<<

KAKRAPAR ATOMIC POWER PROJECT-3&4

Specifications for

Digital Electronics Private Automatic Branch

Telephone Exchange (EPABX)

For

Kakrapar Atomic Power Project-3&4

Page 1 of 28 KAKRAPAR ATOMIC POWER PROJECT-3&4

CONTENTS

Part-I: General 1.0 Introduction 2.0 Scope of supply, works and services 3.0 Maintenance Support 4.0 Criteria for qualifying bid 5.0 Export clearance certificate 6.0 Completion period 7.0 General technical terms and conditions

Part-II: Technical specification

1.0 System hardware and software architectures requirements 2.0 System main features and facilities 3.0 System networking and interface capability requirements 4.0 Requirements of system traffic parameters for voice and 5.0 Characteristics of sets 6.0 Operator Console system 7.0 System administration 8.0 Data transmission service 9.0 Factory acceptable test 10.0 Installation and commissioning of the system 11.0 Power supply unit FCBC & UPS 12.0 Battery system 13.0 Main and earth pit 14.0 Physical dimension and environment conditions 15.0 Documentation 16.0 Fault diagnosis and software loading tools 17.0 Tool kit and test instruments 18.0 Configuration of PCs required for maintenance and management 19.0 System configuration

Part-III: 1.0 Bill of quantities Annexure-1 Supply Part Annexure-2 Installation Part 2.0 Checklist

Page 2 of 28 KAKRAPAR ATOMIC POWER PROJECT-3&4

Part-I: General

1.0. Introduction

This tender is for design, manufacturing, supply, installation, testing, commissioning, certification and documentation of the communication server as an Digital Electronic Private Automatic Branch Exchange (EPABX) as per the technical specifications and scope of the work on turnkey basis at Kakrapar Atomic Power Project-3&4 (KAPP- 3&4) at plant site, Kakrapar, Near Surat, Gujarat.

2.0. Scope of the supply, works and services

2.1 Design, manufacturing and supply of the equipments at KAPP-3&4, Kakrapar after pre-despatch inspection. The pre-despatch inspection includes the factory acceptance test procedures as per prevailing standards and approved QAP.

2.2 Installation, commissioning, testing and acceptance of the EPABX at Kakrapar Atomic Power Project-3&4, Kakrapar. This includes transport, material handling, man power, integration of the system with the existing systems, connection to the field cabling through MDF, installation and configuration of the system, software, stations, customization, etc.

2.3 Installation, testing, commissioning and acceptance of the auxiliary systems like FCBC, UPS along with the battery units, (MDF) and telephone sets. This includes battery full discharge test using external electrical load other than the system.

2.4 Cable routing and termination of all the interface cables between main system and the MDF. EPABX patch cables shall be routed through bottom entry guarded with MS sheet. The distance between EPABX and MDF is approximately 20 Metres.

2.5 Interconnecting of all the equipment with the existing earthing in the equipment room with copper earth strip or suitable copper wire.

2.6 Preparation and implementation of the voice numbering plan and corporate directory plan.

2.7 Detailed documentation of the system interfaces and MDF wiring as a part of the main documentations. Site acceptance procedure for testing of all the hardware and software of the offered systems.

2.8 Arrange for training program of operation, control, maintenance & fault identification and rectification features to four system engineers and 2 operators regarding Communication Server, configuration of components and working features, functions, Preventive maintenance and software programming for day to day functioning of EPABX, Call billing/accounting, Call data recording and System Management software and brief training for 100 users for various phones and exchange features.

Page 3 of 28 KAKRAPAR ATOMIC POWER PROJECT-3&4

2.9 All equipment / material shall be covered under an onsite comprehensive warranty of 3 years from the date of final acceptance or final installation of the system at KAPP-3&4 site. The warranty shall include replacement of the faulty systems including service charges. The vendor shall depute one service engineer at KAPP-3&4 site for a period of three years (during warranty period) after installation and final acceptance of the system.

2.10 The vendor shall give the statement that they shall provide the comprehensive annual maintenance (i.e. including replacement of defective parts) for the system after warranty period.

2.11 Interfacing the VSAT network of NPCIL using the E&M and E1/PRI link or any other suitable and higher end technology scheme and implementation of the voice numbering plan.

2.12 Interfacing the exiting KAPS-1&2 network of NPCIL using the OFC Cable or E1 (Q SIG Protocol with Hipath 4000 ) links scheme and implementation of the voice numbering plan. System should support caller ID with name facility on the E1 line between two exchanges.

3.0. Maintenance support

3.1 The authorized vendor/original equipment manufacturer (OEM) shall guarantee the maintenance support for at least seven years from the date of completion of warranty period.

3.2 The rates for next five years Manufacturer backed AMC support shall be submitted by the bidder after warranty period. The service support including spares shall be guaranteed with mutual consent for minimum seven years. The offers for longer shall be preferred.

3.3 Undertaking has to be submitted by vendor to have Comprehensive Annual Maintenance contract (i.e. including replacement of defective parts with service charges) for the system after warranty period for next seven years.

3.4 Vendor shall submit the mechanism of the service support in the form of the flow diagram starting from the lodging of the complaint to the fault rectification along with the organisation and skilled manpower strength of their service centre in Gujarat or within 200 km from Kakrapara.

4.0 Criteria for qualifying to bid

4.1 Vendor shall submit authorization letter / certificate from competent authority of the original equipment manufacturer (OEM) for supply, installation, testing, commissioning and maintenance supports for the offered system in India against this tender.

4.2 The proposed system and model with an approximately capacity of 2000 ports (At least one installation) shall be operational in India and completed at least six months operational life. The vendor shall submit the commissioning reports along with the

Page 4 of 28 KAKRAPAR ATOMIC POWER PROJECT-3&4

system configuration and arrange a visit of NPCIL engineers to the installation, if required.

4.3 The vendor shall submit purchase order/ work order of the value of Rs. 40 lakhs for the offered model and make, in the last two years. The vendor shall submit satisfactory installation and commissioning certificate/completion certificate of the above system from the party.

4.4 Experience:

a. The vendor (Company or Group company) shall be in the telecom field at least for last three years and shall have installed and commissioned at least two similar exchanges with capacity of 1500 ports or more in the last two years. The vendor shall submit documentary evidence to support this experience (copies of purchase orders and completion certificates).

b. The vendor shall have minimum ten numbers of the customer sales and service centres in India for supply, installation and maintenance supports of the similar system. The vendor shall submit the documentary proof along with the list of the centres.

4.5 Company Financial position:

The vendor shall submit details of financial standing of the company viz Income Tax Clearance Certificate/PAN number, Annual report (Balance sheet & profit & loss account for the last 2 years). The vendor shall submit details of the turnover in a tabulated form for the last three years. The vendor quoting should have the positive net present worth for the two years and the balance sheet supporting the same shall be submitted.

5.0 Export Clearance certificate:

The authorized vendor or the OEM shall submit a letter of assurance stating that in case a purchase order is placed on the vendor, there will be no problem in supply the equipment to KAPP-3&4 (NPCIL) as the end-user due to any export restrictions by the exporting country(s). This letter shall also confirm that all the hardware and registration of licensed software will be on the name of the end user (NPCIL). The said letter of assurance shall be submitted along with price bid, failing which vendor’s offer shall not be considered by NPCIL.

6.0 Completion Period:

All supplies, installation, testing, commissioning and services in this tender shall be completed within four months from the date of purchase order. However vendor is advised at the earliest in NPCIL interest.

Page 5 of 28 KAKRAPAR ATOMIC POWER PROJECT-3&4

7.0 General Technical terms and conditions

7.1 Working Conditions

a. Vendor shall arrange adequate accident insurance coverage of his personnel. NPCIL shall not be responsible for any liability arising out of any accident/injury caused to vendor's personnel while executing the work. b. The vendor’s persons while working at NPCIL shall strictly follow the security and safety rules and regulations of NPCIL. c. Vendor shall arrange all materials and tool kits in sequence of work schedule to execute the work. d. Transportation of all materials, tools and manpower to and from work places is to be arranged by the vendor. e. To the extent possible the work shall be carried during normal working hours of NPCIL office i.e. 9:00 AM to 5:00 PM, Monday to Saturday. Prior permission will be required to work on holidays and beyond office hours on working days. f. During erection, commissioning & maintenance of the system vendor has to arrange his own accommodation for his personnel. NPCIL guest house can be arranged with prior approval of the Engineer In charge subject to the availability of rooms on chargeable basis as per NPCIL rules.

7.2 Warranty:

a. All equipments/materials shall be covered under an on-site comprehensive warranty of three years from the date of the final acceptance of the system. The warranty shall include free replacement of the faulty parts. b. Vendor shall place a qualified service engineer at KAPP-3&4 during the warranty period as per clause no 2.9. c. During the warranty period, the supplier shall maintain an uptime of 99% or more. In case of lesser availability, the warranty will be extended by one month for each 1% of shortfall in availability of the complete system.

7.3 Training: The vendor shall organize the following training programs without additional charges.

 Training shall be provided to minimum four KAPP-3&4 engineers for system configuration/programming and System Management software at KAPP-3&4 (Kakrapara) site. Similarly, on the job training shall also be provided during installation and commissioning of the system at the site.  Training shall be provided to minimum Two KAPP-3&4 operators for system call attendance / call routing / call metering / access of the directory services, configuration of components & working features, fault identification and rectification etc. after installation and commissioning of the system at the site.  100 Users shall be trained in batches for use of telephone instruments and their features, system features etc. at the time of installation of the offered system.

7.4 If desired, the vendor may visit the proposed location for the system at KAPP-3&4 site (with prior appointment) to understand the room layout, cable fibre route and scope of the supply, works and services.

7.5 Vendor shall quote item-wise rates (per unit cost and total cost) as per the given configuration and bill of the quantity (BOQ).

Page 6 of 28 KAKRAPAR ATOMIC POWER PROJECT-3&4

7.6 The equipment should have UL/CE/CSA safety certification. The equipment and installation must also comply with the electrical safety standards. A copy of these certificates shall be enclosed with the technical bid.

7.7 The proposed system (including all interfaces, protocols and software) shall be approved by the Engineering Centre (TEC) of Department of . The offer shall include the copy of necessary valid certificates / approvals.

7.8 Vendor shall furnish all technical specifications in detail for the proposed system as well as the bought out systems. Additional and relevant information can also be submitted along with the proposal as a reference documents.

7.9 Vendor should submit the list of the supporting standard recommended by the CCITT (ITU-T) for echo cancellation, voice compression, ISDN, User interface, Network Interface (Private and public network), IP .

7.10 The vendor shall be responsible for any loss or damage during transportation, handling, installation and commissioning of the system. In case of any damage the vendor will repair / replace the same at his own cost.

7.11 The vendor shall submit the equipment layout plan with dimension, time slot calculation (shelf/ carrier wise and cabinet wise), power consumption requirements and details of the accessories for the proposed system.

7.12 The offered system shall have built-in self-fault diagnosis and audio-visual alarm annunciation devices to provide the first hand information regarding the malfunctioning.

7.13 When the system goes down due to any reason (say power failure or some other fault), the system should have auto restart capability to automatically reload the system software after system power is restored/fault rectified.

7.14 Vendor shall provide the details of the system power supply distribution and it’s over voltage and over current protection for the various parts and its identification.

7.15 Vendor shall provide information about all the software updates time to time and carry out the updates free of cost for at least seven years from the date of completion of warranty period.

7.16 The technical description of the functioning of the offered system with the help of the block diagram showing the main parts of the system shall be submitted along with the technical bid.

7.17 If the offered product has capacity higher than the specified and similarly the offered product has more than specified features, facilities and functions, then such product will be acceptable. However the additional capacity, features, facilities and functions will not get any weightage in the technical and price evaluation.

7.18 During the pre-despatch tests, if found that the equipment is not as per the technical offer of the vendor, the equipment will be rejected by NPCIL.

Page 7 of 28 KAKRAPAR ATOMIC POWER PROJECT-3&4

Part II: Technical specifications

1.0 System hardware and software architecture requirements

The offered system shall have at least following hardware and software features as per the requirement of the NPCIL:

1.1 The hardware architecture of the system shall be based on the latest technology with PCM/TDM or modern LAN/level switching/ATM architecture.

1.2 The offered system shall support at least four numbers of ports and one numbers of the serial ports. Distributed switching or advanced should be possible on IP access points.

1.3 The offered system shall be based on universal slots and distributed hardware for signal processing, switching, power supply and auxiliary units.

1.4 The universal slots shall support the digital ports with simultaneous voice and data, analog ports with DTMF signalling, standalone DTMF receiver ports, ready to use IP ports, E1 ports, CO ports, ISDN PRI/BRI ports, E/M ports, fire alarm ports, paging ports and power failure circuit ports.

1.5 The offered EPABX should be modular in design. This should be designed for 100% non-blocking switching system for equipped and wired ports. The number of the cabinets and the size of each cabinet shall be given based on the physical slots, logical time slot / channels for the equipped and the wired ports to achieve the above specified non-blocking communication criteria and also to accommodate all the peripheral interface cards.

1.6 All the hardware shall be installed and commissioned for equipped ports and free physical slots shall be available for the wired ports. The vendor shall carry out the wiring between the main distribution frame (MDF) and all the specified ports (equipped and wired ports).

1.7 Vendor to indicate specification of server used. The offered system should use open standards for its Operating system, Call processing, signaling & networking. The system should support both single bit and double bit error correction capable of switching voice, data and images without any degradation of performance.

1.8 The system shall use advanced multi user / multi tasking operating system. The system should provide non blocking Digital path for the Voice and data Communication (IP Protocol). The system should also offer an in-built Ethernet port management (LAN).

1.9 All the software packages shall be loaded and the software licence & locks shall be opened in both the systems for all the system parameters and applications for “fully equipped and wired capacity. The list of all the software licence, key & locks etc shall be submitted. The additional cost for software licences and locks, if applicable, shall be furnished clearly in the price bid if at all necessitated.

Page 8 of 28 KAKRAPAR ATOMIC POWER PROJECT-3&4

1.10 Alternate routing or least cost routing shall be available through PSTN over ISDN- PRI link during interface link failure and link congestion. If there is a delay due to BSNL in implementing this feature, the vendor will not be held responsible. But, whenever the BSNL part is ready the vendor shall test and commission this feature in the EPABX free of cost.

1.11The system shall have an integrated VoIP for enabling the IP telephony over IP trunks and IP extensions. IP gateway shall support at least 250 fixed IP addresses, end-to-end DTMF signalling and the / transmission.

1.12The software architecture of the offered system shall be run under an open, real time operating system and provide a native Ethernet communication link, in direct connection with the real time handling. The systems shall have the latest version of software packages for the Linux/ UNIX operating system, programming language and all the applications to meet all system features and functional requirements for the proposed configurations.

1.13The software shall include the full trunk routing software for daytime routing, distributed trunk routing, alternative routing, route optimisations and digit manipulations also.

1.14The offered system shall have voice guided auto attendant features on all caller lines and accordingly the vendor shall provide the required number of interconnecting ports for voice-guided auto attendant. The offered system shall have capability to incorporate the Interactive Voice Response (IVR) facilities.

 Any analog or digital telephone should be empowered to alter the auto attendant message as per programmed in telephone exchange.

1.15Analog extension ports shall have built in or distributed DTMF receiver circuits. Minimum one number of DTMF circuit shall be available for ten analog ports. All the DTMF cards shall be equipped in universal slots and accordingly the physical slot and time slot calculation is to be taken care for specified non-blocking communication.

1.16 Ringer circuit per should be provided. The design of ringer circuit for the analog ports shall be such that it shall provide the ringer current to all the ports simultaneously and it shall be equipped with over voltage and over current protection.

1.17 The shall be available always with in 300msec after lifting the telephone handset.

1.18 System Redundancy: - The system should be provided with 100% Duplicated control unit in Hot standby mode. The servers shall be provided in hot-standby mode in such a manner that if one server fails the second server shall be able to take the complete load of calls automatically (without any manual intervention) without dropping any existing calls (IP, TDM& PRI). System should be providing Geographical redundancy using Client Server based architecture. The basic system should be capable of achieving its ultimate capacity (2000 Lines) without the need of adding / Upgrading CPU. The following duplication should be provided with the system for:-

Page 9 of 28 KAKRAPAR ATOMIC POWER PROJECT-3&4

 Switching Network ( TDM/PCM) Bus  Power supply duplication upto control section  Tones  Main and standby memory  The system should provide complete set of control cards in duplication mode. In case of failure of one processor card, the duplicated card should take over immediately with the current database, on which the system is working, without the disconnection of established calls.

1.19 The system shall have the required management facilities for system feature programming, fault location and diagnosis, main and remote unit monitoring and fault annunciation using external audible devices.

1.20 The system should support a minimum of 250,000 BHCC (Busy Hour Call Completion) or more. Vendor to indicate BHCC of the system offered.

1.21 The system architecture should be such that it is inherently able to handle high traffics and it does not require any traffic engineering to take care of high loads. Enough time slots should be available within the system, which ensures that no extra time slot cards needs to be added to do load balancing (vendor to confirm this). Vendors to design the system to meet BHCC requirement as per clause 1.20.

1.22 The system should be open architecture, which is designed to add new features, applications, hardware, etc. by more addition of cards or suitable software changing the entire system.

1.23 The system should be able to provide a single unified platform connecting various signal units for catering to current requirement of 1200 ports equipped, 1500 ports wired and future expansion up to 2000 ports ( for future requirement site expansion). This should be possible with a single system using same processing unit and NOT through networking of multiple EPABX systems.

1.24 The system should work on the latest FLASH ROMs; both the primary and secondary storage devices should be of RAMs, ROMs and flash ROMs. The system data should be automatically updated and also backup data should be available on Hard disk.

1.25 The system shall support the architecture to provide simultaneous voice, data and video transmission without any degradation of services.

1.26 The system shall be of universal port architecture. This should ensure that any card could be inserted in any slot including high-density cards like E1 cards, etc. without wastage of slots (vendor to confirm this).

1.27 The system shall have the necessary interface to support voice mail applications.

1.28 The system shall support voice mail, email integration and fax messaging in an integrated multimedia messaging system, CTI, Presence, and Instant Messaging. All

Page 10 of 28 KAKRAPAR ATOMIC POWER PROJECT-3&4

these features should be available from same EPABX OEM. It should also support point to point video conferencing.

1.29 The systems should support multi media conferencing solutions including audio, video and data collaborations.

1.30 The system shall be capable of working as transit switch, local switch and data circuit switch.

1.31 The system should be capable to support networking through IP Trunk without any E1/T1 links. The IP Trunk should support the following CODEC: a) G.711 b) G.723 c) G.729a and G.729b.

1.32 The system should support IP extensions (IP hard phones and IP soft phones).

1.33 The system should support the following type of trunks-Ring down, Both way Loop Dial, E&M (2 wire/ 4 wire Type V), DTMF, MFR2 DID lines (Indian), CEPT connectivity, ISDN BRI and PRI.

1.34 The system should support ISDN BRI, ISDN PRI, ATM and IP TRUNK with interface cards in the universal slots of the system.

1.35 Any analog extension shall be capable of reaching a distance of 6 km on 0.5 square mm copper conductor cable.

1.36 Telephone Operator console shall be working at maximum distance of 1 km on 0.5 square mm copper conductor cable.

1.37 All telephone sets (analog and digital) shall be line powered from the system and connected on two wires (single pair) only.

1.38 The main system shall be equipped with internal/external music system for music on hold facilities.

1.39 All the software authorisation levels (passwords) shall be supplied along with the system and it shall be available with the system user (NPCIL).

1.40 All analog trunks shall be supplied with pulse metering and busy tone detection's features.

1.41 The Caller Line Identifications (CLI) shall be available on all digital/analog/IP ports with incoming caller number and name for the same EPABX extensions and incoming caller number.

1.42 The Caller Line Identifications (CLI) shall be available on all trunk ports like E1/ E&M/ CO trunk with incoming & outgoing caller number and name for the same EPABX extensions and incoming caller number.

1.43 The vendor shall furnish the complete technical details of the system including the critical system parameters like number of class of services, number of the DID transaction table for level DID, number of the hunt groups and number of the digits.

Page 11 of 28 KAKRAPAR ATOMIC POWER PROJECT-3&4

1.44 The equipment shall be constructed on a modular basis, using plug in type components to the maximum practical extent. The equipment panels shall be enclosed, self- supporting type forming complete factory assembled enclosures. The field cabling entry shall be from top of the panels. The input/output termination cables shall be labelled front and back to permit ready identifications.

1.45 Interface to make PA system using interface card. (Access to the announcer by dialling specific code). It should also provide one Contact from the card in addition to Voice path for actuation of the PA system.

1.46 System shall support four to six digit extension numbers.

1.47 The system platform shall be based on open system architecture and universal multitasking real time operating system.

1.48 It shall support uniform system software for full migration to all extensions and all trunks in future. TEC approval for these capacities should be attached with the technical bid.

1.49 The software version offered shall be of the latest release and the updated software versions should be given free of cost for further seven years from the date of completion of warranty period.

1.50 AUTHORISATION CODES: Every user shall have his own authorisation code to make outgoing calls thereby ensuring no misuse of the system. At large no. of unique authorisation codes shall be possible in the system. OR Password facility preferably similar to BSNL for opening and closing of STD/ ISD facility and pass word should be user changeable.

1.51 System should have time synchronisation facility with external clock/ GPS system through IP connection or maintenance terminal.

2.0 System main features/facilities

The proposed system should be capable to provide the following features /facilities to the subscribers through user-friendly system programming. 2.1. Abbreviated dialling 2.2. Account code charging 2.3. Alternating between parties (broker call) 2.4. Appointment reminder 2.5. Assigned night answer for Trunks. 2.6. Automatic call back on Busy trunk/bundle/network link 2.7. Automatic call back on free/busy extension 2.8. Automatic lockout of faulty lines 2.9. Auto Relocate of Extensions: An extension user should be able to get all the facilities to his new location by only activating the code. Even the Extension number should remain same without disturbing wiring arrangements on MDF. This activation should be possible by individual user. 2.10. Boss-Secretary feature digital subscribers.

Page 12 of 28 KAKRAPAR ATOMIC POWER PROJECT-3&4

2.11. Call by name and number from the digital & IP station 2.12. to extension or hunting group, voice mail, operator, paging, etc. 2.13. Call Forwarding (Internal and External) – no answer / busy/immediate/follow- me/fixed/variable 2.14. Call Park 2.15. Call Pickup from any extension (individual and in a group) 2.16. Call transfer 2.17. Camp on busy extension/line 2.18. CLI on the selected terminal. 2.19. Choice of supervisory tones or voice announcements. 2.20. Class of service changeover by station/operator/administration. 2.21. Controlled private call by pin code. 2.22. Digit suffixing / prefixing – For the incoming calls, either from other exchanges or trunk, it shall be possible to insert/suppress at least 6 number or more of digits. 2.23. Direct Inward Dialling supporting DP/DTMF/MIXED a. Direct inward dialling (DID) on CO line b. Direct inward dialling (DID) on 2Mbps ISDN / R2MFC link c. Direct outward dialling (DOD) on 2Mbps ISDN / R2MFC link. 2.24. Directory Services (System should support minimum 5000 entries – name and numbers). 2.25. Do not disturb 2.26. Emergency call – by dialling a code (can be single digit) the user should be able to be routed to an emergency destination: external, internal or attendant. 2.27. Executive Override. 2.28. Feature Portability. 2.29. Forced Release under the following conditions: a. User exceeds a present inter digit time interval b. Calling user exceeds a preset time while listening to the or busy tone c. When any of the two users of a normal call terminates. 2.30. Group Hunting 2.31. Hold facility 2.32. Hot-line services on extensions and trunks 2.33. Individual directory internal/external 2.34. It shall be possible to suppress or add digits for outgoing calls. 2.35. Last number redial 2.36. Local and external call 2.37. Malicious Call Identification – Manual & Automatic 2.38. Mobile class of service for selected users or all users; this should include the mobility of the individual extension number across the network. 2.39. Multiparty Conference with minimum 6 external parties. 2.40. Priority call 2.41. Private incoming / outgoing trunk (Dedicated Trunks for Priority Users) 2.42. Recorded announcement / music on hold (internal & external) for waiting party 2.43. Saved number redial – After dialling an internal or external number it can be saved by dialling a code, then number can be dialled by using the same code. 2.44. Selection of night service – at least 3 options should be selectable from console that is a line transfer to predefined extension, to voice mail, to a hunting group. It should also be possible to allocate each trunk line a different Night Destination. 2.45. Special night answer points.

Page 13 of 28 KAKRAPAR ATOMIC POWER PROJECT-3&4

2.46. Support of DP/ DTMF/mixed/digital/IP/DECT signalling. 2.47. Support the flexible numbering plan for dialling up to ten digits. 2.48. Time of day barring of Local/STD/ISD calls from specified extensions. 2.49. Timed reminder – wake up call 2.50. Toll / code restriction for trunk/tie or station-to-station calls. 2.51. Voice guided auto attendant facilities at least for 12 numbers of the Internal/External callers and capability of the interactive voice response for Internal/External callers for the system. 2.52. Time and date announcement facility through auto attendant system or voicemail system on dialling of code. 2.53. Auto attendant messages should be user programmable form any analog and digital telephone. 2.54. Extension to Cellular: The offered platform should provide 250 embedded licenses for users for achieving one-number accessibility by bridging calls that come to an office extension to any cellular phone.

3.0: System networking and interface capability requirements

The offered system shall provide the connectivity with all types of EPABXs approved by TEC / DOT and it shall support at least standard QSIG-BC-GF, Extended QSIG and DPNSS standard protocols for inter connectivity. Vendor shall supply licence software package/locks along with the hardware for enabling the QSIG, Extended QSIG and DPNSS link protocol.

The offered system shall also provide homogeneous as well as heterogeneous networking configuration according to various topologies as per the site requirement to establish an enterprise voice and data networking over VSAT network of the NPCIL. The proposed system shall be compatible and ready for implementation for Voice over IP network, Voice over FR network, Voice over ATM network, Virtual private network and switched private network along with the basic network telephone services.

The proposed system shall be compatible to handle the following links/connectivity for the system networking to achieve above requirements.

3.1 Terminal connectivity: a. Analog/digital/IP/DECT interfaces b. ISDN (2B + D)/(3B+D) interface bus for S0 terminals 3B+D not required c. ISDN BRI (2B+D) & PRI (30B+D) for BSNL connectivity d. Ring down line connectivity e. E & M trunks connectivity f. Link for fully integrated Voice Mail/Fax Mail link g. Link for Interactive Voice Response System (IVRS). h. DID, Level DID/Indian R2MFC. i. Automatic Call Distribution (ACD) j. CLI link on all Analog and Digital ports on ISDN/Digital/E1/IP Trunks

3.2 Public switched networks connectivity: a. Analog CO trunks b. Analog DID R2MFC c. Digital DID R2MFC/ISDN

Page 14 of 28 KAKRAPAR ATOMIC POWER PROJECT-3&4

d. ISDN access e. ISDN Primary rate interface access

3.3 Public packet networks connectivity: a. ATM 155 M/bit SDH b. X21/X24/V11/V24/V35 or V36/Frame c. Ethernet 10/100 BT

3.4 Private networks connectivity: a. Analog Tie lines through long distance modem (if required) at both end 2,4,6 wires & E&M b. Digital Tie lines, E&M c. Digital DID R2MFC/ISDN d. ISDN Basic rate interface access, ISDN Primary rate interface access, Proprietary private network, QSIG, DPNSS protocols, proprietary private network protocol. e. ATM 155 M/bit SDH, QSIG, Extended QSIG, DPNSS protocols f. X24/V11/V35 or V36 Frame relay, Private network, QSIG, Extended QSIG, DPNSS protocols g. Ethernet TCP-IP, Private network, QSIG, DPNSS protocols h. E1 connectivity

4.0 Requirements of system traffic parameters for the voice and data communication

The offered system shall meet the global traffic parameters for the voice and data communication as per the following requirements. All vendors shall submit the supporting test certificate for these parameters and also it shall be demonstrated during the pre-despatch test and also at user sites.

4.1 Voice communication The global traffic of standard telephone equipment (Low traffic equipments) shall be 0.16 Erlangs, which includes the internal (0.04 Erlang) and external (0.12 Erlang) telephone traffic. External telephone traffic shall be estimated at 0.12 Erlangs, which can be further divided as follow: Outgoing call: 0.06 Erlangs/average duration of call: 3 minutes Incoming call: 0.06 Erlangs/average duration of call: 3 minutes

The global telephone traffic of those high traffic equipments like attendance console for operators, ACD, telephone set, etc shall be estimated at 0.7 Erlangs.

4.2 Data communication Data communication traffic shall be estimated at 0.3 Erlangs for average traffic equipment and 0.7 Erlangs for high traffic equipment

Page 15 of 28 KAKRAPAR ATOMIC POWER PROJECT-3&4

5.0 Characteristics of telephone sets (subscriber terminals)

The proposed system should provide the connectivity for all types of the telephone sets (subscriber terminals) like basic analog telephone set, premium analog telephone set, digital telephone sets, IP based soft and hard telephone sets and DECT based telephone sets. Vendor should offer various range of analog/digital/IP telephone sets, each capable of meeting one or more of a variety of needs for the corporate offices.

5.1 Analog telephone sets

The analog push button telephone sets to meet the following requirements. a. It shall be copper track PCB. b. It shall be desktop type. c. It shall have both DTMF/DP facilities. d. It shall have anti-skid foot. e. Redial facility f. It shall have at least two colour options. g. It shall have at least two lines alphanumerical display window. h. It shall have at least 8 memory keys. i. It shall have caller line identification facilities. j. Redial Switch on panel k. It shall be with built-in speaker and microphone for hand free operation. l. It should be battery free.

5.2 Digital telephone sets

The professional digital telephone sets to meet the following minimum requirements: a. Line power feeding using two wire (single pair) b. Alphanumerical display windows for at least three lines and 48 characters. c. Capability for simultaneous voice and data transmission. d. Capability for converting the digital set as an ISDN, CTI or analog terminal using additional interface adopters. e. Selectable ringing patterns at least two types of the patterns. f. Programmable/fixed feature buttons for conference, mute, transfer, drop and hold, redial, do not disturb. g. Programmable soft keys at least six numbers for various application and features. h. Built in message waiting lamp i. Call logging services j. Integrated personal directory services and name dialling facilities. k. Built in microphone and speaker for hands free operation. l. Caller Line Identification (CLI) feature by caller number and name. m. Programmable buttons min 16 keys for speed dialling boss/secretary feature, camp on, second call activation. n. Context-sensitive keys associated to the display – These contextual keys are linked to the context displayed on the screen to directly activate functions. Shall have Message waiting indicators.

5.3 IP phone set

IP/SIP Telephone stations should support:- a. 802.1x for authentication, Support both SIP & H.323 protocol; Standards-based codec support: G.711, G.729.QoS (Internal to the station and priority to the voice

Page 16 of 28 KAKRAPAR ATOMIC POWER PROJECT-3&4

signal) Fixed or dynamic assignment of the IP address by customer DHCP AES for voice content encryption. b. Monochrome LCD Display 3 lines or more c. Remote power feed per the 802.3af standard (PoE) and local 120/230V feed d. Multi-key / Multiple-number stations - This function should allow a user with a station that is assigned only one number, to simultaneously establish several outgoing or incoming calls. Each station key can be programmed for a different extension number, to permit easy differentiation of incoming calls. e. Hard buttons for messages, call history, home, navigation cluster, contacts, headset, volume, mute, speaker, Automated attendant f. Context-sensitive keys associated to the display – These contextual keys are linked to the context displayed on the screen to directly activate functions. Shall have Message waiting indicators. g. Shall have integrated alphabetic/alphanumeric keyboard for functions such as and dial by name. h. Open to applications: The system shall support an IP Soft phone application that allows the users to manage their calls from a PC. i. Support for basic Sipping features like 3-way conferencing j. Support Dual 10M/100M/1000M auto-sensing Ethernet ports, so that one LAN point able to feed both IP Phone and PC in series. k. Support popular telephony features including 3 line indicators, full-duplex hands free speakerphone, voicemail, etc. It should also support for displaying user’s status like busy, available, logout etc. l. Security Features: It should include following features- Image / Device / File / Signalling authentication, Media encryption, Signalling encryption m. Programmable buttons min 16 keys for speed dialling boss/secretary feature, camp on, second call activation.

6.0 Operator console system

The vendor shall offer the PC based console with a detailed description of features. The console shall be equipped with the headset with volume control Plantronics make for hand free operations along with the required furniture. The minimum specifications of the attendant console are as follows:

6.1 The PC based attendant console should be with 21" LED monitor and Antiglare screen and keyboard. This console shall provide the following minimum facilities: a. PC based terminal along with head set with volume control b. Telephony application running under Linux/ UNIX. c. Full windows resizing and layout personalisation d. Multi-applications compliant e. Hands-free operation f. Supports all telephony applications. g. Subscriber and trunk facilities h. Manual or automatic answering facilities i. Call internal or external correspondent by name j. Software shall support the set of soft keys on the monitor as per the normal telephone layout. k. Software shall support the set of function and program keys designed to handle special operators features like hold, night answer mode, call splitting, call pickup.

Page 17 of 28 KAKRAPAR ATOMIC POWER PROJECT-3&4

l. Software shall support the set of programmable keys for direct dialling (One touch dialling) of internal or external numbers. m. Text messaging facilities n. Multiple Ringing levels o. DTMF transmission p. Automatic call transfer q. Locking the terminal r. Withdrawal of consoles s. System management t. System and port wise diagnosis and built in audio visual alarms on screen u. Corporate directory services using LDAP server/ Directory server

7.0 System Administration

The system administration shall have the Exchange (Switch) Management system (NMS) in one PC.

7.1 The Exchange (Switch) management system software shall be based on latest open platforms running under Unix/Linux, providing multiple graphical applications offering a consistent and friendly graphical user interface (GUI). This system shall integrate all applications needed for complete telephone system administration such as:

a. System configuration and subscriber management application b. Performance application in text as well as graphical format c. Built in fault diagnosis and audio-visual alarm system d. Offer user–friendly access to the various proposed services e. Be protected by an overall access code and offer several secondary access codes f. Provide the overall management of the system g. Provide all menus in English language h. Enable printout of information via printing software i. Provide the TCP/IP based LAN connectivity j. Traffic measurement facilities such as i. Overall internal traffic of the installation ii. Traffic of one attendant position iii. Traffic of attendants groups iv. Trunk group traffic v. Traffic per external trunk vi. Traffic per normal user vii. Traffic per user group viii. Traffic per mobile DECT user ix. Traffic per private link, proprietary protocol x. Traffic per private link, QSIG protocol xi. Traffic per private link, DPNSS protocol xii. Virtual private network traffic per direction xiii. User traffic observation facilities xiv. Presented calls xv. Number of calls answered xvi. Number of calls abandoned

Page 18 of 28 KAKRAPAR ATOMIC POWER PROJECT-3&4

7.2 The call billing/accounting and Call Data Recording software should support the following features:- It should possible to have a centralized accounting system. The EPABX system in the network should send all the call Data Records to the Accounting system via LAN/Q-SIG interface for accounting. Necessary work station hardware for EPABX interface with licensed OS and Office 2013 software should be supplied for the system. The Data recording software should process all data and keep the data in its own database for later reference.

7.3 The system should generate Call data Records (CDR) for all connected lines including: a. Date, Time & Duration of the call b. Calling Party number & Called party number c. Type of calls (incoming/outgoing/ inter-/local/public/private) d. Node number and trunk group identity.

8.0 Data transmission service

The proposed system shall be compatible to interface the data transmission devices/networks for the data transmission services. It shall support the non-dedicated or dedicated equipment to handle voice and data services simultaneously on single pair telephone wire. The vendor shall provide the different adopters and interfaces if required (V.24 adopters, RS-232 adopters, DSL adopters, ISDN adopters, standard analog adopter) with various protocol and port speed with the proposal.

9.0 Factory Acceptance Test

Factory acceptance tests (FAT) shall be carried out at factory premises of the supplier prior to despatch by authorised NPCIL team as per pre-despatch inspection clause of the tender. All the software and hardware functional features shall be tested and demonstrated using the system to be supplied. The supplier shall prepare and submit the list of qualification tests along with the details like type of the test, objective of the test, test procedure and duration of the test along with their offer. The offered system will be tested in energised conditions for 100 hours with at least 10 % loading of the total port capacity. The test results and certificates in original shall be made available along with the documentation. Similarly vendor shall make all the arrangement of qualification tests for all brought out items (like battery and FCBC etc.) at the premises of principal supplier. The equipment shall be shipped after obtaining the shipping release certificate from the authorized representative of the NPCIL only.

10.0 Installation and commissioning of the system

Vendor shall submit the pre requisite for preparation of telephone exchange room, FCBC, UPS and battery room, total power supply requirement and Air Conditioner requirement for the system along with their offer. NPCIL will provide the equipment room for the installation as per the pre requisite. Vendor shall make all the arrangement for installation and commissioning of the system along with the accessories in accordance with the schedule of the NPCIL. The system operation and acceptance test shall be conducted for on site for the final acceptance and certification. The vendor and NPCIL teams shall work out the detail of the test and test procedure after placement of the purchase order. The fixing hardware, tools & tackles etc. required for installation of equipment’s, accessories, FCBC and battery, electrical equipment etc. shall be arranged by the vendor. The vendor may visit

Page 19 of 28 KAKRAPAR ATOMIC POWER PROJECT-3&4

to site and prepare the installation layout in consultation with Engineer In-charge after allotment of the purchase order.

11.0 Power supply unit – Float cum Boost Charger (FCBC)

The FCBC unit shall have IGBT based switching & controlling section with duplex hot standby unit for redundancy. The total load capacity shall be able to feed the communication equipments (at full load considering full capacity of equipment) and charging the SMF battery load (considering battery is fully discharged). Vendor shall clearly mention this load capacity. The FCBC shall be equipped with protective device to monitor the output voltage for safe operation of main equipment, battery and the FCBC.

The input supply available for the EPABX system is regulated 220VDC (5% Steady State regulation) as supplied by KAPP-3&4. The vendor shall include the necessary power conditioning equipment (as required) for satisfactory operation of the EPABX as specified. Vendor shall mention the requirement of AC/DC supply to the FCBC and loading on AC side at full load considering inrush current required for initial starting. Vendor shall provide necessary isolation switch, mains control board along with cabling and surface wiring with male female sockets for AC side, load side and battery side. All the standard features of rectifier like “Floating” and automatic “equalisation” device, with manual command of the “equalisation” mode and automatic switch back to “floating” mode once the battery is loaded with all the indications should be available and clearly mentioned by the vendor. All cables used shall be of LHLS (Low Halogen Low Smoke) type. Vendor should submit technical specifications of FCBC with original equipment manufacturer’s (OEM) catalogue.

Uninterrupted Power Supply (UPS) This includes supply of two UPS with following features:- Modes of operation- Online, On-battery, Bypass & Maintenance or service Input supply- 240VAC, 50 Hz single phase Output supply- Required for system or 230V AC, 50 Hz Battery back-up- 12 Hrs.

Vendor should submit technical specifications of UPS with original equipment manufacturers (OEM) catalogue.

12.0 Battery system

The vendor shall supply the sealed maintenance free (SMF) Lead Acid battery banks; vertically stackable type capable of providing back up power supply to the offered system and accessories for 12 Hrs considering the system is fully expanded and operating with peak traffic at full load. Vendor shall supply the battery system with non-corrosive metallic stand along with stackable mounting accessories. The battery stand should be anchored with the floor. The full load discharge test will be carried out at the site and therefore vendor shall arrange the external electrical load to conduct this load test. The vendor shall clearly mention type; make, size and capacity of the battery back up. Vendor shall submit the detail specification of the batteries along with the performance versus the temperature characteristics from the original equipment manufacturer (OEM).

The Recommended makes: Amaraja / Exide / Base Power

Page 20 of 28 KAKRAPAR ATOMIC POWER PROJECT-3&4

13.0 Main Distribution Frame (MDF) and earth pit

Main Distribution Frame (MDF) should be of disconnecting type KRONE - LSA-PLUS type module connector (Including Dust proof cover, label holder etc.). MS cabin Wall Mount Frame suitable for mounting of KRONE blocks with connecting telephone wire of 0.5 sq. mm with insertion tool. It must have reliable cable fixing and grounding unit.MS cabin should be galvanized powder coating of standard brand suitable for termination of telephone cable. The size of MS cabin should accommodate full capacity of EPABX. MDF along with IPM Modules and all the mounting accessories for the offered system will be arranged by vendor; however the vendor shall lay the cable of length 20 meters approximately between the system and the MDF using the non-corrosive metallic boxing or cable tray and complete the termination as per the MDF programming. The vendor shall prepare the entire cable termination diagram (system side as well as MDF sides) and programming of the MDF and these diagrams shall be laminated and pasted in the MDF as a ready reference. MDF Jumpering shall be carried out at EPABX side and Field side including supply of the jumper wire. All cables used shall be of LHLS (Low Halogen Low Smoke) type. The vendor shall connect all the equipment to the earth pit / earthing bus which shall be made available near equipment room by NPCIL.

14.0 Physical Dimension and Environmental condition:

The vendor shall specify the number of the cabinets, the physical dimension of each cabinet, weight of the each cabinet and the layout scheme (Plan and elevation view) for the offered system and accessories.

The offered system shall work satisfactorily under following environmental conditions: a. Temperature 5o to 45o Centigrade b. Humidity 50%RH to 85%RH

Tests will have to be conducted by the vendor to confirm satisfactory operation of the system. Electromagnetic Interference shall be as low as possible; however the vendor shall provide all the required protection against electromagnetic disturbances generated by lightning, fluorescent lamps, synthetic coatings, waves, etc.

15.0 Documentation

Vendor shall submit the equipment wise three sets of each of the following documents (Bound manuals as a hard copy as well as soft copy on CDs) which shall includes the system descriptions, installation and commissioning procedure, system programming, operating procedure, step by step fault diagnosis and fault rectification, circuit diagram etc. with Full material supply. a. Main system manual b. System programming manual c. FCBC manual d. UPS manual e. Battery manual f. Operator attendant console manual g. Remote unit manual h. Workstation and operations of the administrator

Page 21 of 28 KAKRAPAR ATOMIC POWER PROJECT-3&4

i. Operation of the metering device and traffic monitoring j. Installation recommendations k. Operating manual for each type of Digital Phone instrument (Single copy only) l. Operating manual for each type of IP Phone instrument (Single copy only) m. Detail wiring diagram for each MDF n. Remote access device manual o. Qualification tests manual p. Set of the type approval certificates q. Set of software licence etc r. End documents consist of the following i. Set of PO copies and shipping release ii. List of the make and models for all the major components. iii. Acceptance deviations iv. Design concession if any v. Set of all the test certificate vi. Reduced size of all the drawing

16.0 Fault diagnosis and software loading tools

The vendor shall provide the fault diagnosis, fault analysis, fault correction and software loading tools for the offered system. This tool shall capable to take on line back up of entire database and reload the system software along with database in case of the software failure. The tools shall be loaded on PC equipped with required hardware interface and the licence software. The vendor shall supply all anti virus software updates at free of cost for at least three years.

17.0 Tool kit and test instruments

The vendor should supply the two sets of the tool kit and instruments in the carry box along with the system. The vendor should specify the list of the tools and test instruments required for day-to-day operation and maintenance of the proposed system. However following tools and test instruments are to be included in the supply along with the carry box. a. Krone tool for krone terminals. b. Link tester for the telephone cable and UTP cable. c. Digital temperature and humidity indicator. d. Krone isolation plug (set of 25 numbers). e. Cutter f. Nose pliers g. Wire stripper h. Screwdriver set i. Nipper j. Filing tool k. Cleaning liquid l. Brushes 1 m. Digital multimeter fluke Make 3 /2 digit

Page 22 of 28 KAKRAPAR ATOMIC POWER PROJECT-3&4

18.0 Configuration of PCs required for the system

A) Hardware Configuration:

CPU Intel Quad core, 4.0 GHz (or better) processor with Hyper - threading technology, 1 MB (min.) L2 Cache memory, 800 MHz FSB or better Mother board Latest Intel chipset based original Intel motherboard Memory 4 GB Dual Channel DDR SD RAM at 400 MHz Expandable up to 16 GB Hard Disk drive 1 TB or higher, SATA 7200 RPM with SMART support CD-RW drive 16X DVD writer Video Graphics Integrated Intel Extreme Graphics 2 or better Monitor 21" LED Monitor Ethernet Card Integrated 10/100/1000Mbps NIC with two number of cards, with remote booting facility, UTP Ports 1 Serial, 1 Parallel, minimum 4 USB 2.0 and 2 USB 3.0 (2 Nos. at the front side preferred) Multi-media External Creative Lab speakers, External Microphone, Specifications for the speakers may be submitted along with the quotation Mouse Two button scroll optical Mouse Make: Original Equipment Manufacturer (OEM) or Logitech Keyboard ready Multimedia keyboard Make: OEM Cabinet Mini tower or micro ATX Manageability Remote Management: Remote administration – remote shut down and Features rebooting the system, configuring, diagnosing over the network asset management and tracking. diagnostics for checking hardware problems and SMART utility for HDD health monitoring. All the necessary software shall be provided with the machine. Internal Industrial Grade SMPS Power Supply Input 230 V AC  10%, 50 Hz, single phase Power Supply Spike guard Minimum 4 outlet spike guard with PI filter circuit and Phase, Neutral, Earth, Indications and having ISI mark Power It shall have Energy Star Compliance, Screen Blinking, Hard Disk & Management System Idle Mode Power ON and set up Password. Operating System Linux/ UNIX/ Latest Windows with original softwares and Driver CD/DVD External HDD 2TB portable

19.0 Mobile Programming device specifications

Feature Specification Screen Size 15.6” HD LED Display Processor Intel i5/i7 Processor second generation or better Memory 4 GB DDR3 or higher Hard drive 1TB SATA @ 7200 rpm or higher Graphic card 1 GB Discrete AMD Optical- Drive 16 * DVD-R/W or higher

Page 23 of 28 KAKRAPAR ATOMIC POWER PROJECT-3&4

Networking Integrated Gigabit Ethernet network interface or better Key board Cordless Standard Windows keyboard Mouse Cordless Optical mouse with scroll button Audio / Sound Built-in-speaker External ports 2× USB 3.0, 2× USB 2.0, Mic In, Speaker out, Ethernet(RJ45), HDMI In/Out Other Ports Multiple card slot, PCI express slot etc. Operating systems Linux/ Windows 8.1 Professional with License and original DVD media, Driver CD containing all drivers of Motherboard Touch Function 10 point Multi-touch

20.0 System configuration:-

Based on the above requirements of the NPCIL, the vendor shall submit the exact configuration of the offered system to meet the equipped and wired capacities of the system. The equipped capacity refers to the number of the ports, which are installed, commissioned, and operational. The wired capacity refers to the number of ports that can be accommodated in the offered system without change of the cabinet, however the required numbers of the physical slots are available, the wiring is completed from the back plane to the MDF but the card is not installed.

Page 24 of 28 KAKRAPAR ATOMIC POWER PROJECT-3&4

PART-III Bill of quantities: Annexure -1 Supply part

Sr Description Unit Quantity Unit Total No. Rate Amount 1.0 Supply of ISDN/ATM, Non-Blocking, Digital, No. 01 IPV6 based EPABX system (Two geographically separated redundant communication servers in hot standby Mode) wired for 1500 ports and expandable upto 2000 ports. The following capacities shall be equipped and programmed in the system as per technical specifications: a) 1300 Analog extensions b) Digital extension card (2+1 spare) c) 24 Analog CO trunk circuits compatible with integrating paging system. d) 8 E&M trunk circuits e) 180 PRI ISDN/E1 (2Mbps) channels f) IP gateway card (1+1 spare) suitable for 30 IP extensions/trunks in combination of both. g)Hot standby server with redundancy of all control cards & power supply units, interface cables, related software programming h) 2*100 Mbps or higher redundant optical fibre ports and other accessories required for interlinking communications servers i) System management software and Call Billing/Accounting & Call data recording software j) System management interfaces for local /remote maintenance and related software programming k)External/internal music interface with Audio CD Player l)Minimum 3 party add on conference facility m) 12 port Auto attendant system for all extensions n) Emergency transfer facility for all CO lines o) Three years warranty after successful commissioning of the system. 2.0 4 port Paging card No. 01 3.0 Wall mounted Main distribution frame of Set 01 1200 and 800 ports with M.S Powder coated

Page 25 of 28 KAKRAPAR ATOMIC POWER PROJECT-3&4

Sr Description Unit Quantity Unit Total No. Rate Amount stand into the array of 6 x 5 with S.S. Krone back mounted frames 30 nos. This shall include supply of disconnection type modules and IPM modules 4.0 48V FCBC along with battery backup, No. 01 consisting of SMF batteries of at least 12 Hrs backup for EPABX system including non corrosive, metallic, installable & stackable for batteries. 5.0 230V, 50Hz UPS along with battery backup, No. 02 consisting of SMF batteries of at least 12 Hrs backup for EPABX system including non- corrosive, metallic, installable & stackable for batteries. (One UPS for Main server, operator console and other accessories and another UPS for remote server and gateways and associated accessories) 6.0 Supply of PC based operator console along No. 01 with headset, interface card, required Display unit as detailed in clause 18. 7.0 Maintenance terminal PC as detailed in No. 01 clause 18. 8.0 Mobile Programming device with No. 01 specification detailed in clause 19. 9.0 IP/SIP Phones as detailed in the No. 20 specifications AC power adopter & IP Extension License. 10.0 Digital Telephone instruments with caller ID, No. 50 duplex speaker and self-powered phone with 6 programmable keys. 11.0 Analog Telephone instruments with caller No. 1000 ID, duplex speaker and self-powered phone with 10 programmable keys. 12.0 Simple Telephone instrument set (without No. 400 display& Speaker ) 13.0 Standard tool kit as detailed in the Set 02 specifications

Page 26 of 28 KAKRAPAR ATOMIC POWER PROJECT-3&4

Annexure -2 Installation Part

1.0 Integration of all supplied components, Lump 01 Installation, Testing and Commissioning as sum per Bill of Quantities (Part-III) and Technical specifications (Part-II) 2.0 Practical Training to NPCIL authorised Lump 01 personnel as per Part-I (Clause 7.3) sum

Page 27 of 28 KAKRAPAR ATOMIC POWER PROJECT-3&4

2.0 Checklist-:

S. Description Complied Yes/ Documentary Remarks No. No/ Specify Proof Enclosed 1. Name and address of the vendor 2. Whether Distributor/Joint Venture Channel Partner 3. Name and address of the Original Equipment Manufacturer (OEM) or Technology producer. 4. Copy of latest and last 3 years I.T. Certificate and PAN number enclosed 5. Annual Turnover report for last three years. 6. List of customers for similar system in Ahmedabad and across the country (India). 7. Copy of work orders/purchase order for the offered or similar systems sold to other customers. 8. Copy of Comprehensive Annual Maintenance Contract (CAMC) work orders/purchase order for the offered or similar systems from other customers. 9. Availability of remote maintenance service (for 24 hours) 10. Warranty period for 3 years or more 11. System and technology approved by TEC/DOT/BSNL for the ports capacity mentioned in the BOQ 12. TEC/BSNL interface approval for ISDN PRI, BRI and E1 13. Number of service centres in Ahmedabad or any of their branch within the radius of 200 km. from Kakrapara 14. Number of the qualified service engineer at Mumbai service centre 15. Number of service centre available in India 16. Any other relevant information

Page 28 of 28