the requirement of modular as
servers / machines based on the load or other optional
needs. The eMS and its client should be
configurable from a single machine to powerful
and complex server architectures. As per Tender
(e) The total value of the liquidated damages
as per above sub-clauses shall be limited to a We understand that BSNL in other tenders like NFS has
maximum of 12% (Twelve percent) i.e. LD shall limited the maximum LD capping to 5% only. Requesting
137 5 Part A 16 16.2 e -
be levied up to 20 weeks only as per provision BSNL for this tender also to limit the maximum capping of
at Para (a). LD to 5%.
As per Tender
40.3 In case a bid is submitted by bidder in
consortium with the OEM of MPLS-TP
equipments, both, the bidder as well as OEM of In most of the tenders BSNL asks for Performance Bank
138 5 Part B 40 40.3 - - MPLS-TP equipments i.e. Consortium partner Guarantee (PBGs) from front bidder only. We request
shall have to furnish separate Performance BSNL to relax this clause.
Bank Guarantees (PBGs), each for an amount
equal to 2.5% of the value of Purchase Order. As per Tender
As per the tender the OEM needs to provide all quality /
security certifications as required in the RFP and hence
Section 11 (security agreement) should be applicable to
the Bidder / SI and not to the OEM.
DRAFT AGREEMENT WITH REGARD TO
139 11 section 11 - - - SECURITY REQUIREMENTS
In the recent tenders of BSNL, this section (Security
Requirement) of the tender was signed by Lead bidder
only.
We request BSNL to make this clause mandatory only for
the Lead Bidder and not for the OEMs. As per Tender
E1 interfaces for A1/A2/B1/B2 (A) Please confirm what average length can be taken for
STM-1 for B1/B2 below interfaces: (A)
i) E1 cable i) 20m (avg)
140 3 Part B (B) Ii) Power cable (from DCDB to rack) ii) 30m (avg)
iii) STM1 optical cable (from FDF to rack) iii) 20m (avg)
(B) Please confirm the the STM1 optical interface type, (B) The STM1 optical
whether it is S1.1, L1.1 or L1.2. interface type is L1.1
All devices shall support SNMPv3. SNMP is too simple to be used for NMS based
configuration/ provisioning network. We request BSNL to
make it more general and allow other management
141 3 Part B 19
interface like ITU-T Qx.
Please confirm if our understanding is correct and other
interfaces like ITU-T Qx is allowed. As per Tender
16. The uplink and downlink 10Gbps ports in We understand that different type of interfaces like 1GE or
B1 & B2 Type Switches shall be distributed in 10GE optical or GE electrical or STM1 or E1 can be
minimum two different cards. supported on one card.
17. If only a single module is mounted on the But if one type of interface is supported only on one card,
142 3 Part B 16 & 17 chassis for the support of any services ( GE then 10% extra needs to be provisioned.
optical, FE/GE Electrical , E1 & STM-1 ) on the Please confirm if our understanding is correct.
customer interface, then provision for 10%
spare service module shall be made by the
bidder free of cost. As per Tender

Page 22 of 36
Network Element In the SOR table there is no requirements for rack/PDP, we
understand that same has to be provided by the vendor as
part of their supply suiting to their system requirements.
143 3 Part C SOR
Please confirm.

Yes, please.
Network Element The A1 and A2 type boxes would be small and will not
come in standard 19inch configuration. Also esthetically
these boxes would be placed on table and hence need to
144 3 Part C SOR
be small in size. Vendors can give boxes with appropriate
sizes. Please confirm if our understanding is correct
Yes, please.
Network Element In the SOR table there is no requirements for optical patch
cord/clock cable/ power cable etc. We understand that
145 3 Part C SOR same needs to be provided as part of system supply and
as per the number of interfaces asked in the tender.
Yes, please.
22. eMS Specification: CPAN EMS uses GUI based operation to operate the
22.1.8 The eMS shall be able to reload the network, and it is not command line based. In GUI there is
146 3 Part C 22 22.1 22.1.8 command into the GUI or execute the no reloading of the commands. Please confirm that our
previously executed commands from the understanding is correct.
commands history log. As per Tender
60% payment after supply in case of B1, B2 & We understand that the balance payment of 30% of B1 &
EMS; 30% after commissioning and 10% one B2 type switches will not be linked with the integration of
year after commissioning i.e., after one year EMS with NMS of IP-MPLS network. And the 30% balance
warranty period. Integration of EMS with NMS payment would be done after AT of these switches.
147 2 4 4.1
of IP-MPLS network of BSNL will form part of Please confirm if our understanding is correct.
commissioning. (Details are as per clause 21
Section 5 Part-B)
As per Tender
All cabling and installation work in respect of We understand that the average length of cables used is
B1 & B2 Type shall be carried out by the 30mtrs. Please confirms if our understanding is correct.
148 3 Part A B c selected bidder which includes electrical wiring Power Cable- 30m (avg),
starting from power plant/ DCDB, optical and Data Cable & Patch cords-
data caballing etc. 20m (avg)
O&M of the EMS system for 8 years after The clause mentions O&M for the EMS only which seems
commissioning inappropriate if the O&M of other items like CPAN switches
are not included as part of O&M. We further understand
149 3 Part A B f that all items should be covered for O&M and vendor need
to quote O&M for all the item for 8years.
Please confirm if our understanding is correct.
As per Tender
(i) Integration of EMS of CPAN Switches We request BSNL to let us know the name of the vendor Existing MPLS NMS is HP
with network of BSNL and NMS of IP-MPLS whose IP-MPLS is NMS is deployed. This will help in Open View System of HP
150 3 Part A B i
network. working with the vendor for the probable integration cost Make. The scope of work is
required. as per Tender Condition

Page 23 of 36
MPLS-TP based Switch Technical As we understand that in A1 and A2 switches, 2x1G
Requirements (optical), 4x1G (electrical) and additional E1 interfaces are
asked. The packet switching fabric of 5G is not enough to In respect of A1 & A2 Type
cater the E1 requirement. We suggest to make the packet Switches FE/GE (
switching fabric requirement as 6G to take care of extra E1 10/100/1000 Base T )
capacity. Request BSNL inputs and confirmation on the Electrical Interfaces while
same testing for full load condition
50% interfaces shall be
considered as 100 Base T
151 3 Part B B 1,2 and balance 50% interfaces
shall be considered as 1000
Base T, accordingly the full
load condition will be tested.
The minimum requirement for
Packet Switching Fabric is
specified as 5 G and bidders
quoting for higher capacity of
Packet Switching Fabric is
also acceptable.
eMS shall be able to monitor and manage its OEM - eMS application is for managing the CPAN node
own components of servers, storages etc., and is not designed for any other network element.
Moreover there is no practical need to monitor the
152 3 Part B 22 22.1 22.1.22 hardware of Servers and Storages as these are very
rugged equipments
We suggest BSNL to relax the clause of monitoring of
hardwares related to Servers and Storages As per Tender
Further, the bidder has to carry out integration We understand that for EMS and NMS integration,
of eMS with the existing NMS of IP-MPLS TMF814 is allowed. Please confirm that our understanding
network of BSNL on standard interface is correct.
(SNMP/JAVA API/ corba/ XML/file interface) at
both DC and DR locations. The IP- MPLS NMS
153 3 Part B 22 22.2 22.2.7 of BSNL is distributed across two Network
Operation Centers (NOC) locations with one of
them acting as Primary. The Secondary NMS
NOC act as a disaster recovery (D/R) site. The
main NOC is located at Bangalore with DR
NOC at Pune.
As per Tender
Integration with EMS of CPAN with Network of Details of the NMS of IP-MPLS ( Make, Model & Supplier) Existing MPLS NMS is HP
Section 3 -Part BSNL and NMS of IP-MPLS network are requested in order to have an estimation of the efforts Open View System of HP
154 B i
A required for the Integration of the same with EMS of CPAN Make. The scope of work is
switches. as per Tender Condition
No equipment / unit would be allowed to be Request to re look this clause as 100% repair of the cards If any
declared as RNP (Repair Not Possible) by the would not be possible. There would be certain cases card/Unit/module/equipment
supplier. All the faulty equipments / units have related to burning of the cards or due to power got burnt/physical damage at
Annexure of
155 21 to either repaired or replace at no additional fluctuations/site conditions and which may not be possible site, then burnt /physical
Section- 5C
cost to BSNL/free of cost. for repair. 4 % of RNP cases should be allowed. Physical damage
damage and card burn cases should be excluded from this card/Unit/module/equipment
clause. shall be included in RNP.

Page 24 of 36
TEC GR No TEC/GR/TX/CEN-004/02/Sep-13 As we understand that G.8132 is yet not standardized.
6.6.1 The Edge CEN Switch shall support Secondly, linear protection at LSP & PW is enough for
linear protection (Ir l & 1+1) as specified in ITU- protection mechanism. We request BSNL to relax
T Rec. 0.8131.i or 0.8131.2 or RFC 6378. the complying to G.8132 for ring protection. Please confirm
equipment shall also support ring protection as
per the available standard pending finalization
156 3 Part B A 2 of 0.8132 by ITU-T or RFC 6378 by IETF. All
operator commands (FS, MS,' lockout of
protection) as
specified in the above standards shall be
supported. (Page No. 20)

As per Tender
TEC GR No TEC/GR/TX/CEN-004/02/Sep-13 We understand that multicast as required in these clauses
6.4.9 to 6.4.11: Multicast (Page No. 18) needs to be transparently supported.
157 3 Part B A 2
And CPAN equipment should not affect the end to end
multicast services. As per Tender
TEC GR No TEC/GR/TX/CEN-003/02/Sep-13 We understand that multicast as required in these clauses
Clause 6.4.10 to 6.4.13 : Multicast (Page No. needs to be transparently supported.
158 3 Part B A 1
17) And CPAN equipment should not affect the end to end
multicast services. As per Tender
22.1.18 The web server for web access shall Web access is not recommended to access eMS and
be treated as a separate module of eMS and needs to be done by the eMS clients only. This helps in
shall be hosted on separate server for security better control over the eMS clients.
22.1.18 reasons.
159 3 Part B 22 22.1
& 19
22.1.19 Remote users who are not using eMS
client should be able to view alarms and
performance data through web access.
As per Tender
The eMS shall support the inventory NE Memory capacity keeps on changing dynamically at
management to discover all the elements and every instance and having this data as a part of inventory
their subsystems etc along with their part serial management is unessential and may put unnecessary load
number. Inventory Management has to cover on NE and eMS. We request BSNL to make the support of
all the parts including chassis. The details memory capacity as part of inventory management as
160 3 Part B 22 22.1 22.1.3
obtain shall be and not limited to serial number, optional
hardware version, software version, any
resource if available like memory capacity,
type of the inventory, description of the
inventory, part code etc. As per Tender

Page 25 of 36
The eMS should be flexible and modular. The The eMS modules like Fault, Provisioning, Performance,
eMS should be flexible enough that it can etc. are integral part of eMS. OEM vendor's eMS needs to
implemented from a single machine to powerful ensure that there is no loading on the eMS for the asked
open client server architecture in different number of NEs.
platforms like Linux, Solaris, etc. The eMS We request BSNL to make the requirement of modular as
should be modular so that the each module like optional
161 3 Part B 22 22.1 22.1.2 Fault, Provisioning, Performance, etc., in the
eMS can be separately installed in other
servers / machines based on the load or other
needs. The eMS and its client should be
configurable from a single machine to powerful
and complex server architectures.
As per Tender
Kindly specify:
1) Length of Optical patch chords/LAN cable for FE /GE / 10GE
interfaces to be supplied for A1,A2,B1 & B2 configuration.
2) Length & size of power cable to be supplied that suffice the
distance between power plant & equipment rack for A1,A2,B1 & B2
configuration.
3)Length & size of Earthing cable to be supplied between the
equipment rack & the earthing point for A1,A2,B1 & B2
All cabling and installation work in respect of configuration.
Section 3 Part
B1 & B2 Type shall be carried out by the 4) Kindly specify the length of E1 cable & E1 termination DDF
A type/descripation. 1) Patch Cord Length- 20 m
162 B (C) 9 selected bidder which includes electrical wiring
SCOPE OF 4)For optical patch chords, please specify the optical connector type (avg) 2)
starting from power plant/ DCDB, optical and
WORK ( LCPC / LCAPC / SCPC / FCPC or any other type) to be supplied 30m (avg)
data caballing etc on the other equipment / ODF side of the optical patch chord for A1,
3) 30m (Avg) and sizing will
A2, B1 & B2 configuration.
5)As we understand patch chord for optical interfaces in the switches
be determined by the Vendor.
in the scope of bidder & other end of the patch chord will be 4) 20m , SCPC Conncetor
terminated on the existing BSNL ODF,kindly confirm. 5)Yes, Please.
6)Kindly clarify whether E1 termination panel(DDF) to be supplied by 6) Yes, Please.
bidder 7)E1 7) Yes, In Same equipment
termination panel (DDF) & ODF panel can be installed in same rack also.
equipment rack or seperate rack need to be consider.
SECTION- 3
Part B
TECHNICAL
SPECIFICATI MPLS-TP based Switch Technical
163 B 10 For Switch Configuration A1,A2,B1 & B2 ,it is not specified
ONS/ Requirements:
whether the required E1 interfaces are 120 Ohm or 75 ohm
REQUIREMEN
,kindly specify the same.
TS
120 Ohm
SECTION- 3
Part B
TECHNICAL
Kindly confirm that rack mountable external AC to DC
SPECIFICATI A2 Type Switch power type mention as AC Sub
164 B (2 ) 10 converter along with DC powered switch is allowed
ONS/ rack
against A2 switch type configuration.
REQUIREMEN
TS
No, please.

Page 26 of 36
SECTION- 3
Part B
TECHNICAL
Our understanding is that switches can transparently pass
SPECIFICATI The CPAN switches shall transparently handle
165 C (3) 11 IPV6 traffic & adding ,dropping of IPV6 services will be
ONS/ IPv4 & IPv6 traffic.
from other network devices kindly confirm.
REQUIREMEN
TS
As per Tender
SECTION- 3 Expansions: The power cable shall be
Part B completely wired up to the full rack / sub-rack 1)Our Understanding is that only chassis need to be supply
TECHNICAL capacity as per actual provision in the for A1,A2,B1 & B2 Configuration & BSNL will installed
SPECIFICATI racks/sub racks so that the expansions to the these chassis in existing BSNL rack at site, Kindly confirm.
166 C (11) 12 rack/sub racks ultimate capacity are possible
ONS/ 2)In case switches installed in existing BSNL rack ,the
REQUIREMEN by simply adding modules. If BSNL go for circuit breaker/MCB arragnment at rack will be provided by
TS expansion in the future, power cable shall not BSNL, kindly confirm.
be procured. 1) As per Tender
2) As per Tender
SECTION- 3
The uplink and downlink 10Gbps ports in B1 &
Part B
B2 Type Switches shall
TECHNICAL
be distributed in minimum two different cards.
SPECIFICATI As per our understanding redundant interfaces (1+1)
167 C (16 & 18) 12 Wherever the redundant interface(s) have been
ONS/ configuration needed only for 10Gbps ports kindly confirm.
asked, the same shall be provided using
REQUIREMEN
interface(s) on different cards mounted in
TS
different physical slots of chassis.
As per Tender
SECTION- 3
As per our understanding, EMS is used for interanet
Part B
purpose for managing FCAPS details of network elements.
TECHNICAL The eMS shall be IPv6 enabled, the IPv6
Being use for internal network it is recommended to use
SPECIFICATI capability shall be at all levels viz., OS,
168 22.1.14 14 IPv4 scheme to monitor and maintain the network. So it is
ONS/ Hardware, eMS application and should be able
recommend to use IPv4 scheme for network management
REQUIREMEN to handle the FCAPS with IPv6 functionalities
requirement. Please confirm IPv4 in EMS system is
TS
acceptable.
As per Tender
SECTION- 3
Part B EMS system itself provides database backup and restore
TECHNICAL function. HA configuration ensures the data and system to
SPECIFICATI The eMS shall have interface support to an be highly secure. Additionally disk array can be provided
169 22.1.16 14
ONS/ external RDBMS for a common data repository. with EMS system for exclusively storing database of EMS
REQUIREMEN Server. Kindly confirm storage array with EMS Hardware is
TS acceptable.
Yes, Please.
SECTION- 3
Part B
The eMS shall be configured with a common
TECHNICAL Common storage for DC & DR is very complex and it is
external storage of capacity to store at least
SPECIFICATI not recommended. We suggest each server will have it's
170 22.2.1 15 one years of fault and performance data and
ONS/ own hard disk for the data storage which is enough for the
any all relevant data each at Main NOC and at
REQUIREMEN data storage. Kindly confirm same is acceptable to BSNL.
DR NOC .
TS
As per Tender
In respect of L1 bidder the Main EMS NOC
SECTION- 3
shall be at Bangalore and DR NOC at
Part B
Chandigarh. For Operation & maintenance
TECHNICAL As per this requirement same EMS system act as DC &
purposes all the CPAN Switches installed in
SPECIFICATI DR at the same time for given (South/North ) region basis.
171 22.2.1 (1) 15 South Zone, the primary EMS shall be of
ONS/ Kindly confirm that 2 independent EMS system is allowed
Bangalore. Similarly for Operation &
REQUIREMEN separately for South & North region .Each of these 2 EMS
maintenance purposes all the CPAN Switches
TS system will have DC & DR for selected NE of a region.
installed in North Zone, the primary EMS shall
be of Chandigarh. As per Tender

Page 27 of 36
There shall be near real time data replication
2+2 architecture is complex real time data replication and
between Main NOC (DC) and DR NOC (DR)
SECTION- 3 Automatic switch over is not smooth and is not
sites of EMSs without any manual intervention
Part B recommended. It is recommended to have 1+1 server at
and data replication shall not load the
TECHNICAL main location with real time data replication without any
application server process.
SPECIFICATI 22.2.2/22.2. manual intervention and additionally one single server at
172 15 There shall be near zero downtime during any
ONS/ 4 DR location. Switch over from main location to DR location
changeover of resources of eMS application
REQUIREMEN can be done manually on requirement and there is periodic
due to any single component failure at DC and
TS data replication between main and DR location. Manual
a maximum of 10 minutes failure in case of
switch over from DC to DR may take 15 minutes. Kindly
failover or manual switchover from DC to DR Max of 10 Mins may be read
confirm that this acceptable to BSNL.
site.
as Max of 15 mins
SECTION- 3
Part B
TECHNICAL
Accounting is module of NMS system and is not in the
SPECIFICATI
173 22.6 18 Accounting and Audit Management Module: scope of EMS. We understand audit management is
ONS/
inventory management. Kindly confirm
REQUIREMEN
TS
As per Tender
SECTION- 3
Part B Performance module should be able to
TECHNICAL generate threshold alarms in case set threshold
Generally transport (MPLS-TP) Switches support one level
SPECIFICATI is exceeded or goes below the threshold, there
174 22.7.3 18 of threshold KPI .Kindly confirm is same acceptable to
ONS/ should be 3 threshold for all KPIs warning,
BSNL.
REQUIREMEN severe and critical and also have respective
TS clear threshold.
As per Tender

23. EMS Hardware Server Specifications:

23.1 Server shall be 64 bit RISC / EPIC / CISC


architecture processors with minimum 16 cores
in each server. Each processor shall be
SECTION- 3
minimum 2.5 Ghz clock speed having a Our understanding is that mentioned Server configuration
Part B
minimum of 8 GB dedicated RAM per core. is very high end and may not be utilized efficiently and will
TECHNICAL
Server shall have dual redundant power unnecessary increase the capex & Opex. In our
SPECIFICATI
175 23.1 20 supplies. The highest cache available in the understanding server with maximum 8 core processor is
ONS/
model at the time of submission of the bid shall sufficient for this network size and future requirement.
REQUIREMEN
be quoted. No of equipped cores shall be as Kindly confirm if same is acceptable to BSNL
TS
per sizing certificate given by the authorized
signatory of software (Application) OEM. The
number of equipped Cores in the Server shall
be based on the actual hardware sizing of the
application

As per Tender
SOR 1.1(i,ii
Section 3 Part
and In case single card has multiple interfaces which are
C
iii),1.2(i,ii configurable for FE, GE and 10GE. Single card may be
SCHEDULE
and shared between FE, GE and 10GE. It will be difficult to
176 OF 21 Interface ports per switch
iii),1.3((i,ii divide unit card among interface line items. It is
REQUIREMEN
and iii) & recommended to include interface board as separate sub
TS (SOR)
1.4((i,ii and item additional to switch and interfaces.
iii) As per Tender

Page 28 of 36
1) Normally document sizes are very huge so CDs/ soft
Section 3 Part copies of documents can be referred instead of hard
C copies, as an environment friendly initiative. It is also more
SCHEDULE easy to search required text & sections in soft copies of the
177 OF SOR 3 22 Documentation document. Kindly confirm if only soft copies of the
REQUIREMEN document can be provided.
TS (SOR) 2) Please specify the quantities of documentation to be
quoted in this tender for each variant of equipment
As per Tender
b) Type Approval Certificate given by Telecom
SECTION-4
Engineering Centre (TEC)/ TSEC issued by the
Part A
Quality Assurance Circle of BSNL or proof of
GENERAL
having applied for TSEC (Copy of Form QF
INSTRUCTION
103 be attached). (This sub-clause not
S TO GIB 10.1 (b Our understanding is that TSEC & Inspection certificate is
178 26 applicable in this tender).
BIDDERS & c) & 30(j) not applicable for this tender.
c) Inspection Certificate issued by BSNL (QA)
(GIB)
for execution of educational/ Commercial
Order. (This sub-clause not applicable in
this tender).
As per Tender
The following clause can be inserted "Notwithstanding any
other provisions of the Agreement the Service Providers
General General General
179 No clause on limitation of liability overall liability under or in connection with the Agreement
Queries Queries Queries
shall not exceed the value of the applicable Purchase
Order." As per Tender
General General BSNL Please issues separate PO for equipment and
180 No clear mention on PO issuance model
Queries Queries service including AMC to avoid the WCT Tax Problem?
As per Tender
Notwithstanding anything to the contrary in no event as a
result of the breach of the Contract, shall either Party be
General General No clause on exclusion of indirect and
181 liable under the Contract to the other Party for any indirect,
Queries Queries consequential losses
consequential, special, incidental or exemplary damages
and / or for any loss of profit or revenue.
As per Tender

Request to rephrase it to:


21. SET OFF
Any sum of money due and payable to the supplier
Any sum of money due and payable to the
(including security deposit refundable to him) under this
supplier (including security deposit
contract may be appropriated by the purchaser or the
refundable to him) under this contract may be
BSNL or any other person(s) contracting through the BSNL
appropriated by the purchaser or the
and set off the same against any claim of the Purchaser or
SECTION-5 BSNL or any other person(s) contracting
BSNL or such other person or person(s) for payment of a
Part A 21. SET through the BSNL and set off the same against
182 64 sum of money arising out of this contract made by the
OFF any claim of the Purchaser or BSNL or such
supplier with the Purchaser or BSNL or such other
other person or person(s) for payment of a
person(s) contracting through the BSNL.
sum of money arising out of this contract or
We understand that recoveries from the other projects
under any other contract made by the
should not be adjusted / deducted from the running
supplier with the Purchaser or BSNL or such
project's payments. However, in case any recoveries may
other person(s) contracting through the
be made after they are discussed and agreed with the
BSNL.
Supplier.
As per Tender

Page 29 of 36
24. FALL CLAUSE

24.1 The prices once fixed will remain valid The Project completion timelines are not entirely controlled
during the scheduled delivery period except for by the Vendor. Additionally, the delays beyond the delivery
the provisions in clause 12.1 of Section-5A. / implementation period are also there due to the reasons
Further, if at any time during the contract attributable to Purchaser.
SECTION-5
Such being the case, the applicability of fall clause cant
Part A 24. FALL
183 65 (a) It comes to the notice of purchaser be justified.
CLAUSE
regarding reduction of price for the same or Alternatively, BSNL may kindly consider revising the
similar equipment/ service; duration of the fall clause applicability to only 6 months
And / or from the date of release of APO.
Kindly confirm that for clause 24.1(b), new tender refers to
(b) The prices received in a new tender for the the BSNL Tender
same or similar equipment/ service are less
than the prices chargeable under the contract.
As per Tender
3. PATENT RIGHTS
1, 'goods "here particularly refer to goods only supplied by
SECTION- 5
The supplier shall indemnify the purchaser Bidder;
Part A 3. PATENT
184 55 against all third-party claims of infringement of 2, "use" here specifically means proper and reasonable
RIGHTS
patent, trademark or industrial design rights use according to the agreed technical requirements or
arising from use of the goods or any part specifications.
thereof in Indian Telecom Network. As per Tender
SECTION- 5
Part B Payment Term: 60 % of the cost of Equipment 1. It is requested that this amount be increased to 75%;
185 21 76
on Supply of the equipment/ materials
As per Tender
SECTION- 5
At the time of delivery of the equipment and
Part B We request to BSNL ,please delink the VT from Delivery
186 21 Table-V 77 successful completion of Validation (A1 & A2
milestone
MPLS-TP Switches)
As per Tender
The duty/ tax rates are as prescribed by law of the land.
Documentary proof of applicable rate of ED/
187 4A 10.1 27 What documentary proof is expected to be submitted in
CD/ Sales Tax/ VAT /Service Tax.
this regard? As per Tender
Undertaking duly signed by front bidder and its
technology/ consortium partner It is requested that separate undertakings be submitted by
188 4A 10.1 27 stating that both of them shall be liable for due front bidder and technology partner to avoid tax
performance of the contract jointly and complications
severally. As per Tender
1. Both guarantees are supposed to be in favour of DGM
Bid Security
(MMT) BSNL Co, Delhi. It is requested that this be
189 7 and PBG Bid Security and PBG format
changed to be in favour of Bharat Sanchar Nigam Limited,
format
since BG should not be in favour of a position or a person.
As per Tender

Page 30 of 36
a clause-by-clause compliance on the
purchaser's Technical Specifications and
Commercial Conditions demonstrating
substantial responsiveness to the Technical
Specifications and Commercial Conditions. In
case of deviations, a statement of the
deviations and exception to the provision of the For the clause by clause compliance of Tender / GR /
SECTION- 4 Technical Specifications and Commercial Clarifications Deviation List, as mentioned in the Tender
190 11.2 ( C ) 28
Part A Conditions shall be given by the bidder. A bid Document suffices for highlighting partial / non-compliance.
without clause-by-clause compliance of the Kindly confirm that in addition to Deviation List, no other
Scope of Work, Technical Specifications, SOR documents are required for the purposes of compliance.
(Section-3 Part A, B & C), General
(Commercial) Conditions & Special
(Commercial) Conditions, General Conditions
of AMC (Section- 5 Part A, B & C) shall not be
considered.
As per Tender
We request BSNL to Separate Purchase Order into three
to facilitate the suppliers and avoid additional tax
implication on account of WCT. If BSNL wishes not to
release different POs, kindly confirm if the additional tax.

3 PO:
191 SECTION- 2 27 35 Purchase Orders 1. Imported equipment(Hardware/software) with High Sea
Sale option,
2. Local items with E1/E2 sale option
3.Services, which will include I&C, Custom Clearance,
Inland Transportation, Insurance

As per Tender
We request BSNL to provide the sufficient time for Min 7 days time shall be
General
192 General Query Tentative date/ time schedule submission of bids from date of the receipt of the provided after issue of
Query
clarification from the BSNL clarification
Vendors should furnish the correct
E.D./Customs tariff Head in the price Schedule.
Please clarify that what happens incase we are correct with
If the credit for the Duties and Taxes under
the Duties however Customs authorities takes into
CENVAT Credit Rules, 2004 is found to be not
SECTION- 4 consideration some other CTH resulting into excess
193 22.2 (b) 33 admissible at any stage subsequently owing to
Part A payments to customs authorities however we suggest if
wrong furnishing of Tariff Head, then the
BSNL can share the CTH with us to avoid future
vendors will be liable to refund such non-
disconnects.
admissible amount, if already paid, along with
penalty if charged by the concerned authority.
As per Tender
If POA is issued on more than one person specific to this
General
194 General Query General Query tender, any one of the persons authorized can sign the
Query
tender documents As per Tender
As BSNL require full compliance & Nil deviation certificate,
SECTION- 3 In case there is no deviation a NIL deviation We understand that Vendor shall Only provide Nil
195
Part B statement shall be submitted Deviation Statement instead of clause by clause
compliance As per Tender
The duty/ tax rates are as prescribed by law of the land.
SECTION- 4 Documentary proof of applicable rate of ED/
196 10.1 27 What documentary proof is expected to be submitted in
Part A CD/ Sales Tax/ VAT /Service Tax.
this regard? As per Tender

Page 31 of 36
Documentary evidence/ Declaration to the
effect that the type of software to be utilized in
the system/ equipment i.e. Packaged/ Canned Multiple types of software may be supplied, some of which
OR Customized shall be furnished by the may be 3rd party software and, therefore, it may not be
SECTION- 4
197 10.7 27 bidder. In case of Packaged/ Canned, the possible to ascertain exact type of software at the time of
Part A
portion of value which represents consideration bidding, i.e. whether packaged or customised. It is
paid or payable for transfer of right to use such requested to delete this clause
goods subject to provisions laid down in
Central Excise/Custom Notifications.
As per Tender
As the tender is on e- bidding, BSNL, please confirm that
Only digital sign is required .
The bidders shall submit necessary
documentary proof showing that they meet
198 SECTION- 1 4.2 3 the eligibility criteria along with their tender bid. bid document duly signed every page by the person having
All documents submitted will the Power of Attorney (POA) defeat the purpose of E-
also be self attested by the bidder. Bidding and required to submit 1000 of scanned file which
is very difficult to managed by bidder as well as by BSNL,
we request to BSNL kindly delete this requirement
As per Tender
Rs 100 stamp papers are currently not available in
General Haryana. In absence of the same, please confirm whether
199 General Query Stamp Paper As per the available stamp
Query bidder can submit the POA and other documents either
paper of the state concerned
with Rs 100 stamp ticket or other State's stamp paper
only but minimum Rs100.
As per our understanding , Bidder only need to submit the
documents mentioned in section-2 clause 3 , No other
200 Section-2 3 6 Documents documents required to submit as a part of Bid response.

If No, Please provide the list of documents required .


As per Tender
In order to enable the Purchaser to assess the
proven-ness of the system offered, the bidder We understand that Experience certificate is sufficient for
201 4 Part-A 10.3 27
shall provide documentary evidence regarding proven-ness
the system being offered by him. As per Tender
Attestation of the specimen signatures of
authorized signatory by the Companys/ firms Where authorized signatories for the purpose of bidding
bankers shall be furnished. Name, designation, are different from authorized signatories for banking
202 4 Part-A 14.3 29
Phone number, mobile number, email address purpose, banks will not attest specimen signature. As such,
and postal address of the authorized signatory this clause is requested to be deleted
Please refer Clause 14.3 (b)
shall be provided.
of Section 4 Part-A
if the Equipment is lying warehouse or Site and not getting
installed OR Acceptance Testing is delayed due to reasons
attributable to BSNL for more than 60 days from the Date
Proposed new
203 NA Deemed Acceptance Test of Delivery of Equipment then Equipment shall be
clause
considered for deemed Acceptance which shall enable
Supplier to receive the payment milestone linked with
Acceptance Testing and Warranty shall start accordingly.
As per Tender
In the event of any delay in payments, BSNL shall pay,
interest on the amount delayed at the rate of USD LIBOR +
Proposed new 0.5% per annum for each day elapsed from the due date to
204 NA Interest on Delay payment
clause the date of payment is received in the bank account
nominated by the Supplier, on the amount due for payment
but unpaid calculated on the basis of a 360 day year.
As per Tender

Page 32 of 36
As per our understanding :In case of Bidder is a subsidiary
Section 4 Part of a OEM / Parent Company / Holding Company ,such
205 10.1 27 Bidder's Undertaking of Joint Responsibility
A undertaking not required. Please confirm

As per Tender

Registration certificate from State Director of As per our understanding :SIA is required for local
Section 4 Part Industries or from Secretariat for Industrial manufacturer. SIA is not applicable for Imported item.
206 10.1 27
A Assistance (SIA), Ministry of Industries, Please confirm
Government of India.
As per Tender
We suggest requirement of clause by clause compliance
Section 4 Part
207 11.2 ( C ) 28 Clause by Clause compliance be replaced with "Deviation list" wherein any deviations
A
shall be required to be clearly highlighted.
As per Tender
Any increase in taxes and other statutory
duties/levies, after the expiry of the delivery In case of any changes in the taxes after the scheduled
date shall be to the supplier's account. delivery period, decrease is passed on to BSNL and
However, benefit of any decrease in these increase is borne by supplier. Can the increase as well as
Section 5 Part
208 12.3 59 taxes/duties shall be passed on to the decrease be to the account of BSNL? If not, can this be
A
Purchaser by the supplier. The total price is to calculated at PO level instead of line item wise? Such
be adjusted (by reducing the basic price) with calculation shall however apply only to Non-cenvatable
increased duties and taxes as per price portion of duties. Please confirm.
mentioned in PO. As per Tender
48. Anti-Dumping: The bidder shall declare
1) As per our understanding, ADD for SDH products will be
whether the equipment they have offered are
SECTION-5 not applicable
48. ADD - covered under anti-dumping provisions and if
Part B
Anti not covered, the bidder shall submit the
209 86 2)The Anti dumping duty is as prescribed by Govt. What
Dumping necessary proof for the same. The bidder must
documentary proof is expected to be submitted in this
Duty submit the detail of anti-dumping duty to be
regard?
paid to the Government for imported items as
per Section 9 PS-II. As per Tender
SECTION-5
Part A
210 General Is HSS allowed or not? Please clarify whether HSS model is allowed or not.

High Sea Sale is not allowed.

Page 33 of 36
SECTION- 3 B 10 1. A1/A2 type equipment are not defined in TEC GR -CEN -
Part B 003.02SEP-2013. Thus request you to kindly confirm
performance requirement for A1/A2 type of Equipments.
Our recommendation are as below -

M inim um M AC address support

M inim um LSP bidirectionalentries


64
211 M inim um PW bidirectionalentries
A1/A2
64
Type
M inim um VPLS entries
16 Refering the TEC GR No.-
M inim um M ulticast M inim um m em bers TEC GR /TX/CEN -
groups per M ulticast G roup 003/02SEP-2013, Type-I
64 64 refered in TEC GR as A1 &
A2 Type Switches mentioned
2. Pls clarify the E1 interface is 75 ohm or 120 ohm ? in the Tender.
SECTION- 3 B 11 1. Can we provide Opitc & Electrical Hybrid Service Card
Part B for B1/B2 Type ? And in this case, should we provide 10%
Spares of this card ? e.g. B2 type need 20*GE
Optical+20*FE/GE Electrical interface, can we propose 5
Cards with each card having 4*GE Optical+4*FE/GE
Electrical interface. Hybrid card is not module for any
212 service, only 4*GE Optical+4*FE/GE Electrical.

2. For E1 & STM-1 card of B1 & B2, pls clarfy if redundant


cards are required. 1) As per Tender
2) Please refer Clause 16,
3. Pls clarify the E1 interface is 75 ohm or 120 ohm? 17 & 18 of Section 3 Part-B
3) E1 interface 120 ohm
SECTION- 3 C.17 12 If only a single module is mounted on the For A1 & A2 type is mini equipment as per our
Part B chassis for the support of any services ( GE understanding working as MPLS-TP CPE, a box
optical, FE/GE Electrical , E1 & STM-1 ) on the equipment with all GE optical, FE/GE Electrical and E1
customer interface, then provision for 10% interface fixed on the box is recommended.
spare service module shall be made by the 1. Kindly confirm if Box equpment is acceptable to BSNL or
213
bidder free of cost. not?
2. Should we need to propose 10% of the boxes as spares
on FOC basis ? 1) Yes,Please,
3. 10% spares is Vendor's property or BSNL property? 2) Yes,Please
3) BSNL Property
SECTION- 3 C.22.1.18 14 The web server for web access shall be treated The eMS is required using 1+1 with redundancy. The web
Part B as a separate module of eMS and shall be server here also request separate server, does it means
214
hosted on separate server for security reasons. each eMS site should quote 3 servers?
As per Tender
SECTION-3 EMS Terminals Please share the detail requirement of Terminals
215 1.5.4 22
Part C As per Annexure-I
SECTION-3 LCT- Laptop (HW+SW) Please share the detail requirement of LCT - Laptop
216 2.1 22
Part C As per Annexure-I

Page 34 of 36
1. For FE/GE (10/100/1000 Base-T) Electrical interface,
SECTION- 3 can we propose GE Optical card with Electrical FE/GE
217 B 11
Part B SFP to support Electrical interface as these will be very
much flexible for configuration

Yes, please.

But in Clause no. 10.4 page No. 27- The offered product
has to be type approved. For this purpose, the supplier
shall submit a sample type for evaluation. The sample
would be evaluated for its ability to meet the technical
specifications, manufacturability, reliability, testability, ease
218 of installation, maintainability etc. Necessary documents to
Type Approval Certificate given by Telecom substantiate these attributes will have to be submitted at
Enginerring Centre (TEC)/ TSEC issued by the the time of application for approval by the supplier for
Qualityy Assurance Circle of BSNL or proof of obtaining type approval.Or in case goods offered have
having applied for TSEC (Copy ogf Form QF already been type approved/ validated by the Purchaser,
103 be attached). (This sub- clause not documentary evidence to this effect shall be submitted by Please refer Clause No.- 8 of
TSEC 10.1 (b) 26 applicable in this tender.) the bidder. Section 5 Part B
A 'Quality Manual' detailing the above Or infrastructure
assessment certificate and Type Approval Certificate
219 30-j
(TAC)/ Technical Specifications Evaluation Certificate
TSEC 36 (TSEC) issued by " QA Circle" shall be furnished. As per Tender
The total delivery period for supply of
equipment under Purchase order (P.O.) will be
220 5.2 120 days from the date of placement of
Delivery Purchase Order (P.O) by the BSNL Corporate But based on the experience of other BSNL Tenders it
Schedule 7 Office. should be 180 days. As per Tender

All suppliers (including) MSEs who are


registered with the designated MSME bodies,
like National Small Scale Industries
4.1 Corporation etc. Shall furish performance
security to the purchaser for an amount equal
to 5 % of the value of Advance purchase order
Performance within 14 days from the date of issue of
Security 55 Advance Purchase Order by the Purchaser.

The purchase orders of MPLS-TP Equipment


shall be placed in two phases to both the
5.1 bidders; approximately 50% of the quantities in
Phase-I with EMS and balance 50% of the We request BSNL to accept PBG for the PO value only
Delivery quanties in Phase-II, however APO shall be that is at the rate 5% of the PO placed in phase-I & in
221 Schedule 7 made for ful tendered quantity. Phase-II As per Tender

Page 35 of 36
Annexure-G --- 143 Table-1 for Experience Table-1 for Experience under Annexure-G i.e. Experience
Certiifcates ask to provide "Site Address" and "Site Incharge (Email
size of network & Contact Number)". In this regard please note that " Eligibility
Date of No of Condition i.e. Clause-4.1 (iv), Section-I (Part-A ) calls for an
Sl. Site Site Incharge (email Experience of Supply & Installation of Minimum 1,000 Nodes of the
commercial MPLS- No of
No. address & contact number) Tendered Equipments.
commissioning TP EMSs
Thus, as per above format of "Annexure-G" we are required to fill in
Nodes and provide "Site Address " and "Site Incharge (Email & Contact
Number " in "Annexure-G" for all 1000 Sites, which is next to
impossible as it in that case this User certificate will run into several
pages which no user would provide.
Thus we request you to kinldy modify the above format and
delete requirement of "Site Address" and "Site Incharge (Email &
222 Contact Number)". If required, this requirement can be replaced As per Annexure-G (Revised)
with "Name of Circle / Zone/Province of TSP" and "Incharge and
Annexure-G -- 143 Table-3 (Provenness of EMSs) Table-3 of "Annexure-G" ask to fill in "Deployed capacity".
EMSs In this regard we would request you to kindly clarify what
Date of
Sl Deployed Date of commercial
"Deployed Capacity" means in respect of C-PAN
No make model capacity installation commissioning Equipments. Does it mean Line Card Capacity or
Quantity of Equipments, please clarify.

223 As per Annexure-G (Revised)

Page 36 of 36
Self Clarifications to the MPLS-TP based CPAN Equipment Tender No. - CA/ Ent.- CNP/CPAN/T-551/2016
Clarification
Section Clause No. Original Clause Revised Clause/ Clarification Remarks
No.

1. After the expiry of the annual maintenance Contract


for seven years period, it will be optional for BSNL to
enter into the AMC Contract further, with the Supplier. After the expiry of the Annual Maintenance Contract for
BSNL reserves the right to extend the agreement for a seven years period, it will be optional for BSNL to enter
further period of 2 years at the same rates and conditions into the AMC Contract further, with the Supplier. The
as on 5th year of AMC. After 2 years, extension of this extension of this agreement for a further period of 2
Section 5
1 Clause 6 Agreement further shall be negotiable for the second years shall be negotiable at the choice of BSNL
Part C
term at the choice of BSNL depending on the depending on the performance of the SUPPLIER during
performance of the SUPPLIER during the period of the the period of the initial term.If for any reason the AMC is
initial term. If for any reason the AMC is not extended not extended further then the Supplier will be bound to
further then the Supplier will be bound to hand over the hand over the spare parts/ sub assemblies / printed
spare parts/ sub assemblies / printed circuit boards, etc. circuit boards, etc. to BSNL, if demanded, at a
to BSNL, if demanded, at a downwardly negotiated rate. downwardly negotiated rate. BSNL will have the right to
BSNL will have the right to purchase spares and the purchase spares and the supplier is bound to supply
supplier is bound to supply the spares required. the spares required.

1. The bidder shall establish at least one Nodal Repair The bidder shall establish at least one Nodal Repair
Center in each region of BSNL within a period of 4 Center in each region of BSNL within a period of 6
Section 5
2 Clause 14 months (from the date of placement of PO) or as defined months (from the date of placement of PO) or as
Part C
in the bid document, where their equipment is allotted for defined in the bid document, where their equipment is
supply to keep the turnaround time for repair of faulty allotted for supply to keep the turnaround time for repair
terminals/units to minimum. of faulty terminals/units to minimum
After the expiry of the Annual Maintenance Contract for
seven years period, it will be optional for BSNL to enter
into the AMC Contract further, with the Supplier. BSNL
reserves the right to extend the agreement for a further After the expiry of the Annual Maintenance Contract for
Annexure of
period of 2 years at the same rates and conditions as on seven years period, it will be optional for BSNL to enter
3 Section 5 Clause 1.2
5th year of AMC. After 2 years, extension of this into the AMC Contract further, with the Supplier. The
Part C
Agreement further shall be negotiable for the second extension of this agreement for a further period of 2
term at the choice of BSNL depending on the years shall be negotiable at the choice of BSNL
performance of the SUPPLIER during the period of the depending on the performance of the SUPPLIER during
initial term the period of the initial term

Section 9 Revised PS-3 to


4 Price Schedule PS-3 to PS-4 Price Schedule PS-3 to PS-4 has been REVISED.
Part B PS-4 enclosed.

Page 1 of 1
SECTION-9 Part-B (PS-1 to PS-2)

(REVISED)

FOR BIDDER'S KIND INFORMATION

Item Price Schedule


Remarks
Description Number

PS-1 Indigenous Equipment


Deliverables
PS-2 Imported Equipment

AMC PS-3 Annual Maintenance Charges for Switches & EMS

O&M PS-4 Operation and Maintenance for Eight years (For EMS)

Note:

1. Depending on the deliverables whether indigenous or imported the PS may be quoted


accordingly.

1. The NPV Values are for calculation purpose only. Payment shall be made for the actual quoted
& approved rates.
1
1

(i)
Sl.

1.1
No.

interface cards.
2

Network Element

including License of all


Item description

Type A1 Switch (without

power supply module etc


module, switching module,

Interface ports per switch

Optical GE (1000 Base LX)


interface cards) with control

additional services for all type

2
1
Item per Unit

2A
3
Total Qty..

30000
15000
Ex-factory Price (Basic Unit Price
4

exclusive of all levies & charges)


5

Excise Duty
6
% Amt

Sales Tax
8
% Amt

9
%

F.F. Pkg& I
10
Amt

Other levies,charges, Anti-dumping


SECTION-9 Part-B

11

duties if any (Please specify)


Unit Price (all inclusive
12

(4+6+8+10+11))
Duties & Taxes CENVAT-able on unit
13

price
Unit Price excluding Duties & Taxes
14

CENVAT able (12-13)


(PS- 1) - Price Schedule for Indigenous Equipment (REVISED)

Total Price Inclusive of all levies &


charges excluding Duties & Taxes
15

(3X14)

Discount offered, if any


16

Total discounted price excluding


17

Duties & Taxes CENVAT-able (15-16)

E.D. Tariff Head


18
19

Import content
0
2

Percentage (%) of Customs duty


21

Customs Tariff Head


interface
(ii) FE/GE (10/100/1000 Base T ) 4 60000
Electrical interface
(iii) E1 interface 4 60000

1.2 Type A2 Switch (without 1 500


interface cards) with control
module, switching module,
power supply module etc
including License of all
additional services for all type
interface cards.

Interface ports per switch

(i) Optical GE (1000 Base LX) 2 1000


interface
(ii) FE/GE (10/100/1000 Base T ) 4 2000
Electrical interface
(iii) E1 interface 4 2000

1.3 Type B1 Switch (without 1 4000


interface cards) with
redundant control module,
switching module, power
supply module etc including
License of all additional
services for all type interface
cards.

Interface ports per switch

(i) 10 GE ( 10G Base LR) 2 8000


interface
(ii) Optical GE (1000 Base LX) 10 40000
interface
(iii) FE/GE (10/100/1000 Base T ) 10 40000
Electrical interface
(vi) E1 interface 32 12800
0

(v) STM-1 interface 4 16000

1.4 Type B2 Switch (without 1 3500


interface cards) with
redundant control module,
switching module, power
supply module etc including
License of all additional
services for all type interface
cards.

Interface ports per switch

(i) 10 GE ( 10G Base LR) 4 14000


interface
(ii) Optical GE (1000 Base LX) 20 70000
interface
(iii) FE/GE (10/100/1000 Base T ) 20 70000
Electrical interface
(vi) E1 interface 32 11200
0

(v) STM-1 interface 8 28000

1.5 Element Management


System (EMS)

1.5.1 EMS Hardware (Main Site ) 1 Set 2


(N+1) (1+1)

1.5.2 EMS Hardware (DR Site ) 1 Set 2


(N+1) (1+1)

1.5.3 EMS Software/Application (for 1 Set 4


Main & DR) (1+1)

1.5.4 EMS Terminals 1 20

1.5.5 EMS client software and 1 1000


licenses

1.5.6 UPS (Main Site ) (N+ 1) with 2 1 Set 2


hrs battery Backup (1+1)

1.5.7 UPS (DR Site ) (N+ 1) with 2 1 Set 2


hrs battery Backup (1+1)

2
Local Craft Terminal*
2.1 1 80
LCT- Laptop (HW+SW)
2.2 LCT Software along with 1 80
Proprietary Cables &
Accessories

3. Documentation

Hard Copy

Soft Copy

4. Spares 10%

5. Installation &
Commissioning Charges
5.1 Installation & Commissioning
Charges for B1 Switches
5.2 Installation & Commissioning
Charges for B2 Switches
5.3 Installation & Commissioning
Charges for EMS
6. Any other equipment(s)/ Bidder
card(s)/ Cable/ item required to
for successful commissioning specify
of CPAN Networkincluding and
integration/interworking quote
in
price
bid
Note:

1. The quantities have to be indicated by the Bidder with detailed calculations


2. We hereby declare that in quoting the above prices, we have taken into account the entire credit on inputs available under the
MODVAT SCHEME introduced w.e.f. 1st March 1986 and further extended on more items till date
3. If Annual maintenance Contract charges are required to be quoted as per SOR, basic charges should be shown in column-4 & the
service tax in column 11 & 13.
4. We hereby certify that E.D/Customs Tariff Head shown in column 18/21 are correct & CENVAT Credit for the amount shown in
column 13 above are admissible as per CENVAT Credit Rules 2004.
5. The bidder submitting the offer with concessional E.D/sales tax shall submit the proof of applicable concessional ED/Sales Tax
6. The bidder shall submit the detailed breakup of the material list upto the card level and software module level along with the cost of
each item given above in a separate Annexure. In the case of software, the bidder shall also provide the breakup of per-user/per
interface/per device software license as applicable
7. The bidder shall include any other hardware/software item required for installing, commissioning the system & commercial launch of
service.
8. Any other item not covered above but essential for successful completion of project on turnkey basis should also be added in the price
schedule and its details should be given in the separate Annexure
9. In case it is found that any item not provided in the bid is needed for successful implementation of the project, the same will have to be
supplied by the bidder free of cost
10. All optical ports are to be provided with necessary SFP.
1
1

(i)
Sl.

1.1
No.

interface
2

Network Element
Item description

Type A1 Switch (without

for all type interface cards.

Interface ports per switch

Optical GE (1000 Base LX)


interface cards) with control

supply module etc including


License of all additional services
module, switching module, power

2
1
Item per Unit

2A
3 Total Qty. (in Nos.)

30000
15000
Ex-factory Price (Basic Unit Price
4A

exclusive of all levies & charges)

Unit Price per Unit CIF


4B
5
%

Custom Duty
t
6
Am

7
%

Sales Tax
t
8
A
m

9
%

Pkg& Inland freight


t
10
Am

Other levies, charges, Anti-dumping


11

duties if any (Please Specify)


Price per Unit for site (all inclusive)
12

(4B+6+8+10+11)
(PS- 2) - Price Schedule for Imported Equipment (REVISED)

Duties & Taxes CENVAT-able on unit


13

price

Unit Price excluding Duties & Taxes


14

CENVAT able (12-13)


Total Price Inclusive of all levies &
15

charges excluding Duties & Taxes


(3X14)
Discount offered, if any
16

Total discounted price excluding Duties


17

& Taxes CENVAT-able (15-16)


Customs Tariff Head
18
(ii) FE/GE (10/100/1000 Base T ) 4 60000
Electrical interface
(iii) E1 interface 4 60000

1.2 Type A2 Switch (without 1 500


interface cards) with control
module, switching module, power
supply module etc including
License of all additional services
for all type interface cards.

Interface ports per switch

(i) Optical GE (1000 Base LX) 2 1000


interface
(ii) FE/GE (10/100/1000 Base T ) 4 2000
Electrical interface
(iii) E1 interface 4 2000

1.3 Type B1 Switch (without 1 4000


interface cards) with redundant
control module, switching
module, power supply module etc
including License of all additional
services for all type interface
cards.
Interface ports per switch

(i) 10 GE ( 10G Base LR) interface 2 8000

(ii) Optical GE (1000 Base LX) 10 40000


interface
(iii) FE/GE (10/100/1000 Base T ) 10 40000
Electrical interface
(vi) E1 interface 32 128000

(v) STM-1 interface 4 16000

1.4 Type B2 Switch (without 1 3500


interface cards) with redundant
control module, switching
module, power supply module etc
including License of all additional
services for all type interface
cards.

Interface ports per switch

(i) 10 GE ( 10G Base LR) interface 4 14000

(ii) Optical GE (1000 Base LX) 20 70000


interface
(iii) FE/GE (10/100/1000 Base T ) 20 70000
Electrical interface
(vi) E1 interface 32 112000

(v) STM-1 interface 8 28000


1.5 Element Management System
(EMS)

1.5.1 EMS Hardware (Main Site ) (N+1) 1Set 2


(1+1)

1.5.2 EMS Hardware (DR Site ) (N+1) 1Set 2


(1+1)

1.5.3 EMS Software/Application (for 1Set 4


Main & DR) (1+1)

1.5.4 EMS Terminals 1 20

1.5.5 EMS client software and licenses 1 1000

1.5.6 UPS (Main Site ) (N+ 1) with 2 hrs 1Set 2


battery Backup (1+1)

1.5.7 UPS (DR Site ) (N+ 1) with 2 hrs 1Set 2


battery Backup (1+1)

2
Local Craft Terminal*
2.1 1 80
LCT- Laptop (HW+SW)
2.2 LCT Software along with 1 80
Proprietary Cables & Accessories
3. Documentation

Hard Copy

Soft Copy

4. Spares 10%

5. Installation & Commissioning


Charges
5.1 Installation & Commissioning
Charges for B1 Switches
5.2 Installation & Commissioning
Charges for B2 Switches
5.3 Installation & Commissioning
Charges for EMS
6. Any other equipment(s)/ card(s)/ Bidd
Cable/ item required for er to
successful commissioning of spe
CPAN Networkincluding cify
integration/interworking and
quot
e in
pric
e
bid

Note:

1. The quantities have to be indicated by the Bidder with detailed calculations


2. We hereby declare that in quoting the above prices, we have taken into account the entire credit on inputs available under the
MODVAT SCHEME introduced w.e.f. 1st March 1986 and further extended on more items till date
3. If Annual maintenance Contract charges are required to be quoted as per SOR, basic charges should be shown in column-4 & the
service tax in column 11 & 13.
4. We hereby certify that E.D/Customs Tariff Head shown in column 18/21 are correct & CENVAT Credit for the amount shown in
column 13 above are admissible as per
CENVAT Credit Rules 2004.

5. The bidder submitting the offer with concessional E.D/sales tax shall submit the proof of applicable concessional ED/Sales Tax
6. The bidder shall submit the detailed breakup of the material list upto the card level and software module level along with the cost of
each item given above in a separate Annexure. In the case of software, the bidder shall also provide the breakup of per-user/per
interface/per device software license as applicable
7. The bidder shall include any other hardware/software item required for installing, commissioning the system & commercial launch of
service.
8. Any other item not covered above but essential for successful completion of project on turnkey basis should also be added in the price
schedule and its details should be given in the separate Annexure
9. In case it is found that any item not provided in the bid is needed for successful implementation of the project, the same will have to be
supplied by the bidder free of cost
10. All optical ports are to be provided with necessary SFP.
8
7
6
5
4
3
2
1
1

(A)
Sl.No

to 7 years
2

For Year-7 Actual AMC Charges


For Year-6 Actual AMC Charges
For Year-5 Actual AMC Charges
For Year-4 Actual AMC Charges
For Year-3 Actual AMC Charges
For Year-2 Actual AMC Charges
For Year-1 Actual AMC Charges

Total Actual AMC Charges for 1


Item Description
As per AMC Detail-For MPLS-TP based
CPAN Switches & EMS
3

Total AMC Charges (after 1 years warranty)


(1 Main & 1 DR) Total Quantity
4

Basic Charges per quantity


5
%

Service Tacapplicale for


6

column-4
Amt

7
%

Any otherlevies, if any, for


8

column-4
Amt

Unit charge per


9

quantity(4+6+8)

Duties and Taxes CENVAT


10

able on Unit Charge

Unit charge Excluding Duties


11

& Taxes CENVAT able


(9-10)

Total charges Inclusive


of all levies and Excluding
12

Cenvatable Duties and


Taxes (3*11)
13

Discount offered, if any.

Net Price after Discount


14

Excluding duties & taxes


CENVAT able 12-13)
15

Remarks
AMC Charges for MPLS-TP based CPAN Switches &EMS Equipment: Price Schedule PS-3 (REVISED)
(B) NPV Charges calculated

For Year-1 NPV=Column-14 of


9 year-1/(1.12^2)

For Year-2 NPV=Column-14 of


10 year-2/(1.12^3)

For Year-3 NPV=Column-14 of


11 year-3/(1.12^4)

For Year-4 NPV=Column-14 of


12 year-4/(1.12^5)

For Year-5 NPV=Column-14 of


13 year-5/(1.12^6)

For Year-6 NPV=Column-14 of


14 year-6/(1.12^7)

For Year-7 NPV=Column-14 of


15 year-7/(1.12^8)

PS-3: NPV Total at Column-14


16 for Year-1 to 7

Note:

1. The quantities have to be indicated by the Bidder with detailed calculations


2. We hereby declare that in quoting the above prices, we have taken into account the entire credit on inputs available under the MODVAT SCHEME introduced w.e.f.
1st March 1986 and further extended on more items till date
3. If Annual maintenance Contract charges are required to be quoted as per SOR, basic charges should be shown in column-4 & the service tax in column 11 & 13.
4. We hereby certify that E.D/Customs Tariff Head shown in column 18/21 are correct & CENVAT Credit for the amount shown in column 13 above are admissible as
per
CENVAT Credit Rules 2004.
5. The bidder submitting the offer with concessional E.D/sales tax shall submit the proof of applicable concessional ED/Sales Tax
6. The bidder shall submit the detailed breakup of the material list upto the card level and software module level along with the cost of each item given above in a
separate Annexure. In the case of software, the bidder shall also provide the breakup of per-user/per interface/per device software license as applicable
7. The bidder shall include any other hardware/software item required for installing, commissioning the system & commercial launch of service.
8. Any other item not covered above but essential for successful completion of project on turnkey basis should also be added in the price schedule and its details should
be
given in the separate Annexure

9. In case it is found that any item not provided in the bid is needed for successful implementation of the project, the same will have to be supplied by the bidder free of
cost

Signature of the Bidder

Name

Seal
)

7
6
5
4
3
2
1
1
Sl.No

(A

For Year-7
For Year-6
For Year-5
For Year-4
For Year-3
For Year-2
For Year-1
sites (DC & DR)
2

O&M Charges for EMS for


Operation & Maintenance
Item Description

eight year after commissioning


(with 4 Engineers at each EMS
3

As

SOR
ed in
Total Quantity

specifi
Basic Charges per
4

quantity
5
%

Service Tax applicable


6
Amt

for column-4
7
%

Any other levies,


if any, for column-4
8
Amt

Unit charge per


9

quantity(4+6+8)
Duties and Taxes
Section 9 - Part B

CENVAT able on Unit


10

Charge

Unit charge Excluding


11

Duties & Taxes CENVAT


able(9-10)

Total charges Inclusive


of all levies and
12

Excluding Cenvatable
Duties and Taxes (3*11)
13

Discount offered, if any.


Operations & Maintenance (O&M) Charges for EMS: Price Schedule PS-4 (REVISED)

Net Price after Discount


14

Excluding duties & taxes


CENVAT able 12-13)
15

Remarks
8 For Year-8
(B) NPV Charges calculated

For Year-1 NPV=Column-14 of


9 year-1/(1.12^2)

For Year-2 NPV=Column-14 of


10 year-2/(1.12^3)

For Year-3 NPV=Column-14 of


11 year-3/(1.12^4)

For Year-4 NPV=Column-14 of


12 year-4/(1.12^5)

For Year-5 NPV=Column-14 of


13 year-5/(1.12^6)

For Year-6 NPV=Column-14 of


14 year-6/(1.12^7)

For Year-7 NPV=Column-14 of


15 year-7/(1.12^8)

For Year-8 NPV=Column-14 of


16 year-8/(1.12^9)

PS-4: NPV Total at Column-


17 14 for Year-1 to 8

Note:
1. The quantities have to be indicated by the Bidder with detailed calculations
2. We hereby declare that in quoting the above prices, we have taken into account the entire credit on inputs available under the MODVAT SCHEME introduced w.e.f. 1st March 1986 and
further extended on more items till date
3. If Annual maintenance Contract charges are required to be quoted as per SOR, basic charges should be shown in column-4 & the service tax in column 11 & 13.
4. We hereby certify that E.D/Customs Tariff Head shown in column 18/21 are correct & CENVAT Credit for the amount shown in column 13 above are admissible as per
CENVAT Credit Rules 2004.
5. The bidder submitting the offer with concessional E.D/sales tax shall submit the proof of applicable concessional ED/Sales Tax
6. The bidder shall submit the detailed breakup of the material list upto the card level and software module level along with the cost of each item given above in a separate
Annexure. In the case of software, the bidder shall also provide the breakup of per-user/per interface/per device software license as applicable

7. The bidder shall include any other hardware/software item required for installing, commissioning the system & commercial launch of service.
8. Any other item not covered above but essential for successful completion of project on turnkey basis should also be added in the price schedule and its details should be
given in the separate Annexure
9. In case it is found that any item not provided in the bid is needed for successful implementation of the project, the same will have to be supplied by the bidder free of cost

Signature of the Bidder

Name

Seal
Annexure-I

LCT (Laptop/Desktop/ EMS Terminal) Specifications:


1.1 The Clauses in the GR for LCT is modified as given below. Branded Laptop
should be provided as per the configuration mentioned below.

Dual Core/ 15 LCD screen/15TFT Screen/ 320GB or better / 2 GB RAM/


LAN port/ 2 No. USB Ports/ Printer port/ Video output port to LCD projector/
Mouse port/ PS-2 Keyboard port/ Licensed Operating software preloaded.
Laptop shall be supplied with a leather case. The AC power adapter shall
also be supplied. The Laptop/Desktop shall be supplied with three years
comprehensive warranty, which includes repairs to all the components
including the battery pack from its manufacturer.

The laptop shall be supplied with the LCT software installed in it and the
necessary cable accessories required for connecting a PC to the network
element. No software lock shall be incorporated in the LCT software. The
software supplied/ downloadable from EMS shall be re-usable on other
computer , if required.

1.2 The bidder is required to supply the IT hardware such as LCT, Printer etc
as per the make and models quoted in the priced BOM. In case, the quoted
IT hardware is no more supplied by the original equipment manufacturer at
the time of dispatch of the tendered item, a certificate to this effect from the
original manufacturer shall be submitted by the bidder. The bidder shall
submit the next version of the model quoted in the tender. The new model
of the IT hardware so quoted shall be from the same manufacturer of the
original model quoted in the tender. The new model of IT hardware, shall
be supplied at the same quoted cost in the tender.

1.3 Certified and licensed copies of the Original Operating Software and the
application software required for the LCT with one back up copy each shall
be supplied. No freeware software shall be supplied as solution. All the
software quoted as part of solution shall be licensed to BSNL for unlimited
period.

1.4 The same equipment shall be supplied under configuration as mentioned in


Schedule of Requirement (SOR) under section 3C. However, the
equipment shall be reconfigurable through software for the Local Craft
Terminal (LCT).
ANNEXURE-G (REVISED)

(On the client letter head)


To,
<________________
_________________>

Subject: Certificate from client for commercially deployed MPLS-TP based CPAN Switches

I, Mr/Mrs---------- , (name & Designation) on behalf of M/s----(operator name) hereby certified


that M/s -----(operator name ) is an operator in the country ------ with corporate address ----------.

I, Mr/Mrs ---------- , (name & Designation) on behalf of M/s----(operator name) hereby certify
that the following information regarding experience as given in table-1 of M/s ---------(bidder/OEM
name) and provenness of product deployed in my network as given in table-2& Table-3 are correct.

Table-1 for Experience


size of network
Name of Incharge of Network Date of
Sl. No of
Network /authorised executive commercial No of
No. MPLS-TP
Provider of Company commissioning EMSs
Nodes

Table-2 ( Proven-ness of MPLS-TP Equipment)


MPLS-TP Nodes Type of
Date of EMSs(make/model)
Sl Deployed Date of
commercial used for MPLS-TP
No make model capacity installation
commissioning based CPAN
Switches

Table-3 (Provenness of EMSs)


EMSs
No. Of Managed
MPLS-TP Date of Date of commercial
Sl No make model Switches installation commissioning

The installed and commissioned equipments as mentioned above are working satisfactorily.

Signature of Client
Name
Designation
Contact Address
Email-
Contact number

S-ar putea să vă placă și