You are on page 1of 23

Bid Number/बोली मांक ( बड सं या) :

GEM/2024/B/4556520
Dated/ दनांक : 28-03-2024

Bid Document/ बड द तावेज़

Bid Details/ बड ववरण

Bid End Date/Time/ बड बंद होने क तार ख/समय 18-04-2024 12:00:00

Bid Opening Date/Time/ बड खुलने क


18-04-2024 12:30:00
तार ख/समय

Bid Offer Validity (From End Date)/ बड पेशकश


180 (Days)
वैधता (बंद होने क तार ख से)

Ministry/State Name/मं ालय/रा य का नाम Ministry Of Defence

Department Name/ वभाग का नाम Department Of Defence

Organisation Name/संगठन का नाम Indian Coast Guard

Office Name/कायालय का नाम ***********

Total Quantity/कुल मा ा 127

Item Category/मद केटे गर EPBAX SYSTEM FOR MRCC BUILDING , A , B , C , D

BOQ Title/बीओ यू शीषक PROCUREMENT OF EPBAX SYSTEM

Minimum Average Annual Turnover of the


bidder (For 3 Years)/ बडर का यूनतम औसत 50 Lakh (s)
वा षक टनओवर (3 वष का)

OEM Average Turnover (Last 3 Years)/मूल


50 Lakh (s)
उपकरण िनमाता का औसत टनओवर (गत 3 वष का)

Years of Past Experience Required for


same/similar service/उ ह ं/समान सेवाओं के िलए 2 Year (s)
अपे त वगत अनुभव के वष

MSE Exemption for Years of Experience and


No
Turnover/ अनुभव के वष से एमएसई छूट

Startup Exemption for Years of Experience


No
and Turnover/ अनुभव के वष से टाटअप छूट

Experience Criteria,Past Performance,Bidder


Turnover,Certificate (Requested in ATC),OEM Authorization
Certificate,OEM Annual Turnover,Additional Doc 1
Document required from seller/ व े ता से मांगे (Requested in ATC),Compliance of BoQ specification and
supporting document
गए द तावेज़ *In case any bidder is seeking exemption from Experience /
Turnover Criteria, the supporting documents to prove his
eligibility for exemption must be uploaded for evaluation by
the buyer

1 / 23
Bid Details/ बड ववरण

Past Performance/ वगत दशन 20 %

Bid to RA enabled/ बड से रवस नीलामी स य कया Yes

RA Qualification Rule 50% Lowest Priced Technically Qualified Bidders

Type of Bid/ बड का कार Two Packet Bid

Primary product category EPBAX SYSTEM FOR MRCC BUILDING

Time allowed for Technical Clarifications


during technical evaluation/तकनीक मू यांकन के 3 Days
दौरान तकनीक प ीकरण हे तु अनुमत समय

Inspection Required (By Empanelled


Inspection Authority / Agencies pre- No
registered with GeM)

Evaluation Method/मू यांकन प ित Total value wise evaluation

EMD Detail/ईएमड ववरण

Advisory Bank/एडवाईजर बक State Bank of India

EMD Amount/ईएमड रािश 78282

ePBG Detail/ईपीबीजी ववरण

Advisory Bank/एडवाइजर बक State Bank of India

ePBG Percentage(%)/ईपीबीजी ितशत (%) 3.00

Duration of ePBG required (Months)/ईपीबीजी क


14
अपे त अविध (मह ने).

(a). EMD EXEMPTION: The bidder seeking EMD exemption, must submit the valid supporting document for the
relevant category as per GeM GTC with the bid. Under MSE category, only manufacturers for goods and Service
Providers for Services are eligible for exemption from EMD. Traders are excluded from the purview of this
Policy./जेम क शत के अनुसार ईएमड छूट के इ छुक बडर को संबंिधत केटे गर के िलए बड के साथ वैध समिथत द तावेज़ तुत करने है ।
एमएसई केटे गर के अंतगत केवल व तुओं के िलए विनमाता तथा सेवाओं के िलए सेवा दाता ईएमड से छूट के पा ह। यापा रय को इस नीित के
दायरे से बाहर रखा गया है ।

(b). EMD & Performance security should be in favour of Beneficiary, wherever it is applicable./ईएमड और संपादन
जमानत रािश, जहां यह लागू होती है , लाभाथ के प म होनी चा हए।

Beneficiary/लाभाथ :
COMDIS-5
Public Fund Account ICGS Chennai, Canara Bank A/c No. - 60251010001552 IFSC Code - CNRB0016025
Headquarters Coast Guard Region East Chennai, Department of Defence, Indian Coast Guard, Ministry of Defence
(Commanding Officer Icgs Chennai)

2 / 23
Splitting/ वभाजन

Bid splitting not applied/बोली वभाजन लागू नह ं कया गया.

Reserved for Make In India products

Reserved for Make In India products Yes

Reserved for MSE

Reserved for MSE Yes

1. The minimum average annual financial turnover of the bidder during the last three years, ending on 31st
March of the previous financial year, should be as indicated above in the bid document. Documentary evidence in
the form of certified Audited Balance Sheets of relevant periods or a certificate from the Chartered Accountant /
Cost Accountant indicating the turnover details for the relevant period shall be uploaded with the bid. In case the
date of constitution / incorporation of the bidder is less than 3-year-old, the average turnover in respect of the
completed financial years after the date of constitution shall be taken into account for this criteria.
2. Experience Criteria: In respect of the filter applied for experience criteria, the Bidder or its OEM {themselves or
through reseller(s)} should have regularly, manufactured and supplied same or similar Category Products to any
Central / State Govt Organization / PSU / Public Listed Company for number of Financial years as indicated above
in the bid document before the bid opening date. Copies of relevant contracts to be submitted along with bid in
support of having supplied some quantity during each of the Financial year. In case of bunch bids, the category of
primary product having highest value should meet this criterion.
3. OEM Turn Over Criteria: The minimum average annual financial turnover of the OEM of the offered product
during the last three years, ending on 31st March of the previous financial year, should be as indicated in the bid
document. Documentary evidence in the form of certified Audited Balance Sheets of relevant periods or a
certificate from the Chartered Accountant / Cost Accountant indicating the turnover details for the relevant period
shall be uploaded with the bid. In case the date of constitution / incorporation of the OEM is less than 3 year old,
the average turnover in respect of the completed financial years after the date of constitution shall be taken into
account for this criteria.
4. Bid reserved for Make In India products: : Procurement under this bid is reserved for purchase from Class 1
local supplier as defined in public procurement (Preference to Make in India), Order 2017 as amended from time
to time and its subsequent Orders/Notifications issued by concerned Nodal Ministry for specific Goods/Products.
However, eligible micro and small enterprises will be allowed to participate. The minimum local content to
qualify as a class 1 local supplier is denoted in the bid document. All bidders must upload a certificate from the
OEM regarding the percentage of the local content and the details of locations at which the local value addition is
made along with their bid, failing which the bid is liable to be rejected. In case the bid value is more than Rs 10
Crore, the declaration relating to percentage of local content shall be certified by the statutory auditor or cost
auditor, if the OEM is a company and by a practicing cost accountant or a chartered accountant for OEMs other
than companies as per the Public Procurement (preference to Make-in -India) order 2017 dated 04.06.2020 . In
case Buyer has selected Purchase preference to Micro and Small Enterprises clause in the bid, the same will get
precedence over this clause.
5. Procurement under this bid is reserved for purchase from Micro and Small Enterprises whose credentials are
validated online through Udyog Aadhaar for that product category. If the bidder wants to avail the reservation
benefit, the bidder must be the manufacturer of the offered product in case of bid for supply of goods. Traders
are excluded from the purview of Public Procurement Policy for Micro and Small Enterprises. In respect of bid for
Services, the bidder must be the Service provider of the offered Service. Relevant documentary evidence in this
regard shall be uploaded along with the bid in respect of the offered product or service.
6. Estimated Bid Value indicated above is being declared solely for the purpose of guidance on EMD amount and
for determining the Eligibility Criteria related to Turn Over, Past Performance and Project / Past Experience etc.
This has no relevance or bearing on the price to be quoted by the bidders and is also not going to have any
impact on bid participation. Also this is not going to be used as a criteria in determining reasonableness of
quoted prices which would be determined by the buyer based on its own assessment of reasonableness and
based on competitive prices received in Bid / RA process.
7. Past Performance: The Bidder or its OEM {themselves or through re-seller(s)} should have supplied same or
similar Category Products for 20% of bid quantity, in at least one of the last three Financial years before the bid
opening date to any Central / State Govt Organization / PSU / Public Listed Company. Copies of relevant
contracts (proving supply of cumulative order quantity in any one financial year) to be submitted along with bid

3 / 23
in support of quantity supplied in the relevant Financial year. In case of bunch bids, the category related to
primary product having highest bid value should meet this criterion.

8. Reverse Auction would be conducted amongst first 50% of the technically qualified bidders arranged in the
order of prices from lowest to highest. Number of sellers eligible for participating in RA would be rounded off to
next higher integer value if number of technically qualified bidders is odd (e.g. if 7 bids are technically qualified,
then RA will be conducted amongst L-1 to L-4). In case number of technically qualified bidders are 2 or 3, RA will
be between all without any elimination. If Buyer has chosen to split the bid amongst N sellers, then minimum N
sellers would be taken to RA round. In case Primary products of only one OEM are left in contention for
participation in RA based on lowest 50% bidders qualifying for RA, the number of sellers qualifying for RA would
be increased to get at least products of one more OEM (directly participated or through its reseller) if available.
Further, if bid(s) of any seller(s) eligible for MSE preference is / are coming within price band of 15% of Non MSE
L-1 or if bid of any seller(s) eligible for Make in India preference is / are coming within price band of 20% of non
MII L-1, then such MSE / Make in India seller shall also be allowed to participate in the RA process.

EPBAX SYSTEM FOR MRCC BUILDING


(Minimum 50% Local Content required for qualifying as Class 1 Local Supplier)

Technical Specifications/तकनीक विश याँ

Specification Document View File

BOQ Detail Document View File

Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.

Consignees/Reporting Officer/परे षती/ रपो टग अिधकार and/ तथा Quantity/मा ा

Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

1 *********** ***********Chennai 1 70

A
(Minimum 50% Local Content required for qualifying as Class 1 Local Supplier)

Technical Specifications/तकनीक विश याँ

Specification Document View File

BOQ Detail Document View File

4 / 23
Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.

Consignees/Reporting Officer/परे षती/ रपो टग अिधकार and/ तथा Quantity/मा ा

Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

1 *********** ***********Chennai 24 70

B
(Minimum 50% Local Content required for qualifying as Class 1 Local Supplier)

Technical Specifications/तकनीक विश याँ

Specification Document View File

BOQ Detail Document View File

Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.

Consignees/Reporting Officer/परे षती/ रपो टग अिधकार and/ तथा Quantity/मा ा

Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

1 *********** ***********Chennai 100 70

C
(Minimum 50% Local Content required for qualifying as Class 1 Local Supplier)

Technical Specifications/तकनीक विश याँ

Specification Document View File

5 / 23
BOQ Detail Document View File

Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.

Consignees/Reporting Officer/परे षती/ रपो टग अिधकार and/ तथा Quantity/मा ा

Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

1 *********** ***********Chennai 1 70

D
(Minimum 50% Local Content required for qualifying as Class 1 Local Supplier)

Technical Specifications/तकनीक विश याँ

Specification Document View File

BOQ Detail Document View File

Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.

Consignees/Reporting Officer/परे षती/ रपो टग अिधकार and/ तथा Quantity/मा ा

Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

1 *********** ***********Chennai 1 70

Buyer Added Bid Specific Terms and Conditions/ े ता ारा जोड़ गई बड क वशेष शत

6 / 23
1. Generic

OPTION CLAUSE: The Purchaser reserves the right to increase or decrease the quantity to be ordered up
to 25 percent of bid quantity at the time of placement of contract. The purchaser also reserves the right to
increase the ordered quantity by up to 25% of the contracted quantity during the currency of the
contract at the contracted rates. Bidders are bound to accept the orders accordingly.

2. Scope of Supply

Scope of supply (Bid price to include all cost components) : Only supply of Goods

3. Generic

Experience Criteria: The Bidder or its OEM {themselves or through reseller(s)} should have regularly,
manufactured and supplied same or similar Category Products to any Central / State Govt Organization /
PSU / Public Listed Company for 1 year before the bid opening date. Copies of relevant contracts to be
submitted along with bid in support of having supplied some quantity during each of the year. In case of
bunch bids, the primary product having highest value should meet this criterion.

4. Generic

Manufacturer Authorization:Wherever Authorised Distributors/service providers are submitting the


bid, Authorisation Form /Certificate with OEM/Original Service Provider details such as name, designation,
address, e-mail Id and Phone No. required to be furnished along with the bid

5. Ration Item ATCs

Packing Material The items will be supplied by the successful bidder in its original packing material and
the packing material will not be returned. Weight of packing material will not be included in quantity
supplied and only net weight of the items will be counted. The packing should be of standardized weights
of appropriate size. Item will not be accepted in non-standardized weights.Packing Material. The items will
be supplied by the successful bidder in its original packing material and the packing material will not be
returned. Weight of packing material will not be included in quantity supplied and only net weight of the
items will be counted. The packing should be of standardized weights of appropriate size. Item will not be
accepted in non-standardized weights.

6. Ration Item ATCs

Shelf Life The supplier shall declare the shelf life/best before use for a minimum period equal to the
warranty period as given in the DFS for the item. The item should be of the latest manufacture,
conforming to the current production standard and having 100% defined life at the time of delivery.

7. Warranty

Over and above the normal Warranty terms as per GeM GTC, the successful bidder / OEM shall have to
provide Comprehensive Warranty during the entire Standard warranty period as per contract. : The
comprehensive warranty shall be covering the following scope

OEM UNDERTAKING IS TO BE UPLOADED ALONGWITH BIDDER UNDERTAKING


(Upload an undertaking with the bid confirming compliance by the bidder if Bidder is taking onus of this
compliance. In case OEM is taking onus of this compliance, OEM undertaking is to be uploaded along with
Bidder undertaking)

8. Warranty

Timely Servicing / rectification of defects during warranty period: After having been notified of the defects
/ service requirement during warranty period, Seller has to complete the required Service / Rectification
within 10 days time limit. If the Seller fails to complete service / rectification with defined time limit, a
penalty of 0.5% of Unit Price of the product shall be charged as penalty for each week of delay from the
seller. Seller can deposit the penalty with the Buyer directly else the Buyer shall have a right to recover all
such penalty amount from the Performance Security (PBG).Cumulative Penalty cannot exceed more than
10% of the total contract value after which the Buyer shall have the right to get the service / rectification
done from alternate sources at the risk and cost of the Seller besides forfeiture of PBG. Seller shall be

7 / 23
liable to re-imberse the cost of such service / rectification to the Buyer.

9. Certificates

Material Test Certificate Should Be Sent Along with The Supply. The Material Will Be Checked by Buyer’s
Lab & the Results of the Lab will be the Sole Criteria for Acceptance of the Item.

10. Certificates

Bidder's offer is liable to be rejected if they don't upload any of the certificates / documents sought in the
Bid document, ATC and Corrigendum if any.

11. Buyer Added Bid Specific ATC

Buyer Added text based ATC clauses

1 PRE-QUALIFICATIONS

The vendors for the PABX should fulfill the following pre qualification conditions. If the conditio
ns are not met, COMPANY reserves right to refuse to issue the tender documents or reject the
offer.

1. Offered EPABX system should have a valid TEC approval. TEC approval certificate copies f
or ISDN connectivity should be enclosed along with the offer.

2. The bidder should produce ink signed OEM authorization for this tender without
which the tender would be rejected.

3. Original Equipment Manufacturer should be an ISO 9001 certified firm. Necessary docume
nts need to be furnished along with tender.

4. The OEM should be listed in the Gartner Magic Quadrant for Unifie
d Communications published in years 2015, 2016 and 2017.

5. Offered System must be ROHS complied as green product with power saving

Specifications for Telephony System

2 INTRODUCTION

This Specification brings out the qualitative and quantitative requirements of “IP PABX System”.

The objective of this RFP in terms of architecture is unification of the voice, data and video communication
infrastructures, to build-up a communication platform that is standards based.

8 / 23
The proposed solution would be based on IP Hybrid technology supporting IP/SIP, Digital and Analog end p
oints.

Proposed solution infrastructure should deliver

- Highly Secured, Scalable and high reliable communications

- feature rich telephony over all end points

3 Communication System

a) The Contractor shall provide IP EPABX System, mountable in a standard 19" Network rack that sh
all be non‐blocking and open standard (based on H.323/ SIP), Standalone Call server should have c
apacity to expand minimum 1296 ports. The system processor speed must be 667MHz, USB2.0, St
orage memory up to 8GB, Telephone resource support up to 153 channels. The solution shall supp
ort in-skin VoIP DSP channels at least 256 built-in from day 1 for non-blocking architecture per call
server and should not consume any additional slot.

b) The proposed communication server should provide support for:

- Media Gateways to allow TDM connectivity - TRUNKS


- ISDN PRI and BRI Interface
- Analog Trunks Interface with CLI
- E&M Trunk Interface (Type I – V)
- Media Gateways to allow TDM connectivity - EXTENSIONS
- Analog Extensions with CLI
- Analog Long Line Extensions (Name & Extensions No.)
- Digital Extensions with CLI (Name & Extensions No.)
- IP conversion and resources like conferencing, voice prompts.
- Resources for IP Extensions & IP Trunks.
- Local or remote network management systems
- Should support 4 Party Video Bridge Conference.

c) To ensure, complete ownership and smooth delivery of all the functional and reliability requireme
nts of the solution proposed, all the hardware and software must be from the same OEM. No third
party products or integrated solutions are allowed.

d) The proposed system shall be equipped to handle the required capacity but should be scalable 40
,000 ports with no limitation to type of Analog / Digital / IP extensions or trunks from day one.

e) System should evolve in the future into supporting multiple sites (Minimum 40), to ensure distribu
ted / centralized architecture in a multi site environment. The system should support remote site a
rchitectures with self-survivable gateways and IP phones.

f) The system must be able to interoperate with other telephone systems and endpoints using the fo
llowing standards:

9 / 23
- K-CCIS
- ASPIRENET
- SIP
- CSTA / CTI
- E&M

g) Proposed Communication server should be capable of handling peak hour traffic of minimum 500
0 Busy Hour Call Completion (BHCC) per server.

h) The system must support gateways for following external telephony interfaces and signaling prot
ocols:

- ISDN PRI / E1
- BRI
- 2 wire and 4 wire E&M
- Analog Loop Start and Ground Start (with CLIP)

i) SIP Carrier Profile – The offerred system must support minimum 6 SIP carrier profiles without any
extra hardware.

j) Paging – The syste should built-in dual paging port to interface with the exisitng PA system for pag
ing during emergency situations.

k) The system should be able to interface with exisitng UHF / VHF Two way radios for voice communi
cation.

l) The system should support basic Unified Communication features i.e. Presence, BLF, IM and basic
calling features without any external server for minimum 120 UC clients.

3.1.1 Redundancy of sensitive elements

a) The proposed solution must be highly resilient and support avaialblity for the Communication Serv
er.

b) Proposed architecture should have Primary – Secondary call server. Secondary servers shall act a
s recovery server of main IP PBX system.

c) The communication servers must always be in sync with the complete "mirroring" of fixed or varia
ble data.

d) The IP System should have embedded feature of DHCP server to ensure reliable IP telephony func
tioning.

e) Media gaetways should also provide distributed power supplies to ensure reliable gateway archite

10 / 23
cture.

f) Gateway where all the extension and trunk interface boards are located should have enough swit
ch matrix capacity to support high traffic. It should be equipped with minimum 90% timeslots avai
alble for the number of ports equipped.

3.1.2 Integrated Media Gateways:

a) The system should support high density media gateway to support the TDM extensions and trunks.

b) It should support G723.1, G711, G722, G726, G729a Codecs.

c) The offered System should have minimum 256 VoIP DSP resources, universal slots, internal voice pro
mpts with 16 simultaneous announcements, storage memory to accommodate 16 minutes of static pro
mpts and 8 minutes of dynamic prompts, 3 groups of 32 party meet me conference.

3.1.3 System features

a) The IP PBX should support flexible numbering plan with upto 8 digits. Sys
tem should allow mixed numbering scheme.

b) The system should provide distinctive ringing for internal calls, junction
calls, auto call back, wake up service and emergency reporting service.

c) The proposed system should support automatic route selection (ARS) an


d least cost routing (LCR) features to route the calls based on priorities rel
ated to user profile, tariff, and network availability, along the most cost-ef
fective path. This service will be transparent for users and irrespective of t
he physical carrier connection. It should be possible to inform the caller vi
a voice prompt if the cheapest route is not available.

d) The proposed system should have both live and automated attendant’s f
eatures and either of the one or combination of both can be deployed to f
ulfill the requirement. At least 16 ports should be provided in the system.

e) The system should support voice prompts to guide the user in all commu
nication positions by multilingual voice guides. Minimum 64 context sensit
ive Voice prompts should be part of each system.

11 / 23
f) The system should support Logical Partition.

g) The System should support Hotel features like ( check-in, check-out, Roo
m to Room Call Restriction, Toll Restriction Check-in mode, Automatically
Set Room Status on Check-out, Minibar, Single Digit Dialing, Room status
on BLF, Message waiting Indication on all Digitals & IP Phones, Wake-up C
all, Property Management System Integration ( PMSi ).

h) Multiline and multi directory feature: The system should support manage
ment of more than one line for IP and digital Phones. It should be possible
to define as many as 6 lines with the same numbers for secretaries and ot
her critical users. Also it should be possible to assign multiple directory nu
mbers to IP and digital Phone.

i) The system should have the following cost control features.


· Class of service
· Forced account code
· Authorization code
· Least cost routing
· Toll restriction
· Automatic route selection
· Call duration timer/warning

j) It should be possible for a user to make an external call from other sets
via a PIN thus bypassing the external call barring category for that set.

k) Hunt groups – Sequential, Cyclical or “Parallel”. The telephone sets in th


e group could be analog phones, IP phones or a combination of both. In ca
se of overall occupancy, the calls will stay on hold in a waiting queue, or b
e redirected towards another user, station group, attendant or an externa
l correspondent. Total no. of group should be 64. It should be possible to
have up to 64 extensions in one group.

l) The system should support the following basic telephone feature


s:

12 / 23
i. Abbreviated dialing
ii. Appointment reminder
iii. Automatic call-back on busy trunk/bundle/network link
iv. Call forwarding unconditional on busy/no reply to extension, hu
nting group, Voice mail, operator, paging, etc.
v. Conditional external forwarding (busy or no reply)
v. External call forward to PSTN/ Cellular .
vi. Immediate forwarding
vii. Call pick-up
viii. Call parking
ix. Call tracing
x. Call waiting indication / voice prompt
xi. Calling line identification restriction for internal calls
xii. Calling party identification for internal users.(on analog phones
also).
xiii. Camp on busy telephone/hunting group/voice mail
xiv. Controlled private call by Pin code and password
xv. Do not disturb
xvi. Dynamic call barring
xvii. General night service
xviii. Hunting group (fix head, cyclic, longest idle time, parallel)
xix. Internal/external music on hold
xx. Internal/external inquiry call
xxi. Individual hold
xxii. Instrument locking to prevent the outgoing calls.
xxiii. Last internal/external number redial
xxiv. Store and redial external number
xxv. The system must support 32 party x 3 groups conference from day one.

xxvi. The system must have minimum 96 conference resources.

xxvii. The system must support multiple conference options. i.e. Adhoc, Meet-me, Dial-in co
nference with Password Protection.

xxviii. The system must support in-skin Bridge Conference with GUI control application and b
elow features:

13 / 23
(a) Select entry and exit tones.
(b) Select memorable Access Codes and PINs.
(c) Select name announcement on/off.
(d) Select enter audio conference muted on/off etc.
(e) Schedule recurring audio conferences via the Web Portal.
(f) Use Microsoft Outlook iCalendar application to send invitations t
o desired participants.
(g) Conduct audio conference with or without Moderator presence r
equired.
(h) See real time view of a running audio conference via Web Portal
.
(i) Participants can be seen by name or by caller ID.
(j) Display loudest speaker – helps identify and mute participants t
hat may be inadvertently injecting noise or echo into the audio c
onference.
(k) Exercise multiple in-conference controls via phone key presses
or the Web portal.
(l) On-the-fly dial out and add participants to running conference.
(m) Transfer participants between conferences via web portal.
(n) Raise Hand to get moderators attention.
(o) Send a detailed end of conference summary report to the moder
ator after a given audio conference is over.
(p) Conference Recording
(q) Record entire conference or excerpts from a conference
(r) Conference playback via Media Player
xxix. Multiple appointment reminders per extensions

m) The system should also support the following telephone features


on Digital sets in addition to above basic features:

§ Adjustable handset volume


§ Call-by-name for internal and external user.
§ Centralized phone book stored in communication server directory f
eature with spelling and syntax corrector with 5000 entries, acces
sible from the alphabetical keyboard of the phone. Caller name dis
play

14 / 23
§ Conditional/unconditional differentiated forwarding of multiple direc
tory numbers
§ Contextual voice prompts
§ Distinctive ringing.
§ Fixed function keys
§ Hands-free
§ Headset capability
§ Individual customization
§ Interactive guidance with soft keys
§ Loudspeaker announcement
§ Multi-line: multi-appearance and multi-numbers
§ Multi-line selective forwarding
§ Message waiting indication
§ Backlit display
§ Text messaging for mid range and high end digital and IP phones
§ Calling line identification presentation/restriction (CLIP/CLIR)
§ Digit by digit dialing mode
§ End block dialing (digit correction possible)
§ ISDN identification (CLIP) converted into name
§ ISDN mini-text messages (carrier dependent)
§ Malicious call identification
§ Storage of unanswered calls with date, time, and callback

3.1.4 Network Services

a) As this project involves multiple locations deployed with independent system and networked
over PRI/E1s and IP, the network should support complete feature transparency to get the max
imum benefit from the latest technologies

b) Same set of protocols should be used for PRI/E1 and IP networking of the systems and they sh
ould provide transparent services across the network.

c) List of network wide features to be systematically supported across the network over PRI/E1 a
nd IP are list below:

– Basic call

15 / 23
– Number and name identification
– Call/dial by name
– Call waiting indication
– Call offer
– Callback on busy links
– Callback on free or busy extensions
– Call park
– Call forwarding
– Camp on
– Individual call pick-up
– Data call
– Distinctive ringing
– Hold
– Intercom call
– Consultation call
– Broker call
– Transfer
– Conference
– Intrusion/Barge-in
– Unconditional forwarding
– Conditional forwarding
– Do not disturb
– DISA
– Transparency of rotary and DTMF dialing
– Retransmission of last number dialed (redial)
– ISDN/PSTN supplementary services
– Multi Party Conference
– Announcement/paging on speaker
– Manager/assistant filtering/screening team
– Object supervision: free, partially busy, totally busy, ringing
– Hunt groups
– Centralised Attendants and Voice messaging serving the entire network

3.1.5 Voice Messaging application

16 / 23
a) Voice messaging application has to be from the same OEM as that of the IP PBX and should suppo
rt unified messaging features.

b) The offered Voice messaging application should be a single system delivering both standard voice
messaging as well as unified messaging services.

c) Voice Mail features

Messaging facilities
Direct access to the mail box (by-pass the menu greeting) from business phone set (IP or anal
og) and from any phone set if the phone number is declared by the user in his personal settin
gs.
Internal call routing (busy and no answer)
Maintain a specific number of minutes of messages per user
Guest mailboxes
Mailbox escape to predefined extension
Future delivery
Automated attendant
The messaging application must have the ability to record live conversation through press of
a button on the IP/digital phone or through the softphone application.
o Web based interface for message consultation, play, deletion
Notification facilities
Message notification on phones, emails
Message waiting audible voice prompts
Integration with visual message waiting indicators on phones
Personal settings facilities
Password management
Call forwarding direct to mailbox
Password protected mailbox
Personalized voice greetings (busy, no answer)
Private messages
Announcement ‑ only mailbox
Visual call management on display

Message Listening facilities


Playback control
Message header information
Message-rewind, pause and fast-forward
Reply to sender
Send a message copy
Skip messages

3.1.6 Attendant (Operator) positions

a) Proposed solution should be Phone Based Operator console. Phone based operator should have m
inimum 24 keys on the set and should support Add on modules with atleast 120 keys from day one
and expansion option upto 240 keys.

17 / 23
b) Attendant Console should support following :

- Override - The attendant can bypass forwarding or do not disturb modes on a phone

- Called Party Call Resources - When the called party is busy or does not answer, the following
call resources should be available on attendant keys:

- Callback request
- Text message
- Voice mail

- The attendant should be able to send mini text messages to a users with display:

- Programmed message
- Pre-programmed message completed by entering digit: date, hour
- Pre-programmed message completed by any variable part (text and digits)
- Fully programmable message (minimum twenty characters)

- Transfer on no Answer

- Transfer on Busy

- Barge-in on Busy or Partially Busy

- Three-party Conference

- An attendant must be able to set up a three-party conference, and then transfer t


he conference to another user.

- Call Transfer to other Attendant

- Serial Call

- Recall

- Class of Service - The attendant console (in idle state) must be able to change the class of
service for any phone.

- Public Trunk Access Restriction - The attendant console (in idle state) must be able to cha
nge the public trunk access and restriction for any phone.

- Directory access and call by name

3.1.7 Digital Telephone terminals

All phones should be from the same OEM as the PABX.

a) Type 1: Entry level Terminals


- 3-line 20-character B&W display
- Hands-free and amplified listening modes with volume control
- Dual line
- Six programmable keys
- Nine fixed feature keys

18 / 23
- Directory Dial- 10000 System Numbers, 10 Personal, 500 Phone Book
- Mute
- Redial
- Message lamp with Multi Colour LED

b) Type 2: Mid range Digital Phones


- Adjustable B&W graphical display with minimum LCD size of 92 x 56 mm with
Tiltable display with backlid.
- 4 physical soft keys associated with LCD with key content display, should support
atleast 10 fixed feature keys.
- 4 way Navigation key with exit and validation keys for use with the graphical inter
face
- 12 one touch programmable keys with LEDs
- Full Duplex Hands free and group listening modes
- Message wait lamp with Tricolour LED
- RJ11 connection
- Should support Add on modules to add minimum 60 keys
- Terminal should support Analog port adaptor for ringer and modem functionality
and Recording Adaptor for conversation recording.

c) Type 3: High end IP Phones


- Should support following user interface features:
- 7 in TFT LCD display 1024 x 600 with backlight, 16.7M Colours.
- Capacitive 4 finger multi-touch window.
- Flexible through adjustable height.
- Good voice quality for each audio path-handset, the hands free speakerphone an
d blue-tooth headset
- Full-duplex conversations, acoustic echo cancellation and background noise supp
ression
- Frequency response – Wideband audio for handset, blue tooth headset and hands
-free speakerphone modes
- Dedicated RJ-9 headset port and blue-tooth support
- POE enabled
- Micro SD Card support
- USB support
- Flexible line appearance (one or more line keys can be assigned for each line ext
ension)
- Distinctive incoming call treatment/call waiting
- Call timer and call waiting
- Call transfer, hold, divert (forward), pickup
- Called, calling, connected party information
- Should be able to participate in audio conferencing as part of the overall solution
- One-touch speed dial, redial
- Video
- RFC3261, RFC3550, RFC3711, RFC4566- SDP
- Should support following Network and provisioning features:
- SIP Protocol
- Dual Ethernet Gigabit Port with Dual switched autosensing mode.
- 10/100/1000Base-TX across LAN and PC/Laptop ports
- Manual or dynamic host configuration protocol (DHCP) network setup
- Time and date synchronization using NTP/SNTP

19 / 23
- QoS Support – IEEE 802.1p/Q tagging (VLAN), Layer 3 TOS, and DSCP
- Status and statistics reporting through centralized management
- Should support following Security features:
- Media encryption
- Password login

3.2 Video conference system interface

1. The offered system should support in-skin Video MCU with minimum 4 party multi-conferen
ce and 32 Party Audio conference.

2. The system should be compatible with in-skin web based UC conference (8 party per group)
from day 1.

3.3 Security

a) Security is currently one of the most important needs when a VoIP project should be deployed inside a
n enterprise. The Tenderer must only propose an offer that conforms with adequate security
standards. The quoted system should be supported with SBC from same OEM with below fe
atures:

- SIP Trunking

- Remote worker

- SIP registration passthorugh

- SIP intrusion prevension: 400+ SIP attack signature support

- DDoS / DoS attach protection

- SIP registration scan attack detection

- SIP header normalization

- SIP malformed packet protection

- Topology hiding with SIP deep packet engine

- Call security with TLS

- RTCP statistics

- T.38 Fax relay

- SIP Firewall – Should support deep packet inspection protection at Layer 7.

- VLAN and virtual IP support

- Minimum 30 concurrent channels with thorughput 300Mbps

- Local security event console

- Remote syslog

- Device management: Web GUI via Https & SSH CLI

20 / 23
b) Communication server security

i. Controlled access to management platform is imperative. The system must control the ide
ntity of the management terminals and the user accessing that terminal. During a connection,
(local or remote) the system must check the consistency between the management platform n
ame, management platform password, and user name before authorizing the connection.

ii. The System must support Network Time Protocol v3 or higher to synchronize the sys
tem data/time of network devices

iii. The call server Operating System must be hardned Linux and it must not use or nativ
ely support network resource sharing services such as NFS, Samba or LPR.

iv. To avoid the introduction of virus, worm and Trojan type attacks; the use of internal
e-mail servers is not acceptable.

v. The Call Server must not employ the use of a 'default' password that is viable beyond
the period of installation.

vi. The password & access control must include at least:

- Shadow Passwords to prevent the possibility of an aggressor to easily read or deduce syst
em or account access passwords.
- Usage of MD5 algorithm (or stronger) for password encryption

vii. Denial of Service

Proposed EPABX and Media gateways must provide self-protection mechanisms to counter this type
of attack.

Media Gateways should not host services such as proxy, FTP, Telnet or local dynamic routing to pre
vent exploitation in Distributed Denial of Service attacks.

c) Management Security

i. Role Based Account Management to define different levels of administrator access depend
ing on specific function responsibility.

ii. Administration users connecting directly to the Call Server (console) and management plat
form must be authenticated before gaining access to the call server.

3.3.1 Call accounting

21 / 23
i. CDRs should be generated for internal and external calls for incoming and outgoing calls with th
e following fields:

- Caller / called termainal name/ number


- Number dialed (with masking of the last four digits) / caller number
- Date, hour, and minute that the call ended
- Length of the call
- Number of cost units
- Cost for the call
- Type of call
- Log for walking class of service.
- Account code

3.4 Environmental Conditions

The equipment offered shall be capable of maintaining its guaranteed performance when operating contin
uously for 24 hours a day and 365 days a year under the following environmental conditions.

§ Operational temperature : 0 to 40 Degree C.

§ Humidity : 10% to 90% RH (non-condensing)

Disclaimer/अ वीकरण

The additional terms and conditions have been incorporated by the Buyer after approval of the Competent
Authority in Buyer Organization, whereby Buyer organization is solely responsible for the impact of these clauses
on the bidding process, its outcome, and consequences thereof including any eccentricity / restriction arising in
the bidding process due to these ATCs and due to modification of technical specifications and / or terms and
conditions governing the bid. Any clause(s) incorporated by the Buyer regarding following shall be treated as
null and void and would not be considered as part of bid:-

1. Definition of Class I and Class II suppliers in the bid not in line with the extant Order / Office Memorandum
issued by DPIIT in this regard.
2. Seeking EMD submission from bidder(s), including via Additional Terms & Conditions, in contravention to
exemption provided to such sellers under GeM GTC.
3. Publishing Custom / BOQ bids for items for which regular GeM categories are available without any
Category item bunched with it.
4. Creating BoQ bid for single item.
5. Mentioning specific Brand or Make or Model or Manufacturer or Dealer name.
6. Mandating submission of documents in physical form as a pre-requisite to qualify bidders.

22 / 23
7. Floating / creation of work contracts as Custom Bids in Services.
8. Seeking sample with bid or approval of samples during bid evaluation process.
9. Mandating foreign / international certifications even in case of existence of Indian Standards without
specifying equivalent Indian Certification / standards.
10. Seeking experience from specific organization / department / institute only or from foreign / export
experience.
11. Creating bid for items from irrelevant categories.
12. Incorporating any clause against the MSME policy and Preference to Make in India Policy.
13. Reference of conditions published on any external site or reference to external documents/clauses.
14. Asking for any Tender fee / Bid Participation fee / Auction fee in case of Bids / Forward Auction, as the
case may be.

Further, if any seller has any objection/grievance against these additional clauses or otherwise on any aspect of
this bid, they can raise their representation against the same by using the Representation window provided in
the bid details field in Seller dashboard after logging in as a seller within 4 days of bid publication on GeM. Buyer
is duty bound to reply to all such representations and would not be allowed to open bids if he fails to reply to
such representations.

This Bid is also governed by the General Terms and Conditions/ यह बड सामा य शत के अंतगत भी शािसत है

In terms of GeM GTC clause 26 regarding Restrictions on procurement from a bidder of a country which shares a land border with India, any bidder from a country which
shares a land border with India will be eligible to bid in this tender only if the bidder is registered with the Competent Authority. While participating in bid, Bidder has to
undertake compliance of this and any false declaration and non-compliance of this would be a ground for immediate termination of the contract and further legal action

in accordance with the laws./ जेम क सामा य शत के खंड 26 के संदभ म भारत के साथ भूिम सीमा साझा करने वाले दे श के बडर से खर द
पर ितबंध के संबंध म भारत के साथ भूिम सीमा साझा करने वाले दे श का कोई भी बडर इस िन वदा म बड दे ने के िलए तभी पा होगा
जब वह बड दे ने वाला स म ािधकार के पास पंजीकृ त हो। बड म भाग लेते समय बडर को इसका अनुपालन करना होगा और कोई भी
गलत घोषणा कए जाने व इसका अनुपालन न करने पर अनुबंध को त काल समा करने और कानून के अनुसार आगे क कानूनी कारवाई
का आधार होगा।

---Thank You/ ध यवाद---

23 / 23

You might also like